Loading...
Heritage Center Exterior Renovations and Improvements Project DATE: APRIL 30, 2016 PROJECT NO. 14-172-872-PHASE 1 PHASE 1 HERITAGE CENTER EXTERIOR RENOVATIONS & IMPROVEMENTS VILLAGE OF OAK BROOK 1112 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 OWNER VILLAGE OF OAK BROOK 1200 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 ARCHITECT KLUBER ARCHITECTS + ENGINEERS 10 S. SHUMWAY AVE. BATAVIA, ILLINOIS 60510 VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE 1. Invitation for Bidder’s Proposals 2. General Instructions to Bidders 3. Bidder’s Proposal 4. Bidder’s Sworn Acknowledgement 5. Bidder’s Sworn Work History Statement 6. Notice of Award 7. Contract 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: Prevailing Wages Appendix 2: Form of Performance Bond Appendix 3: Form of Labor and Materials Bond VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE INVITATION FOR BIDDER’S PROPOSALS OWNER: Village of Oak Brook 1200 Oak Brook Road Oak Brook, Illinois 60523 1. Invitation to Bid Owner invites sealed Bidder’s Proposals for the Work described in detail in the Contract and generally described as follows: 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 following: Replacing concrete over the coal room, removing the heating oil tank, replacing the concrete planter box, 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 doorway, eliminating waterproofing the coal room, and installing a smaller on-grade concrete slab. The Work shall be performed at the following Work Site: Heritage Center, 1112 Oak Brook Road, Oak Brook, Illinois 60523 2. The Bid Package The Bid Package consists of the following documents, all of which are by this reference made a part of this Invitation for Bidder’s Proposals as though fully set forth herein: A. Invitation for Bidder’s Proposals; B. General Instructions to Bidders; C. Addenda, if any are issued during the bidding process; D. Bidder’s Proposal; -1- INVITATION E. Bidder’s Sworn Acknowledgement; F. Bidder’s Sworn Work History Statement; G. Other information submitted by Bidder, if requested during the bidding process; H. Notice of Award; and I. Contract, including all of its attachments and appendices, if any. 4. Inspection and Examination Bid Documents may be obtained in two ways: 1. Via the Internet at www.oak-brook.org at no charge. 2. A paper hard copy may be obtained in person from Owner’s Purchasing Division, Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523. The Bid Package may be examined at the office of Owner as listed above. In making copies of the Bid Package available to prospective Bidders, Owner does so only for the purpose of obtaining Bidder’s Proposals and such provision does not confer a license or grant for any other use. Each prospective Bidder shall, before submitting its Bidder’s Proposal, carefully examine the Bid Package. Each prospective Bidder shall inspect in detail the Work Site and the surrounding area and shall familiarize itself with all local conditions, including subsurface, underground and other concealed conditions, affecting the Contract, the Work and the Work Site. The Bidder whose Bidder’s Proposal is accepted will be responsible for all errors in its Bidder’s Proposal including those resulting from its failure or neglect to make a thorough examination and investigation of the Bid Package and the conditions of the Work Site and the surrounding area. The Contract specifications may include the Illinois Department of Transportation’s General Conditions of the Contract, "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB); "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS); "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The specifications also may include Owners’ Village Code and Building Code. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. 5. Pre-Bid Meeting Every prospective bidder is required to attend a Pre-bid Meeting and Walk-Thru scheduled for 11:00 A.M., Thursday August 25, 2016, at the Butler Government Center, beginning in the S.E. Dean Board Room, 1200 Oak Brook Road, Oak Brook, Illinois 60523, -2- INVITATION to review the scope of the improvements and the project specifications. Failure to attend this mandatory meeting will disqualify the bidder. 6. Bid Opening Owner will receive sealed Bidder’s Proposals for the Work until 11:00 a.m., local time, Thursday, September 1, 2016, in the Samuel E. Dean Board Room, at the Butler Government Center located at 1200 Oak Brook Road, Oak Brook, Illinois 60523, at which time, or as soon thereafter as possible, all Bidder’s Proposals will be publicly opened and read aloud. Bidders or their agents are invited to be present. 7. Bid Security, Bonds and Insurance A. Bid Security. Each Bidder’s Proposal shall be accompanied by a security deposit of at least 5 % of the Bidder’s Price Proposal in the form of (1) a Cashier’s Check or Certified Check drawn on a solvent bank insured by the Federal Deposit Insurance Corporation and payable without condition to Owner or (2) a Bid Bond in a form satisfactory to Owner from a surety company licensed to do business in the State of Illinois with a general rating of A minus and a financial size category of Class X or better in Best’s Insurance Guide. B. Performance and Payment Bonds. The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond on award of the Contract, each in the penal sum of the full amount of the Contract Price, on forms provided by, or otherwise acceptable to, Owner, from a surety company meeting the requirements set forth above. Each Bidder’s Proposal must be accompanied by a letter from such a surety company stating that it will execute Bonds on forms provided by, or otherwise acceptable to, Owner, on award of the Contract to Bidder. C. Insurance. The successful Bidder will be required to furnish certificates of insurance as required by Section 4.2 of the Contract on award of the Contract. Each Bidder’s Proposal must be accompanied by a letter from Bidder’s insurance carrier or its agent certifying that said insurer has read the requirements set forth in the Contract and will issue the required certificates and policies of insurance on award of the Contract to Bidder. DATED: August 18, 2016 Village of Oak Brook Charlotte K. Pruss Village Clerk -3- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE TABLE OF CONTENTS Section Page 1. Interpretation of Documents Included in Bid Package ........................................................1 2. Calculation of Unit Price Proposals .....................................................................................2 3. Prevailing Wages .................................................................................................................2 4. Taxes and Benefits ...............................................................................................................2 5. Permits and Licenses............................................................................................................2 6. Preparation of Bidder’s Proposal .........................................................................................3 7. Signature Requirements .......................................................................................................3 8. Bid Security .........................................................................................................................4 9. Submission of Bidder’s Proposals .......................................................................................5 10. Withdrawal of Bidder’s Proposals .......................................................................................5 11. Qualification of Bidders .......................................................................................................5 12. Disqualification of Bidders ..................................................................................................6 13. Award of Contract................................................................................................................6 14. Notice of Award; Effective Date of Award .........................................................................7 15. Finalization of Contract .......................................................................................................7 16. Failure to Execute ................................................................................................................8 -i- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE GENERAL INSTRUCTIONS TO BIDDERS 1. Interpretation of Documents Included in Bid Package A. Defined Terms. All terms capitalized in these General Instructions to Bidders and in the other documents included in the Bid Package are defined in the documents included in the Bid Package and shall have such defined meanings wherever used. B. Implied Terms. If any personnel, equipment, materials, or supplies that are not directly or indirectly set forth in the Contract are nevertheless necessary to the proper provision, performance, and completion of the whole of the Work in accordance with the intent of the Contract, each prospective Bidder shall understand such personnel, equipment, materials, or supplies to be implied and shall provide for such personnel, equipment, materials, or supplies in its Bidder’s Proposal as fully as if it were particularly described. C. Information Provided by Owner. 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 preliminary investigations is distributed with the Bid Package, or such information is otherwise made available to any prospective Bidder by Owner, such information is distributed or made available solely for the convenience of such prospective Bidder and is not part of the Bid Package. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of any such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that unanticipated conditions may not be present. D. Addenda. No interpretation of the documents included within the Bid Package will be made except by written addendum duly issued by Owner (“Addendum”). No interpretation not contained in an Addendum shall be valid or have any force or effect whatever, nor entitle any Bidder to assert any claim or demand against Owner on account thereof. All Addenda issued prior to the opening of Bidder’s Proposals shall become a part of the Bid Package. Each prospective Bidder shall be responsible for inquiring from time to time as to the availability of Addenda. -1- INSTRUCTIONS If any prospective Bidder is in doubt as to the true meaning of any part of the Bid Package, such prospective Bidder shall submit to Owner a written request for an interpretation thereof as far in advance of the scheduled opening of Bidder’s Proposals as possible. Owner shall use its best efforts to issue Addenda in response to all valid, appropriate, and timely inquiries, but accepts no responsibility for doing so. Inquiries not answered by Addenda shall be considered invalid, inappropriate, or untimely inquiries. 2. Calculation of Unit Price Proposals On all items for which Bidder’s Proposals are to be received on a unit price basis, the approximate quantities stated in the Schedule of Prices are Owner’s estimate only for Owner’s convenience in comparing Bidder’s Proposals and shall not be relied on by Prospective Bidders. Each prospective Bidder shall, before submitting its Bidder’s Proposal, make its own estimate of the quantities of Unit Price Items required to complete the Work. 3. Prevailing Wages In accordance with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq., not less than the prevailing rate of wages for similar work in the locality in which the Work is to be performed shall be paid to all laborers. Specific provisions relating to the Prevailing Wage Act, and required of the Contractor, are included in the Contract. A copy of Owner’s ordinance ascertaining the prevailing rate of wages in effect as of the date of the Invitation for Bidder’s Proposals, is included in the Bid Package. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate shall apply to the Contract. 4. Taxes and Benefits Owner is exempt from state and local sales, use, and excise taxes. Bidder’s Price Proposal shall not include any such taxes. A letter of exemption will be provided to the successful Bidder, if necessary. Owner will not reimburse, nor assist the successful Bidder in obtaining reimbursement for, any state or local sales, use or excise taxes paid by the successful Bidder. Bidder’s Price Proposal shall include all other applicable federal, state, and local taxes of every kind or 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. 5. Permits and Licenses Except as otherwise expressly provided in Attachment A to the Contract, Bidder’s Price Proposal shall include the cost of obtaining all permits, licenses, and other approvals and authorizations required by law for performance of the Work. It shall be the sole responsibility of each prospective Bidder to determine the applicable permits, licenses, and other approvals and -2- INSTRUCTIONS authorizations and no extra compensation shall be paid by Owner for the successful Bidder’s failure to include these costs in its Bidder’s Proposal. 6. Preparation of Bidder’s Proposal Bidder’s Proposals to enter into the Contract for the Work shall be made only on the blank Bidder’s Proposal form furnished by Owner and included in the Bid Package. The Village requests that proposals are written legibly in ink. In case of any conflict between words and numbers, words shall prevail. In case of any error in adding or multiplying individual items, the prices listed for individual items shall control over any incorrect total of such items. A Bidder’s Proposal may be rejected if it does not contain a requested price for each and every item named in the Bidder’s Proposal form or may be interpreted as bidding “no charge” to Owner for any item left blank. Prospective Bidders are warned against making alterations of any kind to the Bidder’s Proposal form or to any entry thereon. Bidder’s Proposals that contain omissions, conditions, alterations, or additions not called for may be rejected or interpreted so as to be most favorable to Owner. Each Bidder shall securely staple into its Bidder’s Proposal a copy of each Addendum issued and shall include in the place provided therefor in the Bidder’s Proposal form a listing of all such Addenda. Each Bidder shall complete and securely staple into its Bidder’s Proposal the Bidder’s Sworn Acknowledgement and the Bidder’s Sworn Work History Statement included in the Bid Package, and shall staple into its Bidder’s Proposal the Bid Security and the surety and insurance commitment letters as specified in the Invitation for Bidder’s Proposals. Every Bidder submitting a Bidder’s Proposal shall be conclusively deemed to have evidenced an intention to be bound thereby whether or not the requirements for signing Bidder’s Proposals found in Section 7 of these General Instructions to Bidders are satisfied. However, any Bidder’s Proposal that fails to comply with Section 7 of these General Instructions to Bidders may nevertheless be rejected. Bidder’s Proposals that are not submitted on the Bidder’s Proposal form furnished by Owner or that are not prepared in accordance with these General Instructions to Bidders may be rejected. If a deficiently prepared Bidder’s Proposal is not rejected, Owner may demand correction of any deficiency and award the Contract to Bidder on satisfactory compliance with these General Instructions to Bidders. 7. Signature Requirements A. Bidder’s Proposals. The following requirements shall be observed in the signing of each Bidder’s Proposal: -3- INSTRUCTIONS (1) Corporations. Each Bidder’s Proposal submitted by a corporation shall be signed by the President or other authorized officer of the corporation and shall also bear the attesting signature of the Secretary or Assistant Secretary of the corporation. (2) Partnerships. Each Bidder’s Proposal submitted by a partnership shall be signed by all of its general partners or by an attorney-in-fact. (3) Individuals. Each Bidder’s Proposal submitted by an individual shall be signed by such individual or by an attorney-in-fact. (4) Joint Ventures. Each Bidder’s Proposal submitted by a joint venture shall be signed by each signatory of the joint venture agreement by which such joint venture was formed in accordance with the applicable provisions of (1), (2), and (3) above or by an attorney-in-fact. When requested by Owner, satisfactory evidence of the authority of the person or persons signing on behalf of Bidder shall be furnished. B. Other Documents. The signature requirements set forth in Subsection 7A shall apply to all other documents in the Bid Package required to be executed by Bidder, Bidder’s sureties and Bidder’s insurance representatives as well as to the Contract, the Contractor’s Certification, and all other required documentation related to the Contract. 8. Bid Security A. Required Bid Security. Every Bidder’s Proposal shall be accompanied by bid security in the form of a Cashier’s Check, Certified Check or Bid Bond as specified in the Invitation for Bidder’s Proposals (“Bid Security”), which Bid Security shall stand as a guaranty that (1) Bidder will submit all additional information requested by Owner; (2) if such Bidder’s Proposal is accepted, Bidder will timely file the Bonds and the certificates and policies of insurance required by the Contract; and (3) if such Bidder’s Proposal is accepted, Bidder will timely execute the Contract, the Contractor’s Certification, and all other required documentation related to the Contract. B. Return of Bid Security. Bid Security submitted in the form of Cashier’s Checks or Certified Checks will be returned within five days after execution of the Contract by Owner. Bid Bonds will not be returned unless otherwise requested by Bidder. C. Liquidated Damages. If a Bidder fails to timely submit all additional information requested by Owner, or if the successful Bidder fails to timely and properly submit all required Bonds, certificates and policies of insurance, or if the successful Bidder fails to timely and properly execute the Contract, the Contractor’s Certification, and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure. For such reason, every Bidder shall, by submitting its Bidder’s Proposal, be deemed to agree that Owner -4- INSTRUCTIONS shall have the right, at its option in the event of any such default, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or five percent of the Bidder’s Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against the defaulting Bidder. 9. Submission of Bidder’s Proposal One copy of each Bidder’s Proposal, properly signed, together with all other required documents, shall be enclosed in a sealed envelope or package and shall be addressed and delivered to the place, before the time, and in the manner designated in the Invitation for Bidder’s Proposals. All Bidder’s Proposals received after the time for the opening of bids specified in the Invitation for Bidder’s Proposals will be re Each sealed envelope or package containing a Bidder’s Proposal shall be identified as such and shall be marked with the title of the Contract and Bidder’s full legal name. All Addenda will be considered part of each Bidder’s Proposal whether attached or not. 10. Withdrawal of Bidder’s Proposal Any Bidder’s Proposal may be withdrawn at any time prior to the opening of any Bidder’s Proposal, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder’s Proposal is filed with Owner prior to the opening of any Bidder’s Proposal. The withdrawal of a Bidder’s Proposal prior to opening of any Bidder’s Proposal will not prejudice the right of Bidder to file a new Bidder’s Proposal. No Bidder’s Proposal shall be withdrawn without the consent of Owner for a period of 60 days after the opening of any Bidder’s Proposal. Any Bidder’s Proposal may be withdrawn at any time following the expiration of said 60 day period, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder’s Proposal is filed with Owner after said 60 day period. If no such request is filed, the date for acceptance of such Bidder’s Proposal shall be deemed to be extended until such a request is filed or until Owner executes a Contract pursuant to the Invitation for Bidder’s Proposals or until Owner affirmatively and in writing rejects such Bidder’s Proposal. 11. Qualification of Bidders A. Factors. Owner intends to award the Contract only to a Bidder that furnishes satisfactory evidence that it has the requisite experience, ability, capital, facilities, plant, organization and staffing to enable it to perform the Work successfully and promptly and to complete the Work for the Contract Price and within the Contract Time. B. Additional Information. Owner reserves the right to require from any Bidder, prior to award of the Contract, a detailed statement regarding the business and technical organizations and plant of Bidder that is available for the Work. Information pertaining to -5- INSTRUCTIONS financial resources, experience of personnel, contract defaults, litigation history, and pending construction projects may also be requested. C. Final Determination. The final selection of the successful Bidder shall be made on the basis of the amount of the Bidder’s Price Proposals, Owner’s prior experience with the Bidders, Owner’s knowledge of the Bidders’ performance on other relevant projects, any additional information submitted by Bidders to satisfy Owner that Bidders are adequately prepared to fulfill the Contract, and all other relevant facts or matters mentioned in the Bid Package or that Owner may legally consider in making its determination. 12. Disqualification of Bidders A. More Than One Bidder’s Proposal. No more than one Bidder’s Proposal for the Work described in the Contract shall be considered from any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture. Reasonable grounds for believing that any corporation, partnership, individual or joint venture is interested in more than one Bidder’s Proposal for the Work may cause the rejection of all Bidder’s Proposals in which such corporation, partnership, individual or joint venture is interested. Nothing contained in this Subsection 12A shall prohibit any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture, from submitting a bid or quoting prices to more than one Bidder for equipment, materials and supplies or labor to be furnished as a subcontractor or supplier. B. Collusion. If there are reasonable grounds for believing that collusion exists among any Bidders, all Bidder’s Proposals of the participants in such collusion will not be considered. C. Default. If a Bidder is or has been in default on a contract with Owner or in the payment of monies due Owner, its Bidder’s Proposal will not be considered. 13. Award of Contract A. Reservation of Rights. Owner reserves the right to accept the Bidder’s Proposal that is, in its judgment, the best and most favorable to the interests of Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder’s Proposal; to reject any and all Bidder’s Proposals; to accept and incorporate corrections, clarifications or modifications following the opening of the Bidder’s Proposals when to do so would not, in Owner’s opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bidder’s Proposal submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities, and Bidders should not rely on, or anticipate, such waivers in submitting their Bidder’s Proposals. -6- INSTRUCTIONS B. Firm Offers. All Bidder’s Proposals are firm offers to enter into the Contract and no Bidder’s Proposals shall be deemed rejected, notwithstanding acceptance of any other Bidder’s Proposal, until the Contract has been executed by both Owner and the successful Bidder or until Owner affirmatively and in writing rejects such Bidder’s Proposal. C. Time of Award. It is expected that the award of the Contract, if it is awarded, will be made within 45 days following the opening of the Bidder’s Proposals. Should administrative difficulties be encountered after the opening of the Bidder’s Proposals, including the annulment of any award, that may delay an award or subsequent award beyond such 45 day period, Owner may accept any Bidder’s Proposal for which the date for acceptance has been extended as provided in Section 10 of these General Instructions to Bidders in order to avoid the need for re- advertisement. No Bidder shall be under any obligation to extend the date for acceptance of its Bidder’s Proposal. Failure of one or more of the Bidders or their sureties to extend the date for acceptance of its Bidder’s Proposal shall not prejudice the right of Owner to accept any Bidder’s Proposal for which the date for acceptance has been extended. 14. Notice of Award; Effective Date of Award If the Contract is awarded by Owner, such award shall be effective when a Notice of Award in the form included in the Bid Package has been delivered to the successful Bidder (“Effective Date of Award”). Owner will prepare two copies of the Contract based on Bidder’s Proposal and will submit them to the successful Bidder with the Notice of Award. 