Loading...
2012 BT Entrance Wetland Restoration 201210111659250057t__ Section Village of Oak Brook Bath & Tennis Entrance Wetland Restoration Bid Package August, 2012 Table of Contents A. Notice to Bidders B. Bid C. Instructions D. Specifications E. General Conditions F. Statement of Contractor's Qualifications G. References H. Bid Certification I. Contract J. Contract Bond Section A Notice to Bidders NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: Bath & Tennis Entrance Wetland Restoration Sealed bids will be received by Rania Serences, Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 11:00 A.M., Thursday, August 30, 2012, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. A complete bid package, of which this notice is a part, is on file for inspection and may be downloaded from the Village's website www.oak-brook.org or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8:30 A.M. and 5 P.M. Monday through Friday. There is no charge for the package. No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. Charlotte K. Pruss Village Clerk Section B Bid Bath & Tennis Entrance Wetland Restoration 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by all specifications for the work. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. The undersigned submits herewith his Unit Price Bids on the following pages: Page 1 TABLE 1' RARE Rin Item Footnotes Descriplion Unit__QuantityUnit Sub-Tot I ' Earthwork (Cut and Fill to Construct Off-Shore Hemi-Marsh Wetlands, etc.) Log Habitat Structures (min. 12-ft length; Use Dead Oak Tree at Stn. 2+00.Zj EA 2 5�•DQ (x000.00 ' Install Carp Mesh Over Off-Shore Wetlands SY 260 INCIDENTAL TO TOTAL PROJECT COST '3.4 Remove Remainder of 36-in. Diam. Dead Standing Oak Tree LS 1 INCIDENTAL TO (ca. Stn. 2+00) TOTAL PROJECT COST Native Plant Matenals & Invasive SpeciesRemovat inAie ->�- =to Receive�Plaht`--Plugs ' ''- x� - = - -•� -_ Stn 3+75.ta4+45 and from Stn Q}OQ=to t+50 and„ - -;, Proposed Off,Shgrg Hemi=Marsfi Wetlands ; ; _ Invasive Species Removal Before Plug Installation (See 5 pecifications) - 3 Herbicide Applications on Shoreline and SY 600 'a,0 Middle / Upper Bank Area to Receive Plant Plugs from Stn. +75 to 4+45, and from Stn. 0+00 to 1+50 Emergent Welland Plant Plugs 1600 3 rj0 gra 15'p� 7 Native Prairie Plugs hA 1450 3.5a 5 p75.ao 8 Aquatic Plant Tubers 150 5,00 1150,00 9 Native Potted Shrubs (3 gal.) 8 ri'DA i900. 00 10 Native Potted Trees (5 gal.) 3 aa5. 1o1�J,O0 11 2,5 Shoreline Native Plant Seeding & Seedbed Prep. SY 60012 2,5 Emergent Welland Native Plant Seeding SY 645 _ - - Erosion Control LS TOTAL PROJECT COST 2, —3,4 Stabilized Construction Entrance LS o?,OnO,cp �•� 15 7 Native Plant Maintenance (ca. 0.3 acre Shoreline, Emergent Wetland, and Hemi-Marsh YR 2 V5 100, Planted Areas) 16 Orange Construction Fence LF 250a 50 rJ.01D Goose Grid (Shoreline and Hemi-Marsh Areas) LF 713 4•60 a,p5a•� 8 As-Built Survey LS 1 5w.bc aUrJ00,6D Restoration of Disturbed Areas / Site Cleanup SY 708 3.ri0 a,1a4, 20 ontractorArees Plan Ouantities Represent Work Required (Circle One)l Circle One: oe TOTAL: Page 2 B Item Footnotel Description Unit Quantity Unit Cost Sub -Total ' Fiber Roll Toe At Off -Shore Wetland a5.O0 ( ) r3s&00 102 1, 2, 3 tRoe�S5a0 { Shop i at Shoreline Stn. 3+75 to 4+45, and/or Stn. 0+0 yp.b H:V, Seed, Blanket, Native Plant Plugs per Plans) LF 50 TOTAL: _ IlQ ICCO,DO NOTES: a) Services related to relocation and/or removal of excess soil, trees, or tree stumps associated with earthwork, or installation of other practices and placement into areas approved by Owner shall be provided by Contractor at a cost incidental to each stabilization practice unit price. b) Bidder is required to verify field conditions and Bid Quantities on Bid List prior to submittal of Bid. C) If Bidder is at variance with field or Plan quantities or other items, then Bidder shall inform Engineer prior to submittal of Bid. d) If the calculations of the Bidder indicate a Quantity for any Bid Item different than that indicated on the Bid List, then the Bidder's proposed Quantity shall be clearly marked on the Bidder's Proposal Response Form. Specific Quantities shall be required. e) Submittal of a qualified bid by Bidder indicates acceptance by the Bidder and approval of field conditions, quantities, details, and related conditions as depicted on Plans, Specifications, Details and/or other Bid Documents. I) Quantities as indicated may be increased or reduced by the owner at their discretion. g) Quantities indicated above are provided as a guideline to facilitate development of bid costs. Contractor is responsible for furnishing all quantities and items specified on the plans. h) Removal of trees, tree stumps, or other materials to accomplish grading, re -shaping, and installation of structures shall be included in unit prices described above. i) Costs provided by Contractor and/or Bidder shall include furnishing and installing all items as described above. FOOTNOTES: 1 Native plant seed, plugs, live stakes or other plantings, and erosion blanket as specified on plans and details shall be incidental to the cost of this stabilization practice. 2 Goosegrid as described in Specifications shall be installed to protect emergent plantings. Costs for goosegrid shall be incidental to native plant installation. 3 Tree removal, clearing of trees or shrubs, stump removal, and/or grubbing shall be incidental to the cost of this stabilization practice. 4 Earthwork Including Excavation, Grading, Stockpiling, Clearing, Grubbing, Off -Site Disposal of Cleared and Grubbed Materials, Topsoil Re -Spread, Fill, Balance of Earthwork On -Site, and/or Related Items as Indicated on Plans, Details and Specifications shall be incidental to the cost of this practice. Offshore stumps / rootballs shall be re -submerged below elev. 651.0 ft. Otherwise excavated stumps and rootballs shall be removed from project area and disposed off-site. 5 This planting cost is not included with another treatment cosh 6 Earthwork shall include removal and off-site disposal of existing stumps or rootballs. 7 Cost for this Item shall be completed at a cost incidental to total project cost. 8 Native plant maintenance costs shall be paid in increments per each seasonal site visit as described in Specifications for Native Plant Maintenance. 