15. Finalization of Contract A. Finalization Date. Unless otherwise stated in the Notice of Award, the successful Bidder shall satisfactorily complete all conditions precedent to signing the Contract before the 10th day after the Effective Date of Award or within such extended period as Owner may, in the exercise of its sole discretion, authorize in writing after issuance of the Notice of Award (“Finalization Date”). B. Conditions Precedent to Finalization. On or before the Finalization Date, the successful Bidder shall: (1) sign (see Section 7), date as of the Finalization Date, and submit to Owner both copies of the Contract, the Contractor’s Certification, and all other required documentation related to the Contract on or before the Finalization Date; and (2) submit two executed copies of all required Bonds dated as of the Finalization Date and all certificates and policies of insurance. Failure to timely execute or submit any of the aforesaid documents shall be grounds for the imposition of liquidated damages as more specifically set forth in Section 8 above. If the submitted documents or any of them fail to comply with these General Instructions to Bidders or the Contract or are not timely executed and submitted, Owner may, in its sole discretion, annul the award or allow the successful Bidder an opportunity to correct the deficiencies. -7- INSTRUCTIONS In no event will Owner execute the Contract until any and all such deficiencies have been cured or Owner has received adequate assurances, as determined by Owner, of complete and prompt performance. C. Finalization. On the Finalization Date, and provided that all documents required to be submitted prior to or on the Finalization Date have been reviewed and determined by Owner to be in compliance with these General Instructions to Bidders and the Contract, or assurances of complete and prompt performance satisfactory to Owner have been received, Owner shall execute all copies of the Contract and tender one copy to the successful Bidder at the Finalization. The successful Bidder shall tender a copy to its surety company or companies. 16. Failure to Finalize A. Annulment of Award; Liquidated Damages. The failure or refusal of a successful Bidder to comply with the conditions precedent to finalization or to properly finalize and execute the Contract shall be just cause for the annulment of the award and the imposition of liquidated damages or the exercise of equitable remedies, both as more specifically set forth in Section 8 above. B. Subsequent Awards. On annulment of an award, Owner may accept, and award a Contract based on, any other Bidder’s Proposal as Owner, in its sole judgment, deems to be the best or may invite new Proposals or may abandon the bidding process or the Work. -8- PROPOSAL VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE BIDDER’S PROPOSAL Full Name of Bidder ___________________________________________________(“Bidder”) Principal Office Address _________________________________________________________ Local Office Address ___________________________________________________________ Contact Person ____________________________ Telephone ___________________________ TO: Village of Oak Brook (“Owner”) 1200 Oak Brook Road Oak Brook, IL 60523 Attention: Rania Serences, Senior Purchasing Assistant Bidder warrants and represents that Bidder has carefully examined the Work Site described below and its environs and has reviewed and understood all documents included, referred to, or mentioned in this set of documents, including Addenda Nos. _________, which are securely stapled to the end of this Bidder’s Proposal [if none, write “NONE”] (“Bid Package”). Bidder acknowledges and agrees that all terms capitalized in this Bidder’s Proposal shall have the meaning given to them in the documents included in the Bid Package. 1. Work Proposal A. Contract and Work. If this Bidder’s Proposal is accepted, Bidder proposes, and agrees, that Bidder will contract with Owner, in the form of the Contract included in the Bid Package: (1) to provide, perform and complete at the site or sites described in the Bid Package (“Work Site”) and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for the HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT which includes replacing concrete over the coal room, removing the heating oil tank, replacing the concrete planter box, 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 doorway, eliminating waterproofing the coal room, and installing a smaller on-grade concrete slab. -9- PROPOSAL as shown on the drawings and described herein. The general contractor shall provide and install all materials, unless noted otherwise; (2) to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4) to pay all applicable federal, state and local taxes; (5) to do all other things required of Contractor by the Contract; and (6) to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to as the “Work.” B. Manner and Time of Performance. If this Bidder’s Proposal is accepted, Bidder proposes, and agrees, that Bidder will perform the Work in the manner and time prescribed in the Bid Package and according to the requirements of Owner pursuant thereto. C. General. If this Bidder’s Proposal is accepted, Bidder proposes, and agrees, that Bidder will do all other things required of Bidder or Contractor, as the case may be, by the Bid Package. 2. Contract Price Proposal If this Bidder’s Proposal is accepted, Bidder will, except as otherwise provided in Section 2.1 of the Contract, take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth on the following “Schedule of Prices” (“Price Proposal”), which Schedule of Prices Bidder understands and agrees will be made a part of the Contract: 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 : $ ________________________________________ In words -10- PROPOSAL B. ALTERNATE BID 2. 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. $ ________________________________________ In words B. BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. [Deleted] 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Schedule of Prices; 3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits are included in this Schedule of Prices; and 4. 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 are included in this Schedule of Prices. 3. Contract Time Proposal If this Bidder’s Proposal is accepted, Bidder will commence the Work not later than the “Commencement Date” set forth in Attachment A to the Contract and will perform the Work diligently and continuously and will complete the Work not later than the “Completion Date” set forth in Attachment A to the Contract. 4. Firm Proposal All prices and other terms stated in this Bidder’s Proposal are firm and shall not be subject to withdrawal, escalation, or change for a period of 60 days after the date on which any Bidder’s Proposal is opened or such extended acceptance date for Bidder’s Proposals as may be established pursuant to Sections 10 and 13 of the General Instructions to Bidders. -11- PROPOSAL 5. Bidder Representations A. No Collusion. Bidder warrants and represents that the only persons, firms, or corporations interested in this Bidder’s Proposal as principals are those named in Bidder’s Sworn Acknowledgment attached hereto and that this Bidder’s Proposal is made without collusion with any other person, firm or corporation. B. Not Barred. Bidder warrants, represents and certifies that it is not barred by law from contracting with Owner or with any unit of state or local government. C. Qualified. Bidder warrants and represents that Bidder has the requisite experience, ability, capital, facilities, plant, organization and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract Time Proposals set forth above. In support thereof, Bidder submits the attached Sworn Work History Statement. In the event Bidder is preliminarily deemed to be one of the most favorable to the interests of Owner, Bidder hereby agrees to furnish on request, within two business days or such longer period as may be set forth in the request, such additional information as may be necessary to satisfy Owner that Bidder is adequately prepared to fulfill the Contract. D. Owner’s Reliance. Bidder acknowledges that Owner is relying on all warranties, representations and statements made by Bidder in this Bidder’s Proposal. 6. Surety and Insurance Bidder herewith tenders surety and insurance commitment letters as specified in Section 6 of the Invitation for Bidder’s Proposals. 7. Bid Security Bidder herewith tenders a Cashier’s Check, Certified Check, or Bid Bond as specified in Section 6 of the Invitation for Bidder’s Proposals for 5 % of Bidder’s Price Proposal (“Bid Security”). 8. Owner’s Remedies Bidder acknowledges and agrees that should Bidder fail to timely submit all additional information that is requested of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely submit all the Bonds and all the certificates and policies of insurance required of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely execute the Contract, Contractor’s Certification and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure and, for such reason, Owner shall have the right, at its option in the event of any such default by Bidder, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or five percent of -12- PROPOSAL Bidder’s Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against Bidder. 9. Owner’s Rights Bidder acknowledges and agrees that Owner reserves the right to reject any and all Bidder’s Proposals, reserves the right to accept or reject any item of any Bidder’s Proposal and reserves such other rights as are set forth in Section 13 of the General Instructions to Bidders. 10. Bidder’s Obligations In submitting this Bidder’s Proposal, Bidder understands and agrees that it shall be bound by each and every term, condition or provision contained in the Bid Package, which are by this reference incorporated herein and made a part hereof. DATED: ____________________, 2016 Bidder Attest By: ______________________________ By: ______________________________ Title: ______________________________ Title: ______________________________ SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -13- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE BIDDER’S SWORN ACKNOWLEDGEMENT _______________________________ (“Deponent”), being first duly sworn on oath, deposes and states that the undersigned Bidder is organized as indicated below and that all statements herein made are made on behalf of such Bidder in support of its Bidder’s Proposal for the above Contract and that Deponent is authorized to make them. Deponent also deposes and states that Bidder has carefully prepared, reviewed and checked its Bidder’s Proposal and that the statements contained in its Bidder’s Proposal and in this Acknowledgement are true and correct. COMPLETE APPLICABLE SECTION ONLY 1. Corporation Bidder is a corporation that is organized and existing under the laws of the State of ____________, that is qualified to do business in the State of Illinois, and that is operating under the legal name of ____________________________________. The officers of the corporation are as follows: TITLE NAME ADDRESS President ____________________ ______________________________ Vice President ____________________ ______________________________ Secretary ____________________ ______________________________ Treasurer ____________________ ______________________________ 2. Partnership Bidder is a partnership that is organized, existing and registered under the laws of the State of __________ pursuant to that certain Partnership Agreement dated as of ______________, that is qualified to do business in the State of Illinois, and that is operating under the legal name of ______________________. -1- ACKNOWLEDGEMENT The general partners of the partnership are as follows: NAME ADDRESS ____________________ ________________________________________________ ____________________ ________________________________________________ ____________________ ________________________________________________ ____________________ ________________________________________________ ____________________ ________________________________________________ 3. Individual Bidder is an individual as follows: Full name: __________________________________ Residence address: __________________________________________________ Business address: ___________________________________________________ If operating under a trade or assumed name that name is: ___________________________________________________ 4. Joint Venture Bidder is a joint venture that is organized and existing under the laws of the State of ________ pursuant to that certain Joint Venture Agreement dated as of ______________, that is qualified to do business in the State of Illinois, and that is operating under the legal name of ______________________________. The signatories to the aforesaid Joint Venture Agreement are as follows: NAME (and ENTITY TYPE) ADDRESS _________________(___) ________________________________________________ _________________(___) ________________________________________________ _________________(___) ________________________________________________ -2- ACKNOWLEDGEMENT [For each signatory, indicate type of entity (Corporation = “C”; Partnership = “P”; and Individual = “I”) and provide, on separate sheets, the information required in Paragraph 1, 2, or 3 above, as applicable] DATED: ____________________, 20____. Bidder Attest By: ______________________________ By: ______________________________ Title: ______________________________ Title: ______________________________ Subscribed and Sworn to before me on ____________________, 20____. __________________________________ Notary Public My commission expires: __________________, 20____ SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -3- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE BIDDER’S SWORN WORK HISTORY STATEMENT _______________________________ (“Deponent”), being first duly sworn on oath, deposes and states that all statements made in this Sworn Work History Statement are made on behalf of the undersigned Bidder in support of its Bidder’s Proposal for the above Contract and that Deponent is authorized to make them. Deponent also deposes and states that Bidder has carefully prepared, reviewed and checked this Sworn Work History Statement and that the statements contained in this Sworn Work History Statement are true and correct. IF NECESSARY FOR FULL DISCLOSURE, ADD SEPARATE SHEETS JOINT VENTURES MUST SUBMIT SEPARATE SWORN WORK HISTORY STATEMENTS FOR THE JOINT VENTURE AND FOR EACH SIGNATORY TO THE JOINT VENTURE AGREEMENT 1. Nature of Business State the nature of Bidder’s business: __________________________________ ______________________________________________________________________________ 2. Composition of Work During the past three years, Bidder’s work has consisted of: ____% Federal ____% As Contractor ____% Bidder’s Forces ____% Other Public ____% As Subcontractor ____% Subcontractors ____% Private ____% Materials 3. Years in Business State the number of years that Bidder, under its current name and organization, has been continuously engaged in the aforesaid business: __________ years -1- WORK HISTORY STATEMENT 4. Predecessor Organizations If Bidder has been in business under its current name and organization for less than five years, list any predecessor organizations: NAME ADDRESS YEARS ____________________ __________________________________ ______ ____________________ __________________________________ ______ 5. Business Licenses List all business licenses currently held by Bidder: ISSUING AGENCY TYPE NUMBER EXPIRATION __________________________ __________ __________ _____________ __________________________ __________ __________ _____________ 6. Related Experience List three projects most comparable to the Work completed by Bidder, or its predecessors, in the past five years: PROJECT ONE PROJECT TWO PROJECT THREE Owner Name ______________ ______________ __________________ Owner Address ______________ ______________ __________________ ______________ ______________ __________________ Reference ______________ ______________ __________________ Telephone Number ______________ ______________ __________________ Type of Work ______________ ______________ __________________ ______________ ______________ __________________ -2- WORK HISTORY STATEMENT PROJECT ONE PROJECT TWO PROJECT THREE Contractor ______________ ______________ __________________ (If Bidder was) (Subcontractor) ______________ ______________ __________________ ______________ ______________ __________________ Amount of Contract ______________ ______________ __________________ Date Completed ______________ ______________ __________________ DATED: ____________________, 20____. Bidder Attest By: ______________________________ By: ______________________________ Title: ______________________________ Title: ______________________________ Subscribed and Sworn to before me on ____________________, 20____. __________________________________ Notary Public My commission expires: __________________, 20____ SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -3- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BID PACKAGE NOTICE OF AWARD TO: _____________________________ FROM: Village of Oak Brook _____________________________ ______________________________ _____________________________ __________________, ___________ (“Contractor”) (“Owner”) On _______________, 20___, Owner found to be most favorable to the interests of Owner the Bidder’s Proposal submitted by Contractor and dated _______________, 20___, in which Contractor proposes to contract with Owner, in the form of the Contract included in the Bid Package to perform the following Work: (1) to provide, perform and complete at the Work Site and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT which includes replacing concrete over the coal room, removing the heating oil tank, replacing the concrete planter box, 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 doorway, eliminating waterproofing the coal room, and installing a smaller on-grade concrete slab as shown on the drawings and described herein. The general contractor shall provide and install all materials, unless noted otherwise; (2) to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4) to pay all applicable federal, state and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract. OWNER ACCORDINGLY AWARDS CONTRACTOR, EFFECTIVE AS OF THE DATE OF DELIVERY OF THIS NOTICE OF AWARD, THE CONTRACT FOR SAID WORK FOR THE LUMP SUM AND/OR UNIT PRICES, AS THE CASE MAY BE, SET FORTH IN THE BIDDER’S PROPOSAL. The Contract will be finalized and executed on _______________, 20____, at the above listed office of Owner. The Contract will be executed by Owner provided that all conditions precedent -1- NOTICE OF AWARD to finalization have been satisfied. Contractor must have complied with all conditions precedent to finalization set forth in Section 15 of the General Instructions to Bidders included in the Bid Package, on or before this date. The failure or refusal to comply with the conditions precedent to finalization on or before the Finalization Date or to execute the Contract on the Finalization Date shall result, at Owner’s option, in the imposition of liquidated damages and the annulment of this award, or in Owner’s exercise of any or all equitable remedies Owner may have, all as more specifically set forth in Sections 8, 15, and 16 of the General Instructions to Bidders. DATED: ___________________, 20____. Village of Oak Brook By: _________________________________ Name _________________________________ Title VILLAGE OF OAK BROOK CONTRACT FOR HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT VILLAGE OF OAK BROOK CONTRACT FOR HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT TABLE OF CONTENTS Page ARTICLE I: THE WORK ...................................................................................................... 1 1.1 Performance of the Work ........................................................................................... 1 1.2 Commencement and Completion Dates ..................................................................... 2 1.3 Required Submittals ................................................................................................... 2 A. Submittals Required ................................................................................................... 2 B. Number and Format .................................................................................................... 2 C. Time of Submission and Owner’s Review ................................................................. 2 D. Responsibility for Delay ............................................................................................. 3 1.4 Review and Interpretation of Contract Provisions ..................................................... 3 1.5 Conditions at the Work Site; Record Drawings ......................................................... 3 1.6 Technical Ability to Perform ...................................................................................... 4 1.7 Financial Ability to Perform ....................................................................................... 4 1.8 Time ............................................................................................................................ 4 1.9 Safety at the Work Site ............................................................................................... 4 1.10 Cleanliness of the Work Site and Environs ................................................................ 5 1.11 Damage to the Work, the Work Site, and Other Property .......................................... 5 1.12 Subcontractors and Suppliers ..................................................................................... 5 A. Approval and Use of Subcontractors and Suppliers ................................................... 5 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 for Convenience .............................. 6 A. Termination or Suspension for Convenience ............................................................. 6 B. Payment for Completed Work .................................................................................... 6 ARTICLE II: CHANGES AND DELAYS ............................................................................. 7 -i- 2.1 Changes ...................................................................................................................... 7 2.2 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 3.2 Warranty of Work ....................................................................................................... 8 A. Scope of Warranty ...................................................................................................... 8 B. Repairs; Extension of Warranty ................................................................................. 8 C. Subcontractor and Supplier Warranties ...................................................................... 8 3.3 Owner’s Right to Correct ........................................................................................... 8 ARTICLE IV: FINANCIAL ASSURANCES ........................................................................ 9 4.1 Bonds .......................................................................................................................... 9 4.2 Insurance ..................................................................................................................... 9 4.3 Indemnification ........................................................................................................... 9 ARTICLE V: PAYMENT ....................................................................................................... 9 5.1 Contract Price ............................................................................................................. 9 5.2 Taxes and Benefits ..................................................................................................... 9 5.3 Progress Payments .................................................................................................... 10 A. Payment in Installments ........................................................................................... 10 B. Pay Requests ............................................................................................................. 10 C. Work Entire .............................................................................................................. 10 5.4 Final Acceptance and Final Payment ....................................................................... 10 A. Notice of Completion ............................................................................................... 10 B. Punch List and Final Acceptance ............................................................................. 10 C. Final Payment ........................................................................................................... 10 5.5 Liens ......................................................................................................................... 11 A. Title ........................................................................................................................... 11 B. Waivers of Lien ........................................................................................................ 11 C. Removal of Liens ..................................................................................................... 11 D. Protection of Owner Only ........................................................................................ 11 -ii- 5.6 Deductions ................................................................................................................ 11 A. Owner’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 Objections ........................................................................... 12 B. Negotiation of Disputes and Objections ................................................................... 12 6.2 Contractor’s Remedies ............................................................................................. 13 6.3 Owner’s Remedies .................................................................................................... 13 6.4 Owner’s Additional Remedy for Delay .................................................................... 14 6.5 Terminations and Suspensions Deemed for Convenience ....................................... 14 ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS ........................... 14 7.1 Binding Effect .......................................................................................................... 14 7.2 Relationship of the Parties ........................................................................................ 15 7.3 No Collusion/Prohibited 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 Laws ....................................................................................................... 17 7.10 Changes in Laws ....................................................................................................... 17 7.11 Compliance with Laws ............................................................................................. 17 A. Compliance Required ............................................................................................... 17 B. Liability for Fines, Penalties ..................................................................................... 17 C. Prevailing 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 ........................................................................ 18 7.13 Time .......................................................................................................................... 18 7.14 Severability ............................................................................................................... 19 7.15 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: Prevailing Wages Appendix 2: Form of Performance Bond Appendix 3: Form of Labor and Materials Bond -iv- 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 (“Owner”), and a Corporation (“Contractor”), make this Contract as of , 2016, (the “Effective Date”) and hereby agree as follows: ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must provide, perform, and complete all of the following, all of which is herein referred to as the “Work”: 1. Labor, Equipment, Materials, and Supplies. Provide, perform, and complete, in the manner described and specified in this Contract, all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary to accomplish the Project at the Work Site, both as defined in Attachment A, in accordance with the specifications attached hereto as Attachment B, the drawings identified in the list attached hereto as Attachment C, and the Special Project Requirements attached hereto as Attachment D. 2. Permits. Except as otherwise provided in Attachment A, procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith. 3. Bonds and Insurance. Procure and furnish all Bonds and all certificates of insurance specified in this Contract. 4. Taxes. Pay all applicable federal, state, and local taxes. 5. Miscellaneous. Do all other things required of Contractor by this Contract, including without limitation arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work. -1- CONTRACT 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or pursuant to, this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged and first quality equipment, materials, and supplies. 1.2 Commencement and Completion Dates Contractor must commence the Work not later than the “Commencement Date” set forth on Attachment A and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the “Completion Date” set forth in Attachment A. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the “Contract Time.” 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this Contract (“Required Submittals”). Such details must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work. B. Number and Format. Contractor must provide three complete sets for each Required Submittal. All Required Submittals must be prepared on white 8-1/2”x11” paper. C. Time of Submission and Owner’s Review. All Required Submittals must be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner’s sole opinion, to permit Owner to review the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner’s review and stamping of any Required Submittal will be for the sole purpose of examining the general management, design, and details of the proposed Work, does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with, and as required by or pursuant to this Contract, and may not be regarded as any assumption of risk or liability by Owner. -2- CONTRACT D. Responsibility for Delay. Contractor is responsible for any delay in the Work due to delay in providing Required Submittals conforming to this Contract. 1.4 Review and Interpretation of Contract Provisions Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, at no increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment, materials or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned is understood as establishing the type, function and quality desired. Other manufacturers’ or vendors’ products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. Contractor must promptly notify Owner of any discrepancy, error, omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner, then the subsequent decision of Owner as to which provision of this Contract governs is final, and any corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time. When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor must, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 1.5 Conditions at the Work Site; Record Drawings Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at, or in the vicinity of, the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions 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. -3- CONTRACT Contractor is solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, whichever is earlier. Contractor must check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre- existing work. Contractor must notify Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment B or the drawings identified in Attachment C. 1.6 Technical Ability to Perform Contractor represents and warrants that it is sufficiently experienced and competent, and has the necessary capital, facilities, plant, organization, and staff, to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.7 Financial Ability to Perform Contractor represents and warrants that it is financially solvent, and Contractor has the financial resources necessary to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.8 Time Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with, and as required by or pursuant to, this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may be incident to the Work. 1.9 Safety at the Work Site Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during performance of the Work. This requirement applies continuously and is not limited to normal working hours. -4- CONTRACT Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor’s operations, Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1.10 Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition. 1.11 Damage to the Work, the Work Site, and Other Property The Work and everything pertaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all parts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified, and support and protect all buildings, bridges, roadways, conduits, wires, water pipes, gas pipes, sewers, pavements, curbs, sidewalks, fixtures and landscaping of all kinds and all other public or private property that may be encountered or endangered in providing, performing and completing the Work. Contractor will have no claim against Owner because of any damage or loss to the Work or to Contractor’s equipment, materials, or supplies from any cause whatsoever, including damage or loss due to simultaneous work by others. Contractor must, promptly and without charge to Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other property as a result of the Work. Notwithstanding any other provision of this Contract, Contractor’s obligations under this Section exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section. 1.12 Subcontractors and Suppliers A. Approval and Use of Subcontractors and Suppliers. Contractor must perform the Work with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by, Owner. Owner’s approval of any subcontractor, supplier, and subcontract does 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 -5- CONTRACT under any subcontract is subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to “Contractor” is deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others Owner has the right to perform or have performed such other work as Owner may desire in, about, or near the Work Site during the performance of the Work by Contractor. Contractor must make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. 1.14 Occupancy Prior to Final Payment Owner will have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service must be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor’s duty to insure and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor’s provision, performance, or completion of the Work. 1.15 Owner’s Right to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience. Owner has the 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 Work under this Contract, cease all placement of further orders or subcontracts, terminate or suspend Work under existing orders and subcontracts, cancel any outstanding orders or subcontracts that may be cancelled, and take any action necessary to protect any property in its possession in which Owner has or may acquire any interest and to dispose of such property in such manner as may be directed by Owner. B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or pursuant to, this Contract up to the effective date of termination together with ten percent of such -6- CONTRACT costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily incurred as the result of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner’s rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS 2.1 Changes Owner has the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time (“Change Order”). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order, and may, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. 2.2 Delays A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor must, upon timely written application, be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No extension of the Contract Time will be allowed for any other delay in completion of the Work. B. No Compensation for Delays. No payment, compensation, damages, or adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, may be made to, or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable. ARTICLE III: CONTRACTOR’S RESPONSIBILITY FOR DEFECTIVE WORK 3.1 Inspection; Testing; Correction of Defects A. Inspection. Until Final Payment, all parts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract, then Owner must -7- CONTRACT pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is not in full compliance with this Contract, then Contractor must pay such cost. C. Correction. Until Final Payment, Contractor must, promptly and without charge, repair, correct, or replace all or any part of the Work that is defective, damaged, flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs; Extension of Warranty. Contractor, promptly and without charge, must correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B or Attachment D to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor’s obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C. Subcontractor and Supplier Warranties. Whenever Attachment B or Attachment D requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner’s Right to Correct If, within two business days after Owner gives Contractor notice of any defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys’ fees and administrative expenses. -8- CONTRACT ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds Contemporaneous with Contractor’s execution of this Contract, Contractor must provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State of Illinois with a general rating of A and a financial size category of Class X or better in Best’s Insurance Guide, each in the penal sum of the Contract Price (“Bonds”). Contractor, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, must maintain and keep in force, at Contractor’s expense, the Bonds required hereunder. 4.2 Insurance Contractor hereby agrees and will, at its expense, carry insurance pursuant to the terms, conditions, and coverages set forth in Attachment A. 4.3 Indemnification Contractor hereby agrees to and will indemnify and save harmless Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys’ fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor’s performance of, or failure to perform, the Work or any part thereof, whether or not due or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of Contractor, except to the extent caused solely by the negligence of Owner. ARTICLE V: PAYMENT 5.1 Contract Price Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment A, and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment A (the “Contract Price”), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes all other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. All claim or right to claim additional compensation -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 Requests. 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 Owner’s obligation to pay all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely for the convenience of Contractor and for no other purpose. 5.4 Final Acceptance and Final Payment A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notify Owner and request a final 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 Work”). B. Punch List and Final Acceptance. The Work may be finally accepted when, and only when, the whole and all parts thereof have been completed to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor’s Notice of Completion, Owner must make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following Contractor’s completion or correction of all Punch List Work, Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work (“Final Acceptance”). C. Final 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 -10- 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 will operate as a full and complete release of Owner of and from any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses of, by, or to Contractor for anything done, furnished for, arising out of, relating to, or in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to, or in connection with the Work. 5.5 Liens A. Title. Nothing in this Contract may be construed as vesting in Contractor any right of property in any equipment, materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into, attached to, or affixed to, the Work or the Work Site. All such equipment, materials, supplies, and other items will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title will not release Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract. B. Waivers of Lien. Contractor must, from time to time at Owner’s request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract (“Lien”) and that no right to file any Lien exists in favor of any person whatsoever. C. Removal of Liens. If at any time any notice of any Lien is filed, then Contractor must, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain from any money payable hereunder an amount that Owner, in its sole judgment, deems necessary to satisfy such Lien and to pay the costs and expenses, including attorneys’ fees and administrative expenses, of any actions brought in connection therewith or by reason thereof. D. Protection of Owner Only. This Section does not operate to relieve Contractor’s surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner’s retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner’s interests would thereby be served. 5.6 Deductions A. Owner’s 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 -11- CONTRACT as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to perform any of its obligations under this Contract; or (10) the cost to Owner, including attorneys’ fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner’s remedies set forth in Section 6.3 of this Contract. B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys’ fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. ARTICLE VI: DISPUTES AND REMEDIES 6.1 Dispute Resolution Procedure A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof; provided, however, that Contractor must, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interpreted, determined, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, interpretation, determination, or decision, Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. B. Negotiation of Disputes and Objections. To avoid and settle without litigation any such dispute or objection, Owner and Contractor agree to engage in good faith negotiations. Within three business days after Owner’s receipt of Contractor’s written notice of dispute or objection, a conference between Owner and Contractor will be held to resolve the dispute. Within three business days after the end of the conference, Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will be conclusively deemed (1) to have agreed to and accepted Owner’s final decision and (2) to have waived all claims based on such final decision. -12- CONTRACT 6.2 Contractor’s Remedies If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 6.3 Owner’s Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor’s rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due (“Event of Default”), and has failed to cure any such Event of Default within five business days after Contractor’s receipt of written notice of such Event of Default, then Owner will have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies: 1. Owner may require Contractor, within such reasonable time as may be fixed by Owner, to complete or correct all or any part of the Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; to remove from the Work Site any such Work; to accelerate all or any part of the Work; and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract. 2. Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph 1 above and withhold or recover from Contractor all the cost and expense, including attorneys’ fees and administrative costs, incurred by Owner in connection therewith. 3. Owner may accept the defective, damaged, flawed, unsuitable, nonconforming, incomplete, or dilatory Work or part thereof and make an equitable reduction in the Contract Price. 4. Owner may terminate this Contract without liability for further payment of amounts due or to become due under this Contract. 5. Owner may, without terminating this Contract, terminate Contractor’s rights under this Contract and, for the purpose of completing or correcting the Work, evict Contractor and take possession of all equipment, materials, supplies, tools, appliances, plans, specifications, schedules, manuals, drawings, and other papers relating to the Work, whether at the Work Site or elsewhere, and either complete -13- 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 withhold from any Progress Payment or Final Payment, whether or not previously approved, or may recover from Contractor, any and all costs, including attorneys’ fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to any Event of Default. 8. Owner may recover any damages suffered by Owner. 6.4 Owner’s Additional Remedy for Delay If the Work is not completed by Contractor, in full compliance with, and as required by or pursuant to, this Contract, within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or may, in the exercise of its sole and absolute discretion, permit Contractor to complete the Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or not previously approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the “Per Diem Administrative Charge” set forth in Attachment A, as well as any additional damages caused by such delay. 6.5 Terminations and Suspensions Deemed for Convenience Any termination or suspension of Contractor’s rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract. ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS 7.1 Binding Effect This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, employees, agents, and representatives of such party. -14- CONTRACT 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may be construed (1) to create the relationship of principal and agent, partners, or joint venturers between Owner and Contractor or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm, or corporation. If at any time it is found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract will, at Owner’s option, be null and void. Contractor hereby represents and warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism, and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating, the Work on behalf of any such person, group, entity or nation. 7.4 Assignment Contractor may not (1) assign this Contract in whole or in part, (2) assign any of Contractor’s rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner’s prior written approval will not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor. 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work. -15- CONTRACT 7.6 No Waiver No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, nor any order by Owner for the payment of money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract, nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor operate to waive or otherwise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. 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 Notices All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set forth below by properly addressed, postage prepaid, certified or registered mail, return receipt requested. Notices and communications to Owner must be addressed to, and delivered at, the following address: Village of Oak Brook 1200 Oak Brook Road Oak Brook, Illinois 60523 Attention: Doug Patchin, Public Works Director Notices and communications to Contractor must be addressed to, and delivered at, the following address: The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. -16- 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 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois; venue for any action related to this Contract will be in the Circuit Court of DuPage County, Illinois. 7.10 Changes in Laws Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time. 7.11 Compliance with Laws A. Compliance Required. Contractor must give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (see Subsection C of this Section) (a copy of 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 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et seq., the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et seq.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 50/1 et seq., and the Occupational Safety and Health Act of 1970, 29 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 ILCS 130/0.01 et seq. (the “Act”), must submit to the Village a -17- CONTRACT certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the contractor or subcontractor that certifies that (1) such records are true and accurate, (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Act, and (3) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor’s false certification. On two business days’ notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the Village and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs, Royalties, and Fees. Contractor will pay or cause to be paid all costs, royalties, and fees arising from the use on, or the incorporation into, the Work, of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions. B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using any equipment, materials, supplies, tools, appliances, devices, processes, or inventions supplied or required to be supplied or used under this Contract, Contractor must promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, quality, suitability, and market value, for review by Owner. If Owner should disapprove the offered substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and use, any such equipment, materials, supplies, tools, appliances, devices, processes, or inventions as may by this Contract be required to be supplied, Contractor must pay such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment, materials, supplies, tools, appliances, devices, processes, or inventions without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should Contractor neglect or refuse to make any approved substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner will have the right to make such substitution, or Owner may pay such royalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made. 7.13 Time The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days. -18- 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] -19- 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: _________________________________ CONTRACTOR By: _________________________________ Name: _________________________________ Title: _________________________________ Attest: By: _________________________________ Name: _________________________________ Title: _________________________________ -20- CONTRACTOR’S CERTIFICATION STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) CONTRACTOR’S CERTIFICATION [contractor’s executing officer], being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of (i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the “Patriot Act”) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. DATED: ____________________, 20___. CONTRACTOR By: _________________________________ Name: _________________________________ Title: _________________________________ Attest: By: _________________________________ Name: _________________________________ Title: _________________________________ Subscribed and Sworn to before me on ____________________, 20___. My Commission expires: __________________ ____________________________ Notary 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 following: Replacing concrete over the coal room, removing the heating oil tank, replacing the concrete planter box, 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 doorway, eliminating waterproofing the coal room, and installing a smaller on-grade concrete slab. 2. Work Site: 1112 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 Owner. Village anticipates work to start on October 3, 2016. 5. Completion Date: Completed by November 30, 2016. The Completion Date will be subject to equitable adjustment if the Commencement Date is delayed pursuant to Subsection 2.2A of the Contract. -1- ATTACHMENT A 6. Insurance Coverage: Certificates of Insurance shall be presented to Owner within fifteen (15) days after the receipt by the Contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Owner will not approve and execute the Contract until acceptable insurance certificates are received and approved by Owner. Each contractor performing any work pursuant to a contract with Owner and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $25,000, the required limit shall be $1,000,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by Owner. At the option of Owner, either the insurer shall reduce or eliminate such deductible or self- insured retention as respect to Owner, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Owner, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities 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 -2- 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) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Owner, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Owner, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Owner. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to Owner. Each insurance policy shall name the Owner, its officers, officials and employees, volunteers and agents as Additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Owner with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Owner and shall be subject to approval by the Village Attorney before work commences. The Owner reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.  D. Builders 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, -3- 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 with a combined single limit for bodily injury and property damage of not less than $1,000,000.  F. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so that, when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover that loss.  G. 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 Liability ____________________________________________________________ ____________________________________________________________ The Additional Insured endorsement must identify Owner as follows: The Village of Oak Brook and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. -4- ATTACHMENT A  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 Policy or Policies Kluber Architects & Engineers 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 : $ ________________________________________ In words B. ALTERNATE BID 2. 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. $ ________________________________________ In words 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. -5- ATTACHMENT A B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner (“Breakdown Schedule”). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner’s determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in the Schedule of Prices. The actual number of acceptable units installed and complete in place will be measured on the basis described in Attachment B to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner’s estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third party. -6- ATTACHMENT A 9. Per Diem Administrative Charge: $500 per day. 10. Standard Specifications: The Contract also includes Owner’s Village Code and Building Codes. References to any 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- PROJECT NO. 14-172-872-PHASE 1 00 01 01 - 1 SECTION 00 01 01 Copyright 2016 by KLUBER, INC.; All Rights Reserved PROJECT TITLE PAGE SECTION 00 01 01 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 PROJECT NO. 14-172-872-PHASE 1 00 01 07 - 1 SECTION 00 01 07 Copyright 2016 by KLUBER, INC.; All Rights Reserved SEALS PAGE SECTION 00 01 07 SEALS PAGE 1.01 DESIGN PROFESSIONALS' SEALS A. ARCHITECT:B. STRUCTURAL ENGINEER: END OF DOCUMENT PROJECT NO. 14-172-872-PHASE 1 00 01 10 - 1 SECTION 00 01 10 Copyright 2016 by KLUBER, INC.; All Rights Reserved TABLE OF CONTENTS SECTION 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS PAGES Introductory Information 00 01 01 Project Title Page 00 01 01-1-1 00 01 07 Seals Page 00 01 07-1-1 00 01 10 Table of Contents 00 01 10-1-3 00 01 15 List of Drawing Sheets 00 01 15-1-1 SPECIFICATIONS PAGES Division 01 -- General Requirements 01 10 00 Summary 01 10 00-1-2 01 23 00 Alternates 01 23 00-1-2 01 30 00 Administrative Requirements (1 page attachment)01 30 00-1-6 01 40 00 Quality Requirements 01 40-00-1-6 01 41 00 Regulatory Requirements 01 41 00-1-2 01 42 00 References 01 42 00-1-5 01 50 00 Temporary Facilities and Controls 01 50 00-1-3 01 57 13 Temporary Erosion and Sediment Control 01 57 13-1-6 01 60 00 Product Requirements (1 page attachment)01 60 00-1-4 01 70 00 Execution and Closeout Requirements 01 70 00-1-9 01 78 00 Closeout Submittals 01 78 00-1-5 Division 02 -- Existing Conditions 02 41 00 Demolition 02 41 00-1-4 02 65 00 Underground Storage Tank Removal 02 65 00-1-9 Division 03 -- Concrete 03 10 00 Concrete Forming and Accessories 03 10 00-1-4 03 20 00 Concrete Reinforcing 03 20 00-1-2 03 30 00 Cast-in-Place Concrete 03 30 00-1-7 Division 07 -- Thermal and Moisture Protection 07 13 00 Sheet Waterproofing 07 13 00-1-4 07 18 00 Traffic Coatings 07 18 00-1-3 PROJECT NO. 14-172-872 00 01 10 - 2 SECTION 00 01 10 Copyright 2016 by KLUBER, INC.; All Rights Reserved TABLE OF CONTENTS 07 21 00 Thermal Insulation 07 21 00-1-2 Division 31 -- Earthwork 31 22 00 Grading 31 22 00-1-3 31 23 16 Excavation 31 23 16-1-2 31 23 23 Fill 31 23 23-1-5 Division 33 -- Utilities 33 46 00 Subdrainage 33 46 00-1-2 END OF TABLE OF CONTENTS PROJECT NO. 14-172-872-PHASE 1 00 01 15 - 1 SECTION 00 01 15 Copyright 2016 by KLUBER, INC.; All Rights Reserved DRAWING INDEX SECTION 00 01 15 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 NO. 14-172-872-PHASE 1 01 10 00 - 1 SECTION 01 10 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SUMMARY SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.01 PROJECT A.Project Name: Phase 1: Heritage Center Exterior Renovation and Improvements. B.Owner's Name: Village of Oak Brook. 1.02 CONTRACT DESCRIPTION A.Contract Type: A single prime contract based on Lump Sum contract as described in the Village 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 demolition 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 alterations work is shown on drawings and specifications. 1.04 WORK BY OWNER A.Owner will contract and/or self perform for the minor electrical, lighting, fire protection and removal of the existing condensing unit on the slab in order remove and replace the exterior slab. This includes demolition and re-installation of such items. B.Owner will supply and install the following: 1.Landscape restoration over excavated and filled 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 Owner 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 Owner: 1.Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 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 building is unoccupied. PROJECT NO. 14-172-872 01 10 00 - 2 SECTION 01 10 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SUMMARY 2.Do not disrupt or shut down life safety systems, including but not limited to fire alarm system, without 7 days notice to Owner and authorities 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. 14-172-872-PHASE 1 01 23 00 - 1 SECTION 01 23 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved ALTERNATES SECTION 01 23 00 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A.Description of alternates. B.Procedures for pricing alternates. 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 alternate. 1.03 SCHEDULE OF ALTERNATES A.Alternate No. 1 - Demolish exterior concrete walls enclosing basement area where fuel tank exists. Fill excavation with granular fill as specified in Section 31 23 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 01 30 00 - 1 SECTION 01 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.Preconstruction meeting. B.Site mobilization meeting. C.Progress meetings. D.Construction progress schedule. E.Architect/Engineer-provided CAD files. F.Number of copies of submittals. G.Submittal procedures. 1.02 RELATED REQUIREMENTS A.Section 01 70 00 - Execution and Closeout Requirements: Additional coordination requirements. B.Section 01 78 00 - Closeout Submittals: Project record documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION 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 meeting 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. 14-172-872 01 30 00 - 2 SECTION 01 30 00 Copyright 2016 by KLUBER, INC.; All 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 testing. 10.Procedures for maintaining record documents. 11.Requirements for start-up of equipment. 12.Inspection 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 Architect/Engineer, 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 suppliers, 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 schedule 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 those affected by decisions made. PROJECT NO. 14-172-872 01 30 00 - 3 SECTION 01 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved ADMINISTRATIVE REQUIREMENTS 3.04 CONSTRUCTION PROGRESS SCHEDULE A.Within 10 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B.If preliminary schedule requires revision after review, submit revised schedule within 5 days. C.Within 5 days after review of preliminary schedule, submit draft of proposed complete schedule for review. D.Within 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 depicting graphic information for the project as follows: 1.Architectural Floor Plans: Column grid, walls, floors, stairs, doors, windows, room numbers, ceiling grid, mechanical diffusers, plumbing 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, electrical, 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, circuit numbers and home runs, plumbing equipment, piping runs and riser diagrams, and architectural/engineering text or details. No other CAD files, data or information will be provided. 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 acknowledges 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 OF 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. PROJECT NO. 14-172-872 01 30 00 - 4 SECTION 01 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved ADMINISTRATIVE REQUIREMENTS B.Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect/Engineer. 1.After review, produce duplicates. 2.Retained samples will not be returned to Contractor unless specifically so stated. END OF SECTION 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 have 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: _______________________________________________________________________ Date: ________________ 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 on Bid Documents. Plans do not 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. Plans depict entire floors and are not formatted, partial plans as depicted in the Bidding Documents. Files are provided in R2007 .DWG format.) PROJECT NO. 14-172-872-PHASE 1 01 40 00 - 1 SECTION 01 40 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved QUALITY REQUIREMENTS SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.Quality assurance submittals. B.Sequencing and scheduling of the work with testing and inspections. C.Control of installation. D.Tolerances. E.Testing and inspection services. 1.02 RELATED REQUIREMENTS A.Section 01 41 00 - Regulatory Requirements. B.Section 01 42 00 - References. 1.03 REFERENCE STANDARDS A.ASTM C1021 - 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 Soil and Rock as Used in Engineering Design and Construction; 2012a. D.ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection; 2014a. 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; 2010a. I.ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2010b. 1.04 SUBMITTALS A.Testing Agency Qualifications: 1.Prior to start of Work, submit agency name, address, and telephone number, and names of full time registered Engineer and responsible officer. PROJECT NO. 14-172-872 01 40 00 - 2 SECTION 01 40 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved QUALITY REQUIREMENTS B.Design Data: Submit for Architect/Engineer's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. C.Test Reports: After each test/inspection, promptly submit two copies of report to Architect/Engineer and to Contractor. 1.Include: a.Date issued. b.Project title and number. c.Name of inspector. d.Date and time of sampling or inspection. e.Identification of product and specifications section. f.Location in the Project. g.Type of test/inspection. h.Date of test/inspection. i.Results of test/inspection. j.Conformance with Contract Documents. k.When requested by Architect/Engineer, provide interpretation of results. D.Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect/Engineer, in quantities specified for Product Data. 1.Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. E.Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.05 TESTING AND INSPECTION AGENCIES A.Owner will employ and pay for services of an independent testing agency to perform specified 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.Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, and ASTM C1093. 2.Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 1.06 SEQUENCING AND SCHEDULING A.Soils Testing: As each portion of the Work is completed, notify testing laboratory to perform compaction and moisture density tests. PROJECT NO. 14-172-872 01 40 00 - 3 SECTION 01 40 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved QUALITY REQUIREMENTS 1.Test compaction of existing 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. 2.Proceed promptly with additional portions of the Work only after satisfactory results have been verified in writing. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A.Monitor quality control over suppliers, manufacturers, products, services, site 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 Architect/Engineer 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 products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A.Monitor fabrication and installation 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 specified standards. 3.Ascertain compliance of materials and mixes with requirements of Contract Documents. 4.Promptly notify Architect/Engineer and Contractor of observed irregularities or non-conformance of Work or products. 5.Perform additional tests and inspections required by Architect/Engineer. 6.Submit reports of all tests/inspections specified. PROJECT NO. 14-172-872 01 40 00 - 4 SECTION 01 40 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved QUALITY REQUIREMENTS B.Limits on Testing/Inspection Agency Authority: 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 Responsibilities: 1.Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2.Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3.Provide incidental labor and facilities: a.To provide access to Work to be tested/inspected. b.To obtain and handle samples at the site or at source of Products to be tested/inspected. c.To facilitate tests/inspections. d.To provide storage and curing of test samples. 4.Notify Architect/Engineer and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5.Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6.Arrange with Owner'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 same agency on instructions by Architect/Engineer. E.Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.04 SCHEDULE OF TESTS AND INSPECTIONS: A.Soils Testing: Owner's Testing Service. 1.Section 31 23 16 - Excavation and Section 31 23 23 - Fill: a.Test and inspect subgrades and each fill or backfill layer. b.Building pad and footing subgrades to verify design bearing capacities. Perform testing in accordance with project 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 backfill 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 cubic yards. PROJECT NO. 14-172-872 01 40 00 - 5 SECTION 01 40 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved QUALITY REQUIREMENTS b)Sample shall consist of 4 specimens. Break schedule: 1 at 7 days, 2 at 28 days and final held for possible future break if directed by . c)Slump: 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 site 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 Architect and Contractor within 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-PHASE 1 01 41 00 - 1 SECTION 01 41 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved REGULATORY REQUIREMENTS SECTION 01 41 00 REGULATORY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.General. B.Definitions. C.Quality Assurance. D.Regulatory Requirements. 1.02 RELATED SECTIONS A.Section 01 10 00 - Summary. B.Section 01 42 00 - References. 1.03 GENERAL A.Comply with all applicable laws, rules, regulations, codes and ordinances. B.If the Contractor observes that the Contract Documents may be at variance with specified codes, notify the Architect/Engineer immediately. Architect/Engineer shall issue all changes in accordance with the General Conditions. C.It shall not be the Contractor's primary responsibility to make certain that the Contract Documents are in accordance with all applicable laws, rules and regulations, however, when the Contractor performs work knowing or having reason to know that the work in question is contrary to applicable laws, rules, and regulations, and fails to notify the Architect/Engineer, the Contractor shall pay all costs arising therefrom. 1.04 DEFINITIONS A.Definitions: 1.Codes: Codes are statutory requirements, rules or regulations of governmental 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 available for the Contractor's inspection. 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. PROJECT NO. 14-172-872 01 41 00 - 2 SECTION 01 41 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved REGULATORY REQUIREMENTS 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 International Plumbing Code, 2009 Edition, with local amendments. d.ICC International Fuel Gas Code, 2009 Edition, 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, 2009 Edition, with local amendments. h.National Electrical Code, 2008 Edition, with local amendments. 2.State code requirements: a.Capital Development Board (CDB): a)Illinois Accessibility Code, 1997 Edition. b)ICC INternational Energy Conservation Code, 2012 Edition. b.Illinois Department of Labor (IDOL): Safety Glazing Materials Act - Illinois Revised Statutes, chap. 111 1/2, paragraph 3101, et seq. c.Illinois Department of Public Health (IDPH): a)Illinois Plumbing Code (Illinois Administrative Code, Title 77, Chapter I, Subchapter r, Part 890), with local amendments. d.Illinois Environmental Protection Agency (IEPA): a)Air-Pollution Standards. b)Noise Pollution Standards. c)Water Pollution Standards. d)Public Water Supplies e)Solid Waste Standards. f)Illinois Recommended Standards for Sewage Work. e.Illinois State Fire Marshal (OSFM): a)Boiler & Pressure Vessel Safety Code (Illinois Administrative Code, Title 44, Chapter I, Part 120). b)Illinois Rules & Regulations for Fire Prevention & Safety (as amended). c)Gasoline and Volatile Oils (Illinois Revised Statutes, chap. 17 1/2, 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. 14-172-872-PHASE 1 01 42 00 - 1 SECTION 01 42 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved REFERENCES SECTION 01 42 00 REFERENCES PART 1 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 relating to referenced standards. E.Applicability of referenced standards. F.List of industry organizations and certain of their respective documents. 1.02 DRAWING SYMBOLS AND CONVENTIONS A.Abbreviations and graphic symbols are defined on the General Notes, Symbols & Abbreviations sheet of the drawings. B.Generally, symbols used on the 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, ASPE, or the IEEE. 1.03 DEFINITIONS A.Where the terms "indicated", "noted", "scheduled", "shown", or "specified" are used it is to help locate the reference; no limitation on location is intended except as specifically noted. B.Where the terms "directed", "requested", "authorized", "approved", are used as in "directed by the Architect/Engineer", no implied meaning shall be construed to extend the Architect/Engineer's responsibilities into the Contractor's purview of construction supervision. C.Where the term "approved" is used in conjunction with the Architect/Engineer's action on submittals, requests or applications it is limited to the duties of the Architect/Engineer 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 fulfill 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 address performance of the Work. E.Where the term "furnish" is used it means supply, deliver, and unload to the construction 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, anchoring, finishing, protecting, cleaning and all other similar operations required to fully incorporate an item into the Work. G.Where the term “provide” is used it means “furnish and install” as defined above. PROJECT NO. 14-172-872 01 42 00 - 2 SECTION 01 42 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved REFERENCES H.The "Project Site" is the space available to the Contractor for performance of construction 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 the 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 words 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 mean 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 activities shall be performed by specialists who are recognized experts in the operations to be performed. Specialists shall be used for said activities, however the final responsibility for fulfilling 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 Project 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 the Architect/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 stringent requirements are specified. All such applicable standards are made a part of the Contract Documents by reference. PROJECT NO. 14-172-872 01 42 00 - 3 SECTION 01 42 00 Copyright 2016 by KLUBER, INC.; All 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 regarding apparently conflicting standards to the Architect for a decision before proceeding. 2.The standard of quality or quantity levels specified, shown, or referenced shall be the minimum to be provided or performed. Refer questions regarding standards of minimum quality or quantity to the Architect before proceeding. 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.AISC -- AMERICAN INSTITUTE OF STEEL CONSTRUCTION, INC. G.ANSI -- AMERICAN NATIONAL STANDARDS INSTITUTE H.ASHRAE -- AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONING ENGINEERS, INC. I.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-PRESERVERS' ASSOCIATION M.AWS -- AMERICAN WELDING SOCIETY N.BHMA -- BUILDERS HARDWARE MANUFACTURERS ASSOCIATION O.BIA -- BRICK INDUSTRY ASSOCIATION P.BOCA -- BUILDING OFFICIALS & CODE ADMINISTRATORS INTERNATIONAL, INC. Q.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 PROJECT NO. 14-172-872 01 42 00 - 4 SECTION 01 42 00 Copyright 2016 by KLUBER, INC.; All Rights 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 -- PRECAST/PRESTRESSED CONCRETE INSTITUTE AF.SDI -- STEEL DOOR INSTITUTE AG.SDI -- STEEL DECK INSTITUTE, INC. AH.SGCC -- SAFETY GLAZING CERTIFICATION COUNCIL AI.SIGMA - SEALED INSULATING GLASS MANUFACTURERS ASSOCIATION (See IGMA) AJ.SJI -- 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. AO.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 AGENCIES/DOCUMENTS 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 AGENCIES/DOCUMENTS A.CDB -- ILLINOIS CAPITAL DEVELOPMENT BOARD B.IDOL -- ILLINOIS DEPARTMENT OF LABOR PROJECT NO. 14-172-872 01 42 00 - 5 SECTION 01 42 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved REFERENCES C.IDPH -- 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. 14-172-872-PHASE 1 01 50 00 - 1 SECTION 01 50 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY FACILITIES AND CONTROLS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A.Temporary utilities. B.Temporary telecommunications services. C.Temporary sanitary facilities. D.Temporary Controls: Barriers, enclosures, and fencing. 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 existing 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: Site Superintendent, Project Manager and all sub-contractors are required to carry mobile cell phones. 2.Email: Account/address 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 site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. PROJECT NO. 14-172-872 01 50 00 - 2 SECTION 01 50 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY FACILITIES AND CONTROLS B.Provide barricades and covered walkways required by governing authorities for public rights-of-way . C.Provide protection for plants designated to remain. Replace damaged plants. D.Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.06 FENCING A.Construction: Commercial grade chain link 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 required to separate work areas from Owner-occupied areas, to prevent penetration of dust and moisture into Owner-occupied areas, and to prevent damage to existing materials and equipment. B.Construction: Framing and reinforced polyethylene sheet materials with closed joints 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 lids. Remove trash from site periodically. PROJECT NO. 14-172-872 01 50 00 - 3 SECTION 01 50 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY FACILITIES AND CONTROLS C.If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D.Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.12 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A.Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B.Remove underground installations to a minimum 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 original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION PROJECT NO. 14-172-872-PHASE 1 01 57 13 - 1 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A.Prevention of erosion due to construction activities. B.Prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities. C.Restoration of areas eroded due to insufficient preventive measures. D.Compensation of Owner for fines levied by authorities having jurisdiction due to non-compliance by Contractor. 1.02 REFERENCE STANDARDS A.ASTM D4355 - Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus; 2007. B.ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 1999a (Reapproved 2009). C.ASTM D4533 - Standard Test Method for Trapezoid Tearing Strength of Geotextiles; 2011. D.ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles; 2008. E.ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile; 2012. F.ASTM D4873 - Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples; 2002 (Reapproved 2009). G.EPA (NPDES) - National Pollutant Discharge Elimination System (NPDES), Construction General Permit; current edition. 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), Phases I and II, under requirements for the 2003 Construction General Permit (CGP). B.Develop and follow an Erosion and Sedimentation Prevention 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 having jurisdiction. D.Timing: Put preventive measures in place as soon as possible after disturbance of surface cover and before precipitation occurs. PROJECT NO. 14-172-872 01 57 13 - 2 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All 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 storm and sanitary sewer systems, including open drainage channels, in excess of actual capacity or amount allowed by authorities having jurisdiction, whichever is less. 2.Anticipate runoff volume due to the 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 development of ruts due to equipment and vehicular 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 site 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 mud and sediment from flowing 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 sedimentation of waterways on the project site, including 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. 2.If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm. I.Sedimentation of Waterways Off Site: Prevent sedimentation of waterways off the project site, including 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 01 30 00 - Administrative Requirements, for submittal procedures. B.Erosion and Sedimentation Control 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 01 57 13 - 3 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL 2.Include: a.Site plan identifying soils and vegetation, existing erosion problems, and areas vulnerable to erosion due to topography, soils, vegetation, or drainage. b.Site plan showing grading; new improvements; temporary roads, traffic accesses, and other temporary construction; and proposed preventive measures. c.Where extensive areas of soil will 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 jurisdiction. 4.Obtain the approval of the Plan by Owner. C.Certificate: Mill certificate 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 accomplished. PART 2 PRODUCTS 2.01 MATERIALS A.Mulch: Use one of the following: 1.Straw or hay. 2.Erosion control matting or netting. B.Grass Seed For Temporary Cover: Select a species appropriate to climate, planting season, and intended purpose. If same area will later be planted with permanent vegetation, do not use species known to be excessively competitive or prone to volunteer in subsequent seasons. C.Silt Fence Fabric: Polypropylene geotextile resistant to common soil chemicals, mildew, and insects; non-biodegradable; in longest lengths possible; fabric including 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 D4491. 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 lb-f, minimum, in machine direction; when tested in accordance with ASTM D4632. 5.Elongation: 15 to 30 percent, when tested in accordance with ASTM D4632. 6.Tear Strength: 55 lb-f, minimum, when tested in accordance with ASTM D4533. 7.Color: Manufacturer's standard, with embedment and fastener lines preprinted. D.Silt Fence Posts: One of the following, 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 01 57 13 - 4 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL 2.Softwood, 4 by 4 inches in cross section. PART 3 EXECUTION 3.01 EXAMINATION A.Examine site and identify existing features that contribute to erosion resistance; maintain such existing features to greatest extent possible. 3.02 PREPARATION A.Schedule work so that soil surfaces are left exposed for the minimum amount of time. 3.03 SCOPE OF PREVENTIVE MEASURES A.In all cases, if 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, minimum. 3.Provide at each construction entrance from public right-of-way. 4.Where necessary to prevent tracking of mud onto right-of-way, 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, including soil stockpiles. b.Along the top of the slope or top bank of drainage channels and swales that traverse disturbed areas. c.Along the toe of cut slopes and fill slopes. d.Perpendicular to flow across the bottom of existing and new drainage channels and swales that traverse disturbed areas or carry runoff from disturbed areas; space at maximum of 200 feet apart. e.Across the entrances to culverts that receive runoff from disturbed areas. 2.Space sediment barriers with the following maximum slope 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 feet. 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 inlet 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. 14-172-872 01 57 13 - 5 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL F.Temporary Splash Pads: Stone aggregate over filter fabric; size to suit application; provide at downspout outlets and storm water outlets. G.Soil Stockpiles: Protect using one of the following measures: 1.Cover with polyethylene film, secured by placing soil on outer edges. 2.Cover with mulch at least 4 inches thickness of pine needles, sawdust, bark, wood chips, or shredded leaves, or 6 inches of straw or hay. H.Mulching: Use only for areas that may be subjected to erosion for less than 6 months. I.Temporary Seeding: Use where temporary vegetated cover is required. 3.04 INSTALLATION A.Silt Fences: 1.Store and handle fabric in accordance with ASTM D4873. 2.Where slope gradient is less than 3:1 or barriers will be in place less than 6 months, use nominal 16 inch high barriers with minimum 36 inch long posts spaced at 6 feet maximum, 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 months, 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 height of slope between barriers is more than 20 feet, use nominal 32 inch high barriers with woven wire reinforcement and steel posts spaced at 4 feet maximum, with fabric embedded at least 6 inches in ground. 5.Install with top of fabric at nominal height and embedment as specified. 6.Embed bottom of fabric in a trench on the upslope side of fence, with 2 inches of fabric laid flat on bottom of trench facing upslope; backfill trench and compact. 7.Do not splice fabric width; minimize splices in fabric length; splice at post only, overlapping at least 18 inches, with extra post. 8.Fasten fabric to wood posts using one of the following: a.Four nails per post with 3/4 inch diameter flat or button head, 1 inch long, and 14 gage, 0.083 inch shank diameter. b.Five staples per post with at least 17 gage, 0.0453 inch wire, 3/4 inch crown width and 1/2 inch long legs. 9.Fasten fabric to steel posts using wire, nylon cord, or integral pockets. 10.Wherever runoff will flow around end of barrier or over the top, provide temporary splash pad or other outlet protection; at such outlets in the run of the barrier, make barrier not more than 12 inches high 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 ton of mulch. 2.Erosion Control Matting: Comply with manufacturer's instructions. C.Mulching Over Small and Medium Areas: 1.Dry Straw and Hay: Apply 4 to 6 inches depth. 2.Erosion Control Matting: Comply with manufacturer's instructions. PROJECT NO. 14-172-872 01 57 13 - 6 SECTION 01 57 13 Copyright 2016 by KLUBER, INC.; All Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL D.Temporary Seeding: 1.When hydraulic seeder is used, seedbed preparation is not required. 2.When surface soil has been sealed 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 pound per 1000 sq ft. 4.On soils of very low fertility, apply 10-10-10 fertilizer at rate of 12 to 16 pounds per 1000 sq ft. 5.Incorporate fertilizer into soil before seeding. 6.Apply seed uniformly; 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 established. 3.05 MAINTENANCE A.Inspect preventive measures weekly, within 24 hours after the end of any storm 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, whether by runoff or other causes. D.Clean out temporary sediment control structures weekly and relocate soil on site. E.Place sediment in appropriate locations on site; do not remove from site. 3.06 CLEAN UP 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 would leave exposed soil, shape surface to an acceptable grade and finish to match adjacent ground surfaces. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 01 60 00 - 1 SECTION 01 60 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved PRODUCT REQUIREMENTS SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.General product requirements. B.Re-use of existing products. C.Transportation, handling, storage and protection. D.Product option requirements. E.Substitution limitations and procedures. F.Maintenance materials, including extra materials, 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 Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C.Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1.For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A.Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B.Unforeseen historic 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.Reused Products: Reused products include materials and equipment previously used in this or other construction, salvaged and refurbished as specified. 2.02 NEW PRODUCTS A.Provide new products unless specifically required or permitted by the Contract Documents. B.Designed, manufactured, and tested in accordance with industry standards. PROJECT NO. 14-172-872 01 60 00 - 2 SECTION 01 60 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved PRODUCT REQUIREMENTS 2.03 PRODUCT OPTIONS A.Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B.Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. 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.Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B.Deliver to Project site and place in location directed by Owner's representative; obtain Owner's signature on receipt for delivery prior to final payment. Submit signed receipts with Closeout Submittals. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A.Substitutions 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 will not be considered. If a request is approved, the 4 will 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 the following 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 product as required. C.Document each request utilizing Substitution Request Form following 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.Will coordinate installation and make changes to other Work that 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 having jurisdiction over the Project. PROJECT NO. 14-172-872 01 60 00 - 3 SECTION 01 60 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved PRODUCT REQUIREMENTS E.Substitutions of products or product characteristics/components/accessories will not be considered when they are indicated or implied on Contractor's submittals, without separate written request, or when acceptance will require revision to the Contract Documents, whether rejection of said subsititutions is expressly identified by on Contractor's 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 following minimum documentation with each Substitution Request Form: a.Product identification, manufacturer, product data including dimensions and weight, performance and installation instructions. b.Side-by-side itemized comparison of proposed substitution with specified product. c.Coordination information including other modifications required as a result of proposed substitution. d.Cost information including the effect of the proposed substitution on the Contract Sum. 3.Sign and date the Substitution Request Form. 4.Architect/Engineer will notify submitter in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A.Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B.Transport and handle products in accordance with manufacturer's instructions. C.Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D.Promptly inspect shipments to ensure that products comply 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 packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND PROTECTION A.Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B.Store and protect products in accordance with manufacturers' instructions. C.Store with seals and labels intact and legible. D.Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E.For exterior storage of fabricated products, place on sloped supports above ground. PROJECT NO. 14-172-872 01 60 00 - 4 SECTION 01 60 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved PRODUCT REQUIREMENTS F.Provide bonded 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. I.Prevent contact with material that may cause corrosion, discoloration, or staining. J.Provide equipment and personnel to store 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 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: 1. The proposed substitution does not affect dimensions shown on drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailings, 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 ___________________________________________________ [ ] Accepted [ ] Accepted as noted Address ________________________________________________ [ ] Not Accepted [ ] Received too late __________________________________________ By: _______________________________ Date ________________________________ Date ____________________________________ Telephone _______________________________ Remarks ___________________________________ Attachments: PROJECT NO. 14-172-872-PHASE 1 01 70 00 - 1 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.Examination, preparation, and general installation procedures. B.Pre-installation meetings. C.Cutting 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 01 78 00 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Cutting and Patching: Submit written request in advance of cutting 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.Work 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 work, 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 shoring and bracing, employ a Professional Structural Engineer experienced in design of this type of work and licensed 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 01 70 00 - 2 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS C.Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. D.Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. 1.Provide dust-proof barriers between construction 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 cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1.Minimize amount of bare soil exposed at one time. 2.Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3.Construct fill 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 methods, means, and facilities to minimize noise produced by construction operations. G.Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. H.Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. I.Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, 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.Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing 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, ducts, 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 construction. Coordinate locations of fixtures and outlets with finish elements. F.Coordinate completion and clean-up of work of separate sections. PROJECT NO. 14-172-872 01 70 00 - 3 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS G.After Owner occupancy of premises, coordinate access to site for correction of defective work 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 specified in product sections; match existing products and work for patching and extending work. B.Type and Quality of Existing Products: Determine 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 01 60 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 existing substrate is capable of structural support or attachment of new work being 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-ordering or misfabrication. E.Verify that utility services are available, of the correct characteristics, and in the correct locations. F.Prior to Cutting: Examine existing conditions prior to commencing work, including 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 existing 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 affected by, work of the specific section. C.Notify Architect/Engineer four days in advance of meeting date. PROJECT NO. 14-172-872 01 70 00 - 4 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS 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 starting work. B.Promptly notify Architect/Engineer of any discrepancies discovered. C.Protect survey control points prior to starting site work; preserve permanent reference points during construction. D.Promptly report to Architect/Engineer the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E.Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect/Engineer. F.Utilize recognized engineering survey practices. G.Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1.Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2.Grid or axis for structures. 3.Building foundation, column locations, ground floor elevations. H.Periodically verify layouts by same 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.Install equipment and fittings 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 transitions 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 NO. 14-172-872 01 70 00 - 5 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS 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 adjacent work. 5.Repair areas adjacent to cuts to required condition. 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-conforming work. C.Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. 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 tools not allowed without prior approval. F.Restore work with new products in accordance with requirements of Contract Documents. G.Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H.Patching: 1.Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2.Match color, texture, and appearance. 3.Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A.Maintain areas free of waste materials, debris, and rubbish. Maintain 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, prior to enclosing the space. C.Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D.Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A.Protect installed work from damage by construction 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. 14-172-872 01 70 00 - 6 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS D.Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E.Protect finished 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 activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G.Prohibit traffic from landscaped areas. H.Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 ADJUSTING A.Adjust operating products and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A.Execute final cleaning prior to final project 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 labels 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 cleaning materials appropriate to the surface and material being cleaned. F.Clean debris from roofs, gutters, downspouts, and drainage systems. G.Clean site; sweep paved areas, rake clean landscaped surfaces. H.Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A.Make submittals that are required by governing or other authorities. B.Notify Architect/Engineer 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 items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner-occupied areas. E.Notify Architect/Engineer when work is considered finally complete. PROJECT NO. 14-172-872 01 70 00 - 7 SECTION 01 70 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS F.Complete items of work determined by Architect/Engineer's final inspection. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 01 78 00 - 1 SECTION 01 78 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CLOSEOUT SUBMITTALS SECTION 01 78 00 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A.Project Record Documents. B.Warranties and bonds. 1.02 RELATED REQUIREMENTS A.Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B.Section 01 70 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 within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty 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 construction. D.Record information concurrent with construction progress. E.Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 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 01 78 00 - 2 SECTION 01 78 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CLOSEOUT SUBMITTALS F.Record Drawings : Legibly mark each item to record actual construction including: 1.Measured depths of foundations in relation to finish 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 not on original Contract drawings. 3.02 WARRANTIES AND BONDS A.Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items 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-PHASE 1 02 41 00 - 1 SECTION 02 41 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved DEMOLITION SECTION 02 41 00 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A.Selective demolition of built site elements. B.Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A.Section 01 10 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 01 50 00 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. D.Section 01 57 13 - Temporary Erosion and Sediment Control. E.Section 01 60 00 - Product Requirements: Handling and storage of items removed for salvage and relocation. F.Section 01 70 00 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. G.Section 02 65 00 - Underground Storage Tank (UST) Removal. H.Section 31 22 00 - Grading: Topsoil removal. I.Section 31 23 23 - Fill: Fill material for filling holes, pits, and excavations generated as a result of removal operations. 1.03 REFERENCE STANDARDS A.29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B.NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013. 1.04 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Site Plan: Showing: 1.Vegetation to be protected. 2.Areas for temporary construction and field offices. 3.Areas for temporary and permanent placement of removed materials. C.Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1.Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2.Identify demolition firm and submit qualifications. PROJECT NO. 14-172-872 02 41 00 - 2 SECTION 02 41 00 Copyright 2016 by KLUBER, INC.; All 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.Minimum of 3 years of documented experience. PART 2 PRODUCTS 2.01 MATERIALS A.Fill Material: As specified in Section 31 23 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.Comply with other requirements specified in Section 01 70 00. B.Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1.Obtain required permits. 2.Comply with applicable requirements of NFPA 241. 3.Use of explosives is not permitted. 4.Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public 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 could be hazardous to workers or the public. 7.Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8.Do not close or obstruct roadways or sidewalks without permit. 9.Conduct operations to minimize obstruction of public 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 permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. C.Do not begin removal until 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. 14-172-872 02 41 00 - 3 SECTION 02 41 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved DEMOLITION 2.Prevent movement or settlement of adjacent structures. 3.Stop work immediately if adjacent structures appear to be in danger. G.Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. H.If hazardous materials are discovered during removal operations, stop work and notify Architect/Engineer and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. I.Perform demolition in a manner that maximizes salvage and recycling of materials. 1.Dismantle existing construction and separate materials. 2.Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. J.Underground Storage Tanks: Remove and dispose of as specified in Section 02 65 00. 3.03 SELECTIVE DEMOLITION FOR ALTERATIONS A.Drawings showing existing construction and utilities are based on casual field observation only. 1.Verify that construction and utility arrangements are as shown. 2.Report discrepancies to Architect/Engineer before disturbing existing installation. 3.Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B.Separate areas in which demolition is being conducted from other areas that are still occupied. 1.Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 50 00 . C.Maintain 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 new work. 1.Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2.Remove items indicated on drawings. E.Protect existing work to remain. 1.Prevent movement of structure; provide shoring and bracing if necessary. 2.Perform cutting to accomplish removals neatly and as specified for cutting new work. 3.Repair adjacent construction and finishes damaged during removal work. 4.Patch as specified for patching new work. 3.04 DEBRIS AND WASTE REMOVAL A.Remove debris, junk, and trash from site. B.Leave site in clean condition, ready for subsequent work. C.Clean up spillage and wind-blown debris from public and private lands. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 02 65 00 - 1 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL SECTION 02 65 00 UNDERGROUND STORAGE TANK (UST) REMOVAL PART 1 GENERAL 1.01 SECTION INCLUDES A.Removal and disposal of underground storage tank, connected piping, and vent piping located on the inside of the building. 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 indicate 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 within the tank and is to be removed and disposed. e.Any and all testing, inspections, permits, etc. associated with the tank removal are the contractor's 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 soil below the slab on grade is contaminated and needs to be removed and replaced. B.Cleaning and vapor freeing of tanks. C.Fuel removal (if applicable). D.Temporary containment of excavated soil. E.Testing soils for contamination. F.Requirements for removal and disposal of contaminated soil. G.Contaminated water disposal (if any). H.Providing reports required by regulatory agencies (closure report/site assessment report). I.Excavate and expose underground storage tank. J.Obtain any and all applicable Village and Illinois Office of the State Fire Marshal permits. K.Cut and clean 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 01 70 00 - Execution and Closeout Requirements: Dewatering of excavations and water control. B.Section 02 41 00 - Demolition. PROJECT NO. 14-172-872 02 65 00 - 2 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 1.03 REFERENCE STANDARDS A.API RP 1604 - Closure of Underground Petroleum Storage Tanks; American Petroleum Institute; 1996 (R2010). B.API PUBL 1628 - Guide to the Assessment and Remediation of Underground Petroleum Releases; American Petroleum Institute; 1996. C.29 CFR 1910 - Occupational Safety and Health 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; Occupational 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 EM-385-1-1 - Safety and Health Requirements Manual; Corps of Engineers; 2008. H.EPA SW-846 - Test Methods for Evaluating Solid Waste, Physical/Chemical Methods; Environmental Protection Agency; current edition on-line at http://www.epa.gov/epawaste/hazard/testmethods/sw846/index.htm. I.EPA 600-4-790-20 - Methods for Chemical Analysis of Water and Wastes; Environmental Protection Agency; 1983. J.Title 41, Chapter 1, Park 175.830 - Removal of USTS. 1.04 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Site Safety and Health Plan: Describe safety and health plan and procedures as related to underground tank removal and pipe removal, and as related to operations associated with petroleum contaminated soils 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 Architect/Engineer fifteen days before beginning tank removal work. 2.Include a material handling plan that describes phases of dealing with the contaminated soil and water as it relates to the proposed tank and piping removal. 3.Include methods of excavating, a material handling plan for the contaminated material, soil testing requirements, safety precautions and requirements, and water pumping and collection requirements. D.Field Sampling and Laboratory Testing Plan: Describe field sampling methods and quality control procedures. 1.Identify laboratory and laboratory methods to be used for contamination testing. PROJECT NO. 14-172-872 02 65 00 - 3 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 2.Sample reports shall show sample identification for location, date, time, sample method, contamination level, name of individual sampler, identification of laboratory, and quality control procedures. E.Tank and Piping Removal and Disposal Plan: Describe methods, means, sequence of operations, and schedule to be employed in the testing, pumping, cleaning, de-vaporizing, inspecting, removal, and disposal of underground storage tanks and piping. F.Spill and Discharge Control Plan: Describe procedures and plan related to potential spills and discharge of contaminated soils and water. G.Reports: 1.Identification of tanks removed and disposed of, including site map showing location of tank and piping. 2.Starting and ending dates of reporting period. 3.Closure report. Incorporate reports, records, and data into a single binder with the title "SITE ASSESSMENT REPORT" on the cover of the binder. 4.Laboratory testing reports, including location of soil excavated and associated OVA/FID (organic vapor analyzer/flame ionization device) readings, and sampling and test results for: a.PNA (polynuclear aromatic hydrocarbons method 8270). b.BTEX (benzene, toluene, ethylbenzene, and xylene). c.TCLP (toxicity characteristic leaching procedure); if BTEX indicates gasoline, then provide TCLP. 5.Cumulative quantities of soil excavated, beginning 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 tank 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 Form and method of conditioning tank for disposal. 4.Contaminated soil disposal paperwork, such as laboratory testing reports. 5.Contaminated water disposal paperwork, such as laboratory testing results. 1.05 QUALITY ASSURANCE A.Perform work 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 following: a.API RP 1604. b.40 CFR 280 and State and local regulations and procedures. PROJECT NO. 14-172-872 02 65 00 - 4 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL c.Applicable safety rules and regulations. d.Use of equipment and procedures for testing and vapor-freeing tanks. e.Handling and disposal of types of wastes encountered in underground tank and pipe removal including disposal of underground tanks and associated piping. f.Excavation, testing, and disposal of petroleum contaminated soils, liquids, and sludge. g.Provide documentation that tank removers are certified if locality of project has this requirement. 2.Furnish the name and qualifications of the proposed Site Safety and Health Officer, based on education, training, and work experience. C.References: Furnish data proving experience on at least three prior projects that included types of activities similar to those in this project. Provide project titles, dates of projects, owners of projects, point of contact for each project, and phone numbers of each point of contact. PART 2 PRODUCTS - 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 Safety and Health Plan (SSHP). 1.The SSHP shall incorporate the requirements of 29 CFR 1910 and COE EM-385-1-1. 2.Site work shall not start until the SSHP is approved by the Architect/Engineer. B.Site Safety And Health Officer: Identify an individual to serve as the Site Safety and Health Officer (SSHO) who is a Certified Industrial Hygienist (CIH). 1.The SSHO CIH shall report problems and concerns regarding health and safety to the Architect/Engineer. 2.The SSHO CIH shall have a working knowledge of local and Federal occupational safety and health regulations, and shall provide training to Contractor employees in air monitoring practices and techniques. 3.The SSHO CIH shall also provide day to day industrial hygiene support, including air monitoring, training, and daily site safety inspections. 4.The SSHO CIH shall be trained in the use of the monitoring and sampling equipment, interpretation of data required to implement the SSHP, and to administer the elements of the SSHP. 5.The SSHO CIH shall 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 shall provide contingency measures for potential spills and discharges from handling and transportation of contaminated soils and water. 2.A possible source of guidance for assessment and remediation is API PUBL 1628. D.Exclusion Zone (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. 14-172-872 02 65 00 - 5 SECTION 02 65 00 Copyright 2016 by KLUBER, 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 limits 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 "Personnel and Equipment Decontamination." 4.The Contractor's site office, parking area, and other support facilities shall be located outside the EZ and CRZ. 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.Training: 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 initial entry into the work site. 2.On-Site Training: Prior to starting on-site work, a health and safety training class shall be held by the SSHO CIH to discuss the implementation of the SSHP. 3.Notify the Architect/Engineer 24 hours prior to beginning the training class. 4.Training Outline: Provide the following: a.Health and safety organization, including discussion of distribution of functions and responsibilities b.Organization and components 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 guidelines j.Decontamination procedures k.Basic first aid review l.Emergency procedures and contingency plan m.Site entry and exit procedures n.Sampling procedures F.Personnel Protection: Furnish appropriate personal safety equipment and protective clothing to personnel. 1.Ensure that safety equipment and protective clothing is kept clean and well maintained. 2.Furnish 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. 14-172-872 02 65 00 - 6 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 1.The SSHO CIH shall be responsible for ensuring that personal protective clothing and equipment are decontaminated before being reissued. I.First Aid And Emergency Response Equipment And Procedures: Provide appropriate emergency first aid equipment for treatment of exposure to site physical and chemical hazards. 1.Provide and post a list of emergency phone numbers and points of contact for fire, hospital, police, ambulance, and other necessary contacts. 2.Provide and post a route map detailing the directions to the nearest medical facility. J.Ignition Sources: Do not permit ignition sources in the EZ and CRZ. K.Personnel And Equipment Decontamination: Decontaminate personnel and equipment before exiting the work zones. L.Waste Disposal: The SSHP shall detail the practices and procedures to be utilized to dispose of wastes. Upon completion of the project, certify that equipment and materials were properly decontaminated prior to being removed from the site. M.Emergency Response Requirements: Furnish emergency response and contingency plan in accordance with 29 CFR 1910.38. 1.In an emergency, take action to remove or minimize the cause of the emergency, alert the Architect/Engineer, and institute necessary measures to prevent repetition of the emergency. 2.Equip site-support vehicles with route maps providing directions to the medical treatment facility. N.Unforeseen Hazards: Notify the Architect/Engineer of any unforeseen hazard or condition that becomes evident during work. 3.02 TANK CLEANING A.Provide clean and vapor free tank in accordance with API RP 1604 and the following Table of Tank History: 1.Tank No. ____: ____. a.Location: ______. b.Capacity: ______. 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 drums 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 shall be furnished by Contractor. 2.Dispose of remaining fuel emulsions in accordance with applicable local, state, and federal regulations. 3.Pump liquids from UST utilizing a vacuum tank truck that is a licensed special waste hauler who will manifest and dispose of liquids at an IEPA approved liquid recycling facility. PROJECT NO. 14-172-872 02 65 00 - 7 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 3.03 TEMPORARY CONTAINMENT OF EXCAVATED SOIL A.Provide temporary containment area near the excavated area. B.Cover containment area with 30 mil polyethylene sheeting. 1.Place excavated soil on the impervious barrier and cover with 6 mil polyethylene sheeting. 2.Provide straw bale berm around the outer limits of the containment area and cover with polyethylene sheets. 3.Secure edges of sheets to keep the polyethylene sheeting in place. 3.04 EXCAVATION A.Provide Architect/Engineer with written documentation, no later than 30 days before work begins, that proper state or local authorities have been notified. B.Notify Architect/Engineer at least 48 hours prior to start of tank removal work. 1.Stage operations to minimize the time that tank excavation is open and the time that contaminated 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 soil removed from the excavation in a temporary containment area. 2.Collect and temporarily store water runoff from stockpiled soils. 3.Contaminated soil materials may be used as backfill for tank and pipe excavations as follows: a.To determine soil contamination levels, continuously monitor soil materials excavated to remove tanks with an OVA/FID capable of detecting volatile organic vapors to a minimum of one ppm. b.Contaminated soils with OVA/FID readings of 5 ppm or greater shall be further tested for TPH and BTEX as specified herein. c.Soils with OVA/FID readings less than 5 ppm may be used as clean backfill. d.Dispose of unacceptably contaminated soils in accordance with federal, state, and local regulations. D.Excavation Methods: Select methods and equipment to remove soil to minimize disturbance to areas beyond the limits of the excavation area. 1.Material that becomes contaminated as a result of Contractor's operations shall be removed and disposed of at no additional cost to Owner. 2.Where excavation extends into groundwater levels, dewatering methods shall be employed on a localized basis to facilitate excavation operations, as specified in Section 01 70 00. 3.Water generated by dewatering during 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, shall be collected and tested. a.Test in accordance with EPA SW-846 and EPA/600/4-79/20 and state or locally required analyses. b.Water that contains contaminants above locally acceptable levels shall be disposed of in accordance with federal, state, and local regulations. c.Non-contaminated water may be disposed of on-site. PROJECT NO. 14-172-872 02 65 00 - 8 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL E.Structures: During excavation activities, if asphalt pavement, concrete slabs, or other structures are encountered, remove and wash with high pressure water cleaning equipment. 1.Remove and dispose of pavement, concrete, and other structures as specified in Section 02 41 00. 2.Remove existing concrete slab if determined to be contaminated. Remove 12" (base bid) of soil below slab and replace with compacted granular fill as specified in Section 31 23 23. 3.05 TESTING A.Stockpiled Soils: Soils with OVA/FID readings of 5 ppm or greater shall be further sampled and tested. 1.Test for PNAs and for BTEX in accordance with EPA SW-846 and EPA/600/4-79/20. 2.Test for toxicity characteristic leaching procedure (TCLP) for lead if leaded gasoline was stored in or near the underground tank being removed. 3.For BTEX and TCLP, provide one test for every 100 cubic yards. 4.Soils that contain 5 ppm or more BTEX and PNA or virgin petroleum products are considered contaminated materials. 5.Soils that test at levels less than the above may be used as clean fill. 6.Furnish results to Architect/Engineer within 24 hours after the results are obtained. B.Testing Under Tank After Removal of Tank: 1.If tank is 20 feet or less in length, take two samples. Each sample shall be 2 feet from each end of the tank and 2 feet below the bottom of the excavation. 2.If the tank is greater than 20 feet, take three samples. Two samples shall be 2 feet from each end of the tank and 2 feet below the bottom of the excavation. A third sample shall 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 soils. 5.Test for BTEX and PNAs in accordance with EPA SW-846 and EPA/600/4-79/20. 6.Soils that contain 5 ppm or more BTEX and PNA or virgin petroleum products are considered contaminated materials. 7.Soils that test at levels less than the above may be used as clean fill. 8.Furnish results to Architect/Engineer within 24 hours after the results are obtained. 9.Along with the results furnish a sketch showing underground tank, sampling location, and extent of excavations. 10.All final soil samples shall be collected per Illinois Adm. Code 734. C.Testing Along Piping: 1.For every 25 linear feet of product delivery piping, for every change in direction,and at every mechanical joint take one soil sample and analyze for BTEX and PNAs. 2.Conform to sampling and analysis of soil materials as specified above in the paragraph entitled "Testing Under Tank After Removal of Tank." 3.06 WATER DISPOSAL A.Dewatering will be permitted only with approval of Architect/Engineer. B.Store and test water generated during removal of tanks and piping. PROJECT NO. 14-172-872 02 65 00 - 9 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 1.If contaminated, transport and dispose of water in an EPA approved disposal site in accordance with federal, state, and local requirements. 2.Non-contaminated water may be disposed of on-site. 3.07 DISPOSAL OF UNDERGROUND TANKS, ANCHORS, SLABS, AND ASSOCIATED PIPING A.Preparation: API RP 1604. Remove the fill pipe, gage pipe, vapor recovery truck connection, submersible pumps, and drop tube. 1.Cap or remove non-product piping, except vent piping. 2.Plug tank openings so that vapors will exit through vent piping during the vapor-freeing process. B.Purging: Remove flammable vapors in accordance with API RP 1604. Tanks shall be certified as "vapor free" prior to further work. C.Cleaning and Testing: Clean tank and perform atmosphere testing in accordance with API RP 1604. 1.Distribution (product delivery) piping shall be cleaned and removed or the piping shall be cleaned, filled 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 cap accessible holes. One plug shall have a minimum 1/8 inch vent hole. 2.Remove tank from the excavation, place it on a level surface and render it useless in accordance with API RP 1604. 3.After tanks has been cleaned of fuel and other contaminants, cut up or crush tank on-site. 4.Transport and dispose of cleaned and cut-up/crushed tank at an approved metals recycling center in accordance with federal, state, and local regulations. 3.08 INSPECTIONS A.Arrange for and perform required inspections. Provide copies of inspections to the Architect/Engineer. 3.09 CLOSURE REPORT (SITE ASSESSMENT REPORT) A.Provide Architect/Engineer a Site Assessment Report in a single binder notebook that contains the full collection of reports relating to this work, including but not limited to, records, starting 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, number of tanks removed, identification of tanks removed and disposed of, cubic yards of excavated soil, location of disposal sites, and dates of excavation. 3.Site plan, including 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 soil disposal paperwork, and contaminated water disposal paperwork. PROJECT NO. 14-172-872 02 65 00 - 10 SECTION 02 65 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved UNDERGROUND STORAGE TANK (UST) REMOVAL 6.Certifications required by implementing agency. 7.Building permit, inspection permits, and other permits required for underground tank removal, notifications, and inspection reports. 8.Cumulative quantities of soil excavated, beginning with start date for each tank and associated piping. 3.10 SPILLS OF CONTAMINATED SOILS A.Use appropriate vehicles and operating practices 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. 14-172-872-PHASE 1 03 10 00 - 1 SECTION 03 10 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CONCRETE FORMING AND ACCESSORIES SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A.Formwork for cast-in place concrete, with shoring, bracing and anchorage. B.Openings for other work. C.Form accessories. D.Form stripping. 1.02 RELATED REQUIREMENTS A.Section 03 20 00 - Concrete Reinforcing. B.Section 03 30 00 - Cast-in-Place 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 International; 2010 (Errata 2012). C.ACI 318 - Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute; 2011. D.ACI 347R - Guide 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, line and dimension. 1.05 QUALITY ASSURANCE A.Perform work of this section in accordance with 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-in-place concrete work. B.Design and construct to provide resultant concrete that conforms to design with respect to shape, lines, and dimensions. C.Chamfer outside corners of beams, joists, columns, and walls. D.Comply with applicable State and local codes with respect to design, fabrication, erection, and removal of formwork. PROJECT NO. 14-172-872 03 10 00 - 2 SECTION 03 10 00 Copyright 2016 by KLUBER, INC.; All 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.Form Materials: At the discretion of the Contractor. 2.03 REMOVABLE PREFABRICATED FORMS A.Preformed Steel Forms: Minimum 16 gage, 0.0598 inch thick, matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. 2.04 FORMWORK ACCESSORIES A.Form Ties: Removable type, galvanized metal, fixed length, cone type,with waterproofing washer, free of defects that could leave holes larger than 1 inch in concrete surface. B.Form Release Agent: Capable of releasing forms from hardened concrete without staining or discoloring concrete or forming bugholes and other surface defects, compatible with concrete and form materials, and not requiring removal for satisfactory bonding of coatings to be applied. 1.Composition: Colorless mineral oil-based compound. 2.Do not use materials containing diesel oil or petroleum-based compounds. C.Filler Strips for Chamfered Corners: Rigid plastic type; 3/4 x 3/4 inch size; maximum possible lengths. D.Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. E.Waterstops: Preformed mineral colloid strips, 3/8 inch thick, moisture expanding. PART 3 EXECUTION 3.01 EXAMINATION A.Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with drawings. 3.02 EARTH FORMS A.Earth forms are not permitted. 3.03 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 overstressing by construction loads. C.Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D.Align joints and make watertight. Keep form joints to a minimum. PROJECT NO. 14-172-872 03 10 00 - 3 SECTION 03 10 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CONCRETE FORMING AND ACCESSORIES 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 corners. 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 cover over reinforcement, request instructions from Architect/Engineer before proceeding. I.Provide continuous 2x4 minimum keyway in top of all footings as depicted on the drawings. 3.04 APPLICATION - FORM RELEASE AGENT A.Apply form release agent on formwork in accordance with manufacturer's recommendations. B.Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C.Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 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 place items that will be cast directly into concrete. C.Coordinate with work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components 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 continuous 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.Clean 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-out ports. 2.During cold weather, remove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.07 FORMWORK TOLERANCES A.Construct formwork to maintain tolerances required by ACI 117, unless otherwise indicated. PROJECT NO. 14-172-872 03 10 00 - 4 SECTION 03 10 00 Copyright 2016 by KLUBER, INC.; All Rights 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 verify that supports, fastenings, wedges, ties, and items are secure. B.Do not reuse wood formwork more than 2 times for concrete surfaces to be exposed to view. Do not patch formwork. 3.09 FORM REMOVAL A.Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B.Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces 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. 14-172-872-PHASE 1 03 20 00 - 1 SECTION 03 20 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CONCRETE REINFORCING SECTION 03 20 00 CONCRETE REINFORCING PART 1 GENERAL 1.01 SECTION INCLUDES A.Reinforcing steel for cast-in-place concrete. B.Supports and accessories for steel reinforcement. 1.02 RELATED REQUIREMENTS A.Section 01 40 00 - Quality Requirements. B.Section 03 10 00 - Concrete Forming 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 International; 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-Steel Bars for Concrete Reinforcement; 2015. F.CRSI (DA4) - Manual of Standard Practice; Concrete Reinforcing Steel Institute; latest edition. G.CRSI (P1) - Placing Reinforcing Bars; Concrete Reinforcing Steel Institute; 2011. 1.04 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Shop Drawings: Comply with requirements of ACI SP-66. Include bar schedules, shapes of bent bars, spacing of bars, and location of splices. 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 type and licensed in the State in which the Project is located. PART 2 PRODUCTS 2.01 REINFORCEMENT A.Reinforcing Steel: ASTM A615/A615M, Grade 60 - 60,000 psi. 1.Deformed billet-steel bars. PROJECT NO. 14-172-872 03 20 00 - 2 SECTION 03 20 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CONCRETE REINFORCING 2.Unfinished. B.Reinforcement Accessories: 1.Tie Wire: Annealed, minimum 16 gage, 0.0508 inch. 2.Chairs, Bolsters, 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 weathering surfaces. 2.02 FABRICATION A.Fabricate concrete reinforcing in accordance with CRSI (DA4) - Manual of Standard Practice. B.Welding of reinforcement is not permitted. C.Locate reinforcing splices not indicated on drawings at point of minimum stress. 1.Review locations of splices with Architect/Engineer. PART 3 EXECUTION 3.01 PLACEMENT A.Place, support and secure reinforcement against displacement. Do not deviate from required position. Reinforcing "pull-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 FIELD QUALITY CONTROL A.An independent testing agency, as specified in Section 01 40 00, will inspect installed reinforcement for conformance to contract documents before concrete placement. B.Provide free access to concrete operations at project site and cooperate with the appointed firm. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 03 30 00 - 1 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE 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 walls and footings. D.Joint devices and accessories associated with concrete work. E.Concrete curing. 1.02 RELATED REQUIREMENTS A.Section 03 10 00 - Concrete Forming and Accessories. B.Section 03 20 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 (Errata 2012). D.ACI 302.1R - Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 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 - Cold Weather Concreting; American Concrete Institute International; 2010. H.ACI 308R - Guide to Curing Concrete; American Concrete Institute International; 2001 (Reapproved 2008). I.ACI 318 - Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2011. J.ASTM C33/C33M - 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; 2007. PROJECT NO. 14-172-872 03 30 00 - 2 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE N.ASTM C260/C260M - Standard Specification for Air-Entraining Admixtures for Concrete; 2010a. O.ASTM C309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete; 2011. P.ASTM C494/C494M - Standard Specification for Chemical Admixtures for Concrete; 2013. Q.ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2015. R.NSF 372 - Drinking Water System Components - Lead Content; 2011. 1.04 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. 1.For curing compounds, provide data on method of removal in the event of incompatibility with floor covering adhesives. 2.Anchoring epoxy and expansion anchors. C.Mix Designs: Submit 15 days prior to start of work. 1.Submit for each type of concrete specified. 2.Include back-up test data. 3.Indicate proposed mix design complies with requirements of ACI 301, Section 4 - Concrete Mixtures. 4.Indicate proposed mix design complies with requirements of ACI 318, Chapter 5 - Concrete Quality, Mixing and Placing. 1.05 QUALITY ASSURANCE 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 weather. PART 2 PRODUCTS 2.01 FORMWORK A.Comply with requirements of Section 03 10 00. 2.02 REINFORCEMENT A.Comply with requirements of Section 03 20 00. 2.03 CONCRETE MATERIALS A.Cement: ASTM C150, Type I - Normal Portland type. B.Fine and Coarse Aggregates: ASTM C 33. PROJECT NO. 14-172-872 03 30 00 - 3 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE C.Fly Ash: ASTM C618, 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 Range Water Reducing and Retarding Admixture: ASTM C494/C494M Type G. D.High Range Water Reducing Admixture: ASTM C494/C494M Type F. E.Water Reducing and Accelerating Admixture: ASTM C494/C494M Type E. F.Water Reducing and Retarding Admixture: ASTM C494/C494M Type D. G.Accelerating Admixture: ASTM C494/C494M Type C. H.Retarding Admixture: ASTM C494/C494M Type B. I.Water Reducing Admixture: ASTM C494/C494M Type A. 2.05 ACCESSORY MATERIALS A.Board Insulation: Provide at foundation perimeter and under slabs on grade. See Section 07 21 00 - Board and Batt Insulation. B.Anchoring Epoxy: Refer to drawings. Acceptable manufacturer's include... 1.Hilti: HIT-HY-150 fast curing injection 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 curing paper, clear polyethylene, white polyethylene, or white burlap-polyethylene sheet. D.Liquid Curing Compound: ASTM C 309, Type 1, clear or translucent. 2.06 BONDING AND JOINTING PRODUCTS A.Waterstops: Bentonite and butyl rubber, complying with NSF 61 and NSF 372. 2.07 CURING MATERIALS A.Curing Compound, Naturally Dissipating: Clear, water-based, liquid membrane-forming compound; complying with ASTM C309. B.Moisture-Retaining Sheet: ASTM C171. 1.Curing paper, regular. 2.Polyethylene film, clear, minimum nominal thickness of 0.0040 in. 3.White-burlap-polyethylene sheet, weighing not less than 10 oz/per linear yd, 40 inches wide. C.Water: Potable, not detrimental to concrete. PROJECT NO. 14-172-872 03 30 00 - 4 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE 2.08 CONCRETE MIX DESIGN A.Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B.Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1.For trial mixtures method, employ independent testing agency acceptable to Architect/Engineer for preparing and reporting proposed mix designs. C.Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. Submit to Architect for review and approval. D.Normal Weight Concrete: Type "A". 1.Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days: 4,500 psi. 2.Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3.Water-Cement Ratio: Maximum 48 percent by weight. 4.Total Air Content: 2 percent, determined in accordance with ASTM C 173/C 173M. 5.Maximum Slump: 4 inches. 6.Maximum Aggregate Size: 3/4 inch. E.Normal Weight Concrete: Type "B". 1.Compressive Strength, when tested in accordance with ASTM C 39/C 39M at 28 days: 3,000 psi. 2.Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3.Water-Cement Ratio: Maximum 56 percent by weight. 4.Total Air Content: 2 percent, determined in accordance with ASTM C 173/C 173M. 5.Maximum Slump: 4 inches. 6.Maximum Aggregate Size: 1 inch. 2.09 MIXING A.Transit Mixers: Comply with ASTM C94/C94M. PART 3 EXECUTION 3.01 EXAMINATION A.Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A.Verify that forms are clean and free of rust before applying release agent. B.Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. C.In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout. 3.03 PLACING CONCRETE A.Place concrete in accordance with ACI 304R. PROJECT NO. 14-172-872 03 30 00 - 5 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE B.Place concrete for floor slabs in accordance with ACI 302.1R. C.Notify Architect/Engineer not less than 24 hours prior to commencement of placement operations. D.Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. E.Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint devices will not be disturbed during concrete placement. F.Place concrete continuously without construction (cold) joints wherever possible; where construction joints are necessary, before next placement prepare joint surface by removing laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. 3.04 SLAB JOINTING A.Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. 1.Install wherever necessary to separate slab from other building members, including columns, walls, equipment foundations, footings, stairs, manholes, sumps, and drains. B.Load Transfer Construction and Contraction Joints: Install load transfer devices as indicated; saw cut joint at surface as indicated for contraction joints. C.Install joint devices in accordance with manufacturer's instructions. D.Place concrete continuously between predetermined expansion, control, and construction joints. E.Do not interrupt successive placement; do not permit cold joints to occur. F.Place floor slabs in checkerboard or saw cut pattern indicated. G.Saw cut joints within 8-12 hours after placing. Use 3/16 inch thick blade, cut into 1/4 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 1/4 inch or more in height. C.Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4 inch or more in height. Provide finish as follows: 1.Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. D.Concrete Slabs: Finish to requirements of ACI 302.1R, and as follows: 1.Other Surfaces to Be Left Exposed: "Steel trowel" as described in ACI 302.1R, minimizing burnish marks and other appearance defects. 2.Provide 3/4" radiused edge on exposed slab edges, unless otherwise noted. PROJECT NO. 14-172-872 03 30 00 - 6 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE 3.06 CURING AND PROTECTION A.Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B.Maintain concrete with minimal moisture loss at relatively constant 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 surface is dry. Keep continuously moist for not less than three days by water ponding, water-saturated sand, water-fog spray, or saturated burlap. a.Spraying: Spray water over floor slab areas and maintain wet. b.Saturated Burlap: Saturate burlap-polyethylene and place burlap-side down over floor slab areas, lapping ends and sides; maintain in place. 2.Final Curing: Begin after initial curing but before surface is dry. a.Moisture-Retaining Sheet: 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 field quality control tests, as specified in Section 01 40 00. B.Provide free access to concrete operations at project site and cooperate with appointed firm. 3.08 DEFECTIVE CONCRETE A.Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B.Repair or replacement of defective concrete will be determined by the Architect/Engineer. The cost of additional testing shall 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 not permit traffic over unprotected concrete floor 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-grade B troweled C.Exterior elevated slab A troweled PROJECT NO. 14-172-872 03 30 00 - 7 SECTION 03 30 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved CAST-IN-PLACE CONCRETE D.Exterior concrete retaining walls B smooth formed, rubbed. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 07 13 00 - 1 SECTION 07 13 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SHEET WATERPROOFING SECTION 07 13 00 SHEET WATERPROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A.Sheet membrane waterproofing. B.Drainage panels and Protection boards. 1.02 RELATED REQUIREMENTS A.Section 31 23 23 - Fill: Backfill after installation of waterproofing. B.Section 03 30 00 - Cast-in-Place Concrete: Concrete substrate. 1.03 REFERENCE STANDARDS A.ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers- Tension; 2006a (Reapproved 2013). B.ASTM D570 - Standard Test Method for Water Absorption of Plastics; 1998 (Reapproved 2010). C.ASTM D903 - Standard Test Method for Peel or Stripping Strength of Adhesive Bonds; 1998 (Reapproved 2010). D.ASTM D1876 - Standard Test Method for Peel Resistance of Adhesives (T-Peel Test); 2008, E.ASTM D1970/D1970M - Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2015a. F.ASTM D5295/D5295M - Standard Guide for Preparation of Concrete Surfaces for Adhered (Bonded) Membrane Waterproofing Systems; 2014. G.ASTM D5385/D5385M - Standard Test Method for Hydrostatic Pressure Resistance of Waterproofing Membranes; 1993 (Reapproved 2014). H.ASTM E96/E96M - Standard Test Methods For Water Vapor Transmission of Materials; 2014. I.ASTM E154/E154M - 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 01 30 00 - Administrative Requirements, for submittal procedures. B.Product Data: Provide data for membrane, surface conditioner, flexible flashings, joint cover sheet, and joint and crack sealants. C.Shop Drawings: Indicate special joint or termination conditions and conditions of interface with other materials. D.Certificate: Certify that products meet or exceed specified requirements. E.Manufacturer's Installation Instructions: Indicate special procedures. PROJECT NO. 14-172-872 07 13 00 - 2 SECTION 07 13 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SHEET WATERPROOFING F.Warranty: Submit manufacturer warranty and ensure forms have been completed 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 minimum five years experience. 1.06 FIELD CONDITIONS A.Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until liquid or mastic accessories have cured. 1.07 WARRANTY A.See Section 01 78 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 cracking of concrete due to temperature change or shrinkage is not considered a structural failure. PART 2 PRODUCTS 2.01 MEMBRANE MATERIALS A.Self-Adhered Modified Bituminous Membrane: 1.Thickness: 60 mil (0.060 inch). 2.Sheet Width: 36 inches. 3.Tensile Strength: 4.Elongation at Break: 300 percent, minimum, measured according to ASTM D412. 5.Water Vapor Permeance: 0.05 perm, maximum, measured in accordance with ASTM E96/E96M. 6.Low Temperature Flexibility: Unaffected when tested according to ASTM D1970 at minus 20 degrees F, 180 degree bend on 1 inch mandrel. 7.Peel Strength: 7 pounds per inch, minimum, when tested according to ASTM D903. 8.Lap Adhesion Strength: 5 pounds per inch, minimum, when tested according to ASTM D1876. 9.Puncture Resistance: 50 pounds, minimum, measured in accordance with ASTM E154/E154M. 10.Water Absorption: 0.1 percent increase in weight, maximum, measured in accordance with ASTM D570, 24 hour immersion. 11.Hydrostatic Resistance: Resists the 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; MiraDRI 861: www.carlisle-ccw.com. b.Grace Construction Products; Bituthene Low Temperature: www.na.graceconstruction.com. c.Henry Company; Blueskin WP 200: www.henry.com. d.W.R. Meadows, Inc; MEL-ROL LOW TEMP: www.wrmeadows.com. PROJECT NO. 14-172-872 07 13 00 - 3 SECTION 07 13 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SHEET WATERPROOFING e.Substitutions: See Section 01 60 00 - Product Requirements. B.Seaming Materials: As recommended by membrane manufacturer. C.Membrane Sealant: As recommended by membrane manufacturer. D.Termination Bars: Aluminum; compatible with membrane and adhesives. 2.02 ACCESSORIES A.Drainage/Protection Board Insulation at Foundation Perimeter: 1.Extruded Polystyrene Board Insulation: ASTM C578, Type IV; Extruded polystyrene board with either natural skin or cut cell surfaces; with the following characteristics: a.Flame Spread Index: 25 or less, when tested in accordance with ASTM E84. b.Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84. c.Complies with fire-resistance requirements shown on the drawings as part of an exterior non-load-bearing exterior wall assembly when tested in accordance with NFPA 285. d.Board Size: 24 x 96 inch. e.Board Thickness: 2¼ inches. f.Board Edges: Square (short edge); Shiplap (long edge). g.Thermal Resistance (R): Aged value of 10.0 for specified thickness. h.Compressive Resistance: 25 psi, min. i.Drainage Capacity: 3.0 gal/min/ft @ 1,200 psf and 0.19 gradient per ASTM D4716. j.Water Absorption, maximum: 0.3 percent, volume per ASTM C272. k.Manufacturers: a)Dow Chemical Co; Perimate: www.dow.com. b)Owens Corning Corp: www.owenscorning.com. c)Substitutions: See Section 01 60 00 - Product Requirements. B.Flexible Flashings: Type recommended by membrane manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A.Verify existing conditions before starting work. B.Verify substrate surfaces are durable; free of matter detrimental to adhesion or application of waterproofing system. C.Verify that 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 receive waterproofing in accordance with manufacturer's instructions. C.Do not apply waterproofing to surfaces unacceptable to membrane manufacturer. D.Seal cracks and joints with sealant using depth to width ratio as recommended by sealant manufacturer. PROJECT NO. 14-172-872 07 13 00 - 4 SECTION 07 13 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SHEET WATERPROOFING E. Apply surface conditioner at a rate recommended by manufacturer. Protect conditioner from rain or frost until dry. F.Concrete Surfaces for Adhesive Bonding: Prepare concrete substrate according to ASTM D5295. 1.Remove substances that inhibit adhesion including form release agents, curing compounds admixtures, laitance, moisture, dust, dirt, grease and oil. 2.Repair surface defects including honeycombs, fins, tie holes, bug holes, sharp offsets, rutted cracks, ragged corners, 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 manufacturer's instructions. B.Roll out membrane. Minimize wrinkles and bubbles. C.Overlap edges and ends and seal by method recommended by manufacturer, minimum 3 inches. Seal permanently waterproof. 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.Weather lap joints on sloped substrate in direction of drainage. Seal joints and seams. F.Install flexible flashings. Seal items penetrating through membrane with flexible flashings. 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 - DRAINGE/DRAINAGE 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-PHASE 1 07 18 00 - 1 SECTION 07 18 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved TRAFFIC COATINGS SECTION 07 18 00 TRAFFIC COATINGS PART 1 GENERAL 1.01 SECTION INCLUDES A.Coating for waterproofing and traffic surface 1.02 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Product Data: Include product characteristics and limitations. Identify dissolving solvents, fuels, and potential destructive compounds. C.Samples: Submit two (2) samples of cured membrane, 8 x 8 inch in size, illustrating color, surface texture, and variations. D.Manufacturer's Installation Instructions: Include special field conditions required to install traffic membrane and potential incompatibilities with adjacent materials. E.Maintenance Data: Include procedures for stain removal, repairing surface, and cleaning. F.Warranty: Submit manufacturer warranty and ensure that forms have been completed 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 documented experience. B.Applicator Qualifications: Company specializing in performing 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 install 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 01 78 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. PROJECT NO. 14-172-872 07 18 00 - 2 SECTION 07 18 00 Copyright 2016 by KLUBER, INC.; All 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 interim inspection to occur 5 years after the date of Substantial Completion, to comply with Excellent Coatings' 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-applied water-based acrylic membrane with fiberglass fabric reinforcement. 1.Finished Coating Thickness: 0.060 inch, minimum. 2.Manufacturers and Products: a.AVM Industries, Inc; Elasto Fiberdeck (System 100): www.avmindustries.com. a)Contact: Amir Rudyan; (888) 414-1041. b.Environmental Coating Systems, Inc.; All Deck: www.alldeck.com. a)Contact: Don Josephson; (800) 225-3325. c.Excellent Coatings International; Excel-Coat: www.excellentcoatings.com. a)Contact: Jim ; (800) 473-3817. d.Substitutions: Not permitted. 2.02 MATERIALS A.Membrane: Fluid applied fiberglass-reinforced acrylic 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 Primer: As recommended by membrane manufacturer. E.Sealant: Polyurethane or siliconized 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 content is 16 percent or less. 3.02 PREPARATION A.Clean substrate 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. 14-172-872 07 18 00 - 3 SECTION 07 18 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved TRAFFIC COATINGS 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 primer to prepared substrate to manufacturer's recommended thickness. C.When primer is tack-free, roller-apply base resin coat to manufacturer's recommended thickness, embedding fiberglass mat in base coat. D.When base coat is tack-free, apply textured coat to manufacturer's recommended thickness. E.When textured coat is dry, roller-apply top coat sealer to manufacturer's recommended thickness. F.Extend primer, base coat, textured coat and top coats up intersecting and perimeter vertical surfaces, 2 inches. Feather succeeding coats down at edges. Terminate edges in a straight 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 without consulting coating manufacturer 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. 14-172-872-PHASE 1 07 21 00 - 1 SECTION 07 21 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved THERMAL INSULATION SECTION 07 21 00 THERMAL INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A.Board insulation and integral vapor retarder at perimeter foundation wall, underside of floor slabs, and exterior wall behind retaining walls. 1.02 RELATED REQUIREMENTS A.Section 07 13 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 01 30 00 - Administrative Requirements, for submittal procedures. B.Product Data: Provide data on product characteristics, performance criteria, and product limitations. C.Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techniques. D.Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 FIELD CONDITIONS A.Do not install insulation 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. 14-172-872 07 21 00 - 2 SECTION 07 21 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved THERMAL INSULATION d.Water Absorption: 0.3 percent by volume, maximum. e.Manufacturers: a)Dow Chemical Co: www.dow.com. b)Owens Corning Corp: www.owenscorning.com. c)Substitutions: See Section 01 60 00 - Product Requirements. 2.03 ACCESSORIES A.Nails or Staples: Steel wire; electroplated or galvanized; type and size to suit application. B.Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION 3.01 EXAMINATION A.Verify that substrate, adjacent materials, and insulation materials are dry and that substrates are ready to receive insulation and adhesive. B.Verify substrate surfaces are flat, 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.Install boards longitudinally on underside of slab. 1.Place boards to maximize adhesive contact. 2.Install in running bond pattern. 3.Butt edges and ends tightly to adjacent boards and to protrusions. C.Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. 3.03 BOARD INSTALLATION AT EXTERIOR WALLS A.Install boards horizontally on walls. 1.Place boards to maximize adhesive contact. 2.Install in running bond pattern. 3.Butt edges and ends tightly to adjacent boards and to protrusions. 4.Mechanically fasten top 12" 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 joints. 3.04 PROTECTION A.Do not permit installed insulation to be damaged prior to its concealment. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 31 22 00 - 1 SECTION 31 22 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved GRADING SECTION 31 22 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 draiage. C.Topsoil and finish grading for planting. 1.02 RELATED REQUIREMENTS A.Section 31 23 16 - Excavation. B.Section 31 23 23 - Fill: 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 01 40 00 - Quality Requirements. PART 2 PRODUCTS 2.01 MATERIALS A.Topsoil: Friable loam; imported borrow. 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 limits of work areas. 3.02 PREPARATION A.Identify required lines, levels, contours, and datum. B.Stake and flag 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 properly protected. C.Locate, identify, and protect from damage above- and below-grade utilities to remain. PROJECT NO. 14-172-872 31 22 00 - 2 SECTION 31 22 00 Copyright 2016 by KLUBER, INC.; All 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 providing substantial fencing around entire tree at the outer tips of its branches; no grading is to be performed inside this line. F.Protect plants, 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 re-graded, 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 subsequently processed to obtain optimum moisture content. E.When excavating through roots, perform work by hand and cut roots with sharp axe. F.See Section 31 23 23 for compaction and filling procedures. G.Benching Slopes: Horizontally bench existing slopes greater than 1:4 to key fill material to slope for firm bearing. H.Stability: Replace damaged or displaced subsoil 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 subsoil to be re-used on site; remove remainder from site. C.Stockpiles: Use areas designated on site; pile depth not to exceed 2 feet; protect from erosion. 3.05 FINISH GRADING A.Before Finish Grading: 1.Verify building and trench backfilling have been inspected. 2.Verify subgrade has been contoured and compacted. B.Remove debris, roots, branches, stones, in excess of 1/2 inch in size. Remove soil contaminated with petroleum products. C.Where 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 topsoil 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 31 22 00 - 3 SECTION 31 22 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved GRADING G.Place topsoil during dry weather. H.Remove roots, weeds, rocks, and foreign material while spreading. I.Near plants spread topsoil manually to prevent damage. J.Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and contour of subgrade. K.Lightly compact 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: If 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; if root damage has occurred, obtain instructions from Architect/Engineer 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 31 23 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-PHASE 1 31 23 16 - 1 SECTION 31 23 16 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXCAVATION SECTION 31 23 16 EXCAVATION PART 1 GENERAL 1.01 SECTION INCLUDES A.Excavating for footings and installation of waterproofing. 1.02 RELATED REQUIREMENTS A.Section 01 57 13 - Temporary Erosion and Sedimentation Control: Slope protection and erosion control. B.Section 01 70 00 - Execution and Closeout Requirements: General requirements for dewatering of excavations and water control. C.Section 31 22 00 - Grading: Soil removal from surface of site. D.Section 31 22 00 - Grading: Grading. E.Section 31 23 23 - Fill: Fill materials, filling, 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 01 40 00 - Quality Requirements. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 EXAMINATION A.Verify that intended elevations for the work are as indicated. 3.02 PREPARATION A.Identify required lines, levels, contours, and datum locations. B.See Section 31 22 00 for additional requirements. 3.03 EXCAVATING A.Excavate to accommodate new structures and construction operations. B.Notify Architect/Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified 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 lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume. PROJECT NO. 14-172-872 31 23 16 - 2 SECTION 31 23 16 Copyright 2016 by KLUBER, INC.; All Rights Reserved EXCAVATION H.Correct areas that are over-excavated and load-bearing surfaces that are disturbed; see Section 31 23 23. I.Grade top perimeter of excavation to prevent surface water from draining into excavation. J.Remove excavated material that is unsuitable for re-use from site. K.Stockpile excavated material to be re-used in area designated on site in accordance with Section 31 22 00. L.Remove excess excavated material from site. 3.04 FIELD QUALITY CONTROL A.See Section 01 40 00 - Quality Requirements, for general requirements for field inspection and testing. B.Provide for visual inspection of load-bearing excavated surfaces before placement of foundations. 3.05 PROTECTION A.Prevent displacement of banks and keep loose soil from falling into excavation; maintain soil stability. B.Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 31 23 23 - 1 SECTION 31 23 23 Copyright 2016 by KLUBER, INC.; All Rights Reserved FILL SECTION 31 23 23 FILL PART 1 GENERAL 1.01 SECTION INCLUDES A.Filling, backfilling, and compacting for footings and foundations and retaining walls. 1.02 RELATED REQUIREMENTS A.Section 01 57 13 - Temporary Erosion and Sedimentation Control: Slope protection and erosion control. B.Section 03 30 00 - Cast-in-Place Concrete. C.Section 31 22 00 - Grading: Removal and handling of soil to be re-used. D.Section 31 22 00 - Grading: Site grading. E.Section 31 23 16 - 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 Soils Using a 4.54 kg (10-lb) Rammer and a 457 mm (18 in.) Drop; 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 kN-m/m3)); 2012. C.ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN m/m3)); 2012. D.SSRBC - Standard Specifications for Road and Bridge Construction, adopted by the Illinois Department of Transportation on January 1, 2012, including applicable current Supplemental Specificaitons and Special Provisions. 1.05 SUBMITTALS A.See Section 01 30 00 - 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 31 23 23 - 2 SECTION 31 23 23 Copyright 2016 by KLUBER, INC.; All 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 01 40 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 inches, and debris, waste, frozen materials, vegetable and other deleterious matter. B.Structural Fill: Subsoil excavated on-site. 1.Graded. 2.Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris, waste frozen materials, vegetabel 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 Section 01 40 00 - Quality 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 lines, levels, contours, and datum locations. C.See Section 31 22 00 for additional requirements. D.Verify subdrainage, dampproofing, or waterproofing installation has been inspected. E.Verify structural ability of unsupported walls to support imposed loads by the fill. PROJECT NO. 14-172-872 31 23 23 - 3 SECTION 31 23 23 Copyright 2016 by KLUBER, INC.; All 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.Cut out soft areas of subgrade not capable of compaction in place. Backfill with general fill. C.Compact subgrade to density equal to or greater than requirements for subsequent fill material. D.Until ready to fill, maintain excavations and prevent loose soil from falling 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 allow maximum time for natural settlement. Do not fill over porous, wet, frozen or spongy subgrade surfaces. D.Maintain optimum moisture content of fill materials to attain required compaction density. E.Granular Fill: Place and compact materials in equal continuous layers not exceeding 6 inches compacted depth. F.Soil Fill: Place and compact material in equal continuous layers not exceeding 8 inches compacted depth. G.Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. Make gradual grade changes. Blend slope into level areas. H.Correct areas that are over-excavated. 1.Load-bearing foundation surfaces: Use structural 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 fills subjected to vehicular traffic. 3.04 FILL AT SPECIFIC LOCATIONS A.Under Slabs-On-Grade: 1.Use granular fill. 2.Depth: 4 inches deep. 3.Compact to 95 percent of maximum dry density. B.At Footings and Retaining Walls: 1.Use general fill. PROJECT NO. 14-172-872 31 23 23 - 4 SECTION 31 23 23 Copyright 2016 by KLUBER, INC.; All Rights Reserved FILL 2.Fill up to subgrade elevation. 3.Compact each lift to 90 percent of maximum dry density. 4.Backfill simultaneously on each side of retaining walls until grade on lower side has been reached. C.Over Subdrainage Piping at Foundation Perimeter and Retaining Walls (planting area behind): 1.Drainage fill and geotextile fabric: Section 33 46 00. 2.Cover drainage fill with general fill. 3.Fill up to subgrade 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 31 22 00 for topsoil placement. 3.05 TOLERANCES A.Top Surface of General Filling: Plus or minus 1 inch from required elevations. 3.06 FIELD QUALITY CONTROL A.See Section 01 40 00 - Quality Requirements, for general requirements for field inspection and testing. B.Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D698 ("standard Proctor"), ASTM D1557 ("modified Proctor"), or AASHTO T 180. C.If tests indicate work does not meet specified requirements, See Section 01 40 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 clean and neat condition. Grade stockpile area to prevent standing surface water. B.Leave borrow areas in a clean and neat condition. Grade to prevent standing surface water. END OF SECTION PROJECT NO. 14-172-872-PHASE 1 33 46 00 - 1 SECTION 33 46 00 Copyright 2016 by KLUBER, INC.; All Rights Reserved SUBDRAINAGE SECTION 33 46 00 SUBDRAINAGE PART 1 GENERAL 1.01 SECTION INCLUDES A.Building Perimeter and Retaining Wall Drainage Systems. B.Filter aggregate and fabric and bedding. 1.02 RELATED REQUIREMENTS A.Section 31 23 16 - Excavation: Excavating for subdrainage system piping and surrounding filter aggregate. B.Section 31 23 23 - Fill: Backfilling over filter aggregate, up to subgrade elevation. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A.See Section 01 30 00 - Administrative Requirements, for submittal procedures. B.Shop Drawings: Indicate dimensions, layout of piping, high and low points of pipe inverts, gradient of slope between corners and intersections. C.Product Data: Provide data on pipe drainage products, pipe accessories, and filter fabric. D.Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E.Project Record Documents: Record location of pipe runs, connections, cleanouts and principal invert elevations. 1.05 REGULATORY REQUIREMENTS A.Conform to applicable code for materials and installation of the work of this section. PART 2 PRODUCTS 2.01 PIPE MATERIALS A.Corrugated Plastic Tubing: Flexible type; 4 inch diameter, with required fittings. B.Use perforated pipe at subdrainage system; unperforated through sleeved walls. 2.02 AGGREGATE AND BEDDING A.Filter Aggregate and Bedding Material: Granular fill as specified in Section 31 23 23. 2.03 ACCESSORIES A.Pipe Couplings: Solid plastic. B.Filter Fabric: Water pervious type, black polyolefin. PROJECT NO. 14-172-872 33 46 00 - 2 SECTION 33 46 00 Copyright 2016 by KLUBER, INC.; All 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.Hand 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 backfilling or compaction. 3.03 INSTALLATION A.Install and join pipe and pipe fittings in accordance with pipe manufacturer's instructions. B.Place drainage pipe on clean cut subsoil. C.Lay pipe to slope gradients noted on shop drawings; with maximum variation from true slope of 1/8 inch in 10 feet. D.Place pipe with perforations facing down. Mechanically join pipe ends. E.Install pipe couplings. F.Install filter aggregate at sides, over joint covers and top of pipe. Provide top cover compacted thickness of 12 inches. G.Place filter fabric over levelled top surface of aggregate cover prior to subsequent backfilling operations. H.Place aggregate in maximum 4 inch lifts, consolidating each lift. I.Refer to Section 31 23 23 for compaction requirements. Do not displace or damage pipe when compacting. J.Place impervious fill over drainage pipe aggregate cover and compact. K.Connect to storm sewer system with unperforated pipe . 3.04 FIELD QUALITY CONTROL A.Section 01 40 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 backfilling operation begins. END OF SECTION ATTACHMENT C VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT C LIST OF DRAWINGS SHEET NOS. SHEET TITLES DATE LAST REVISED G100 Cover Sheet, General Notes, Symbols & Drawing Index 04/30/2016 A210 Architectural Demolition Plans 04/30/2016 A310 Architectural Floor Plans 04/30/2016 S310 Structural Plans Notes and Details 04/30/2016 -1- VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT D SPECIAL PROJECT REQUIREMENTS 1. Contractor shall have five (5) years of experience which is comparable in type and scope to this project. 2. 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. 3. 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 Community Development. 5. The Contractor shall supply to the Village, phone numbers where he/she can be reached after normal working hours. 6. The Contractor must submit all manufacturers’ literature on all materials that will be used on this project, including M.S.D.S. (Material Safety Data Sheets) prior to any work beginning. 7. 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 blowing. Clean adjoining streets and immediate vicinity at the end of each work day. Sidewalks, windowsills, roofs and other work areas will be broom swept to remove all debris. Daily material and debris not placed into dumpster will be removed from the site. 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 Cook County Prevailing Wage for July 2015 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ==================== == === = ====== ====== ===== === === ===== ===== ===== ===== ASBESTOS ABT-GEN ALL 39.400 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 ASBESTOS ABT-MEC BLD 36.340 38.840 1.5 1.5 2.0 11.47 10.96 0.000 0.720 BOILERMAKER BLD 47.070 51.300 2.0 2.0 2.0 6.970 18.13 0.000 0.400 BRICK MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 CARPENTER ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000 0.630 CEMENT MASON ALL 43.750 45.750 2.0 1.5 2.0 13.05 14.45 0.000 0.480 CERAMIC TILE FNSHER BLD 36.810 0.000 1.5 1.5 2.0 10.55 9.230 0.000 0.770 COMM. ELECT. BLD 40.000 42.800 1.5 1.5 2.0 8.670 12.57 1.100 0.750 ELECTRIC PWR EQMT OP ALL 46.100 51.100 1.5 1.5 2.0 10.76 14.87 0.000 0.460 ELECTRIC PWR GRNDMAN ALL 37.050 52.500 1.5 2.0 2.0 8.630 12.28 0.000 0.370 ELECTRIC PWR LINEMAN ALL 47.500 52.500 1.5 2.0 1.5 11.06 15.75 0.000 0.480 ELECTRICIAN ALL 45.000 48.000 1.5 1.5 2.0 13.83 15.27 0.000 1.000 ELEVATOR CONSTRUCTOR BLD 50.800 57.150 2.0 2.0 2.0 13.57 14.21 4.060 0.600 FENCE ERECTOR ALL 37.340 39.340 1.5 1.5 2.0 13.05 12.06 0.000 0.300 GLAZIER BLD 40.500 42.000 1.5 2.0 2.0 13.14 16.99 0.000 0.940 HT/FROST INSULATOR BLD 48.450 50.950 1.5 1.5 2.0 11.47 12.16 0.000 0.720 APPENDIX 1 IRON WORKER ALL 44.200 46.200 2.0 2.0 2.0 13.65 21.14 0.000 0.350 LABORER ALL 39.200 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 LATHER ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 MACHINIST BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000 MARBLE FINISHERS ALL 32.400 34.320 1.5 1.5 2.0 10.05 13.75 0.000 0.620 MARBLE MASON BLD 43.030 47.330 1.5 1.5 2.0 10.05 14.10 0.000 0.780 MATERIAL TESTER I ALL 29.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 MATERIALS TESTER II ALL 34.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 MILLWRIGHT ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 OPERATING ENGINEER BLD 1 48.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 2 46.800 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 3 44.250 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 4 42.500 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 5 51.850 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 6 49.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 7 51.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER FLT 1 53.600 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 2 52.100 53.600 1.5 1.5 2.0 17.10 11.05 1.900 1.250 OPERATING ENGINEER FLT 3 46.400 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 4 38.550 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 5 55.100 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 6 35.000 35.000 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 1 46.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 2 45.750 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 3 43.700 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 4 42.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 5 41.100 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 6 49.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 APPENDIX 1 OPERATING ENGINEER HWY 7 47.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 ORNAMNTL IRON WORKER ALL 45.000 47.500 2.0 2.0 2.0 13.55 17.94 0.000 0.650 PAINTER ALL 41.750 46.500 1.5 1.5 1.5 11.50 11.10 0.000 0.770 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 PIPEFITTER BLD 46.000 49.000 1.5 1.5 2.0 9.000 15.85 0.000 1.780 PLASTERER BLD 43.430 46.040 1.5 1.5 2.0 13.05 14.43 0.000 1.020 PLUMBER BLD 46.650 48.650 1.5 1.5 2.0 13.18 11.46 0.000 0.880 ROOFER BLD 41.000 44.000 1.5 1.5 2.0 8.280 10.54 0.000 0.530 SHEETMETAL WORKER BLD 42.230 45.610 1.5 1.5 2.0 10.53 20.68 0.000 0.720 SIGN HANGER BLD 31.310 33.810 1.5 1.5 2.0 4.850 3.280 0.000 0.000 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 11.75 9.650 0.000 0.550 STEEL ERECTOR ALL 42.070 44.070 2.0 2.0 2.0 13.45 19.59 0.000 0.350 STONE MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 SURVEY WORKER -> NOT IN EFFECT ALL 37.000 37.750 1.5 1.5 2.0 12.97 9.930 0.000 0.500 TERRAZZO FINISHER BLD 38.040 0.000 1.5 1.5 2.0 10.55 11.22 0.000 0.720 TERRAZZO MASON BLD 41.880 44.880 1.5 1.5 2.0 10.55 12.51 0.000 0.940 TILE MASON BLD 43.840 47.840 1.5 1.5 2.0 10.55 11.40 0.000 0.990 TRAFFIC SAFETY WRKR HWY 32.750 34.350 1.5 1.5 2.0 6.550 6.450 0.000 0.500 TRUCK DRIVER E ALL 1 35.480 35.680 1.5 1.5 2.0 8.350 10.50 0.000 0.150 TRUCK DRIVER E ALL 2 34.100 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 3 34.300 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 4 34.500 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER W ALL 1 35.600 35.800 1.5 1.5 1.5 8.250 9.140 0.000 0.150 TRUCK DRIVER W ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TUCKPOINTER BLD 43.800 44.800 1.5 1.5 2.0 8.280 13.49 0.000 0.670 APPENDIX 1 Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers) C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in APPENDIX 1 the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. APPENDIX 1 MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. APPENDIX 1 Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; APPENDIX 1 Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge). Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender. Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator. Class 5. Friction or Lattice Boom Cranes. Class 6. ROV Pilot, ROV Tender SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. APPENDIX 1 TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING APPENDIX 1 Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Du Page County Prevailing Wage for July 2015 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ==================== == === = ====== ====== ===== === === ===== ===== ===== ===== ASBESTOS ABT-GEN ALL 39.400 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 ASBESTOS ABT-MEC BLD 36.340 38.840 1.5 1.5 2.0 11.47 10.96 0.000 0.720 BOILERMAKER BLD 47.070 51.300 2.0 2.0 2.0 6.970 18.13 0.000 0.400 BRICK MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 CARPENTER ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 CEMENT MASON ALL 43.750 45.750 2.0 1.5 2.0 13.05 14.45 0.000 0.480 CERAMIC TILE FNSHER BLD 36.810 0.000 1.5 1.5 2.0 10.55 9.230 0.000 0.770 COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2.0 9.550 15.16 1.250 0.610 ELECTRIC PWR EQMT OP ALL 37.890 51.480 1.5 1.5 2.0 5.000 11.75 0.000 0.380 ELECTRIC PWR EQMT OP HWY 39.220 53.290 1.5 1.5 2.0 5.000 12.17 0.000 0.390 ELECTRIC PWR GRNDMAN ALL 29.300 51.480 1.5 1.5 2.0 5.000 9.090 0.000 0.290 ELECTRIC PWR GRNDMAN HWY 30.330 53.290 1.5 1.5 2.0 5.000 9.400 0.000 0.300 ELECTRIC PWR LINEMAN ALL 45.360 51.480 1.5 1.5 2.0 5.000 14.06 0.000 0.450 ELECTRIC PWR LINEMAN HWY 46.950 53.290 1.5 1.5 2.0 5.000 14.56 0.000 0.470 ELECTRIC PWR TRK DRV ALL 30.340 51.480 1.5 1.5 2.0 5.000 9.400 0.000 0.300 ELECTRIC PWR TRK DRV HWY 31.400 53.290 1.5 1.5 2.0 5.000 9.730 0.000 0.310 APPENDIX 1 ELECTRICIAN BLD 38.160 41.980 1.5 1.5 2.0 9.550 18.29 4.680 0.680 ELEVATOR CONSTRUCTOR BLD 50.800 57.150 2.0 2.0 2.0 13.57 14.21 4.060 0.600 FENCE ERECTOR NE ALL 37.340 39.340 1.5 1.5 2.0 13.05 12.06 0.000 0.300 FENCE ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700 GLAZIER BLD 40.500 42.000 1.5 2.0 2.0 13.14 16.99 0.000 0.940 HT/FROST INSULATOR BLD 48.450 50.950 1.5 1.5 2.0 11.47 12.16 0.000 0.720 IRON WORKER E ALL 44.200 46.200 2.0 2.0 2.0 13.65 21.14 0.000 0.350 IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700 LABORER ALL 39.200 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 LATHER ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 MACHINIST BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000 MARBLE FINISHERS ALL 31.400 32.970 1.5 1.5 2.0 9.850 13.10 0.000 0.600 MARBLE MASON BLD 43.030 47.330 1.5 1.5 2.0 10.05 14.10 0.000 0.780 MATERIAL TESTER I ALL 29.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 MATERIALS TESTER II ALL 34.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 MILLWRIGHT ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 OPERATING ENGINEER BLD 1 48.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 2 46.800 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 3 44.250 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 4 42.500 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 5 51.850 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 6 49.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 7 51.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER FLT 36.000 36.000 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 1 46.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 2 45.750 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 3 43.700 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 4 42.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 APPENDIX 1 OPERATING ENGINEER HWY 5 41.100 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 6 49.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 7 47.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 ORNAMNTL IRON WORKER E ALL 45.000 47.500 2.0 2.0 2.0 13.55 17.94 0.000 0.650 ORNAMNTL IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700 PAINTER ALL 41.730 43.730 1.5 1.5 1.5 10.30 8.200 0.000 1.350 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 44.350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.630 PIPEFITTER BLD 46.000 49.000 1.5 1.5 2.0 9.000 15.85 0.000 1.780 PLASTERER BLD 41.250 43.760 1.5 1.5 2.0 9.700 13.08 0.000 0.980 PLUMBER BLD 46.650 48.650 1.5 1.5 2.0 13.18 11.46 0.000 0.880 ROOFER BLD 41.000 44.000 1.5 1.5 2.0 8.280 10.54 0.000 0.530 SHEETMETAL WORKER BLD 44.720 46.720 1.5 1.5 2.0 10.65 13.31 0.000 0.820 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 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 19.59 0.000 0.350 STEEL ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700 STONE MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 SURVEY WORKER -> NOT IN EFFECT ALL 37.000 37.750 1.5 1.5 2.0 12.97 9.930 0.000 0.500 TERRAZZO FINISHER BLD 38.040 0.000 1.5 1.5 2.0 10.55 11.22 0.000 0.720 TERRAZZO MASON BLD 41.880 44.880 1.5 1.5 2.0 10.55 12.51 0.000 0.940 TILE MASON BLD 42.840 46.840 1.5 1.5 2.0 10.55 10.42 0.000 0.920 TRAFFIC SAFETY WRKR HWY 32.750 34.350 1.5 1.5 2.0 6.550 6.450 0.000 0.500 TRUCK DRIVER ALL 1 35.920 36.120 1.5 1.5 2.0 8.280 8.760 0.000 0.150 TRUCK DRIVER ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TUCKPOINTER BLD 42.620 43.620 1.5 1.5 2.0 10.05 13.34 0.000 0.670 Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers) APPENDIX 1 C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations DUPAGE COUNTY IRON WORKERS AND FENCE ERECTOR (WEST) - West of Route 53. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, APPENDIX 1 installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS TECHNICIAN Low voltage installation, maintenance and removal of telecommunication facilities (voice, sound, data and video) including telephone and data inside wire, interconnect, terminal equipment, central offices, PABX, fiber optic cable and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area networks), LAN (local area networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, APPENDIX 1 cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt APPENDIX 1 Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. APPENDIX 1 Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. APPENDIX 1 TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material 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 Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys’ fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees, administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by reason of the Contractor’s failure to promptly and faithfully perform its contract with the Owner, said contract being more fully described below, and to include attorneys’ fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. 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 otherwise expressly provided in the Attachment ___ 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 mode or manner of payment therefore shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner’s termination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the 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 be entitled to receive the proceeds of this bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than 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: _________________________________ By: _________________________________ APPENDIX 3 LABOR AND 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 “Surety”) are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the “Owner”), for the use and benefit of itself and of claimants as hereinafter defined (the “Claimants”) in the full and just sum of [insert full contract price here:] $_________________________ to be paid to the Owner or the Claimants or the Owner’s or the Claimant’s assigns, to which payment well and truly to be made the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include attorney’s fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS, the Contractor has entered into a written agreement dated [insert contract date here:] __________________, 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 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 necessary in connection therewith [except as otherwise expressly provided in Attachment A to the Contract]; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to as the “Work,” whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. For purpose of this bond, a Claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor to provide, perform, or complete any part of the Work. The Contractor and the Surety hereby jointly and severally agree that every Claimant that has not had all just claims for the furnishing of any part of the Work paid in full, including without limitation all claims for amounts due for materials, lubricants, oil, gasoline, rentals of or service or repairs on machinery, equipment, and tools consumed or used in connection with the furnishing of any APPENDIX 3 part of the Work, may sue on this bond for the use of that Claimant, may prosecute the suit to final judgment for such sum or sums as may be justly due that Claimant, and may have execution therein; provided, however, that the Owner shall not be liable for the payment of any costs or expenses of any such suit. The provisions of 30 ILCS 550/1 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond. The Contractor and the Surety hereby jointly agree that the Owner may sue on this bond if the Owner is held liable to, or voluntarily agrees to pay, any Claimant directly, but nothing in this bond shall create any duty on the part of the Owner to pay any Claimant. The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of the Owner or the Contractor to the other in or to the terms of the Contract; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner’s termination of the Contractor being hereby waived by the Surety. Signed and sealed this _____ day of _______________ 201__. Attest/Witness: CONTRACTOR By: _________________________________ By: _________________________________ Title: _________________________________ By: _________________________________ Attest/Witness: SURETY By: _________________________________ By: _________________________________ Title: _________________________________ By: _________________________________ #34920193_v2