9 Whether the Bid Alternate for As -Built Survey is selected by the Owner or not, Contractor shall be responsible to ensure that as -built grades and sections are consistent with the proposed grades and sections to the satisfaction of the Owner and the permitting agencies. Page 3 2. COSTS: The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. This bid shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS: The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 4. TIME OF COMPLETION: The undersigned affirms and declares that if awarded the contract for this work he will completely perform earthwork, soil stabilization and structural work by November 15, 2012 and planting by June 1, 2013, unless additional time shall be granted by the Village in accordance with the provisions of the specifications. Should the contractor fail to complete the work by said date or within such extended time as may have been allowed, the contractor shall be liable to the Village in the amount set forth in the specifications. 5. BID GUARANTEE: NIA Page 4 Firm Name:J�:L)CW Address: X161 ,-i�-MN VzQ- City, Sty Signatu Name F Title: VIGE t� SIt7E�1 i Telephone: 51G.4�-1 I(Q21 Date: A1)C203Q12-6l2_ If a Corporation: ATTEST: Secretary Page 5 Section C Instructions RECEIPT OF BID: Thursday, August 30, 2012, 11:00 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. PROJECT DESCRIPTION: Bath & Tennis Entrance Wetland Restoration. 4. PREPARATION AND SUBMISSION OF BID: A. The bid must be delivered to the office of the Purchasing Clerk, Village of Oak Brook, 1200Oak Brook Road, Oak Brook, IL 60523 on or before Thursday, August 30, 2012, at 11:00 A.M., prevailing time, at which time it will be publicly opened and read in the S. E. Dean Board Room of the Village Hall. Bids received after this time will not be considered and will be returned unopened. B. The bid shall be submitted on the exact form furnished. All blank spaces for bid price, unit cost and alternates must be filled in --in ink --in both words and figures (as stipulated). In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. C. A complete bid package must be submitted, including the following items: 1. Bid 2. Statement of Qualifications 3. References 4. Bid Certification 5. Signed Contract D. The Contract and Contract Bond (Performance and Payment) are provided as information, and will be completed only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. E. Separate sheets may be attached to the bid for the purpose of explanation, exception, alternate bid and to cover the unit price, if needed. F. In submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. G. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. Page 1 H. The contractor further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. J. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. K. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. L. The contractor further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. M. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. N. The contractor further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the Village, in the penal amount of 100% of the Contract amount, guaranteeing the faithful performance of the work and payment for labor, material supplies, and subcontractors in accordance with the terms of the Contract. O. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. P. By submitting a Bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. Page 2 Q. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. R. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the Public Works Director a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only by addendum duly issued by the Village. The Village will not be responsible for any other explanation or interpretation of the Bid Package. 5. SUBSTITUTIONS: A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base bid price for the total cost. D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: 1. Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions 6. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: Page 3 A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village 7. CONDITIONS: The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailer's Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. 8. WARRANTY: As contained in Section D Specifications. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. 10. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Page 4 Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Autcmobile Liability Of applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions Page 5 D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers, or agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self- insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The cerU'ficates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 12. SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 13. EQUAL OPPORTUNITY: Page 6 The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 14. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be Page 7 interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 15. EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. 'Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi -skilled or unskilled, whether manual or non -manual. 16. COPIES OF DOCUMENTS The number of copies of Contract and Bond required to be executed is as follows: a) Two (2) original counterparts of the Contract documents will be required to be executed. 17. EXECUTION OF DOCUMENTS The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: A Bid signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. A bid signed for a partnership shall be signed by alF of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. A bid signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. Page 8 IM 19. 21 If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. NON -DISCRIMINATING: The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. INDEPENDENT CONTRACTOR: There is no employee/employer relationship between the CONTRACTOR and the VILLAGE. CONTRACTOR is an independent contractor and not the VILLAGE'S employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker's Compensation Act (820 ILCS 305/1, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to CONTRACTOR. The performance of the services described herein shall not be construed as creating any joint employment relationship between the CONTRACTOR and the VILLAGE, and the VILLAGE is not and will not be liable for any obligations incurred by the CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the VILLAGE and the CONTRACTOR. ASSIGNMENT Neither the VILLAGE nor the CONTRACTOR shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance and enforcement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. Page 9 Section D Specifications BATH & TENNIS ENTRANCE WETLAND RESTORATION THE FOLLOWING SPECIFICATIONS SUPPLEMENT THE LATEST EDITION OF THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S (IDOT) "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION", HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS." IN CASE OF CONFLICT WITH ANY PART OF PARTS OF THE STANDARD SPECIFICATIONS, THESE SPECIAL PROVISIONS SHALL TAKE PRECEDENCE AND SHALL GOVERN. DESCRIPTION OF WORK THE WORK SHALL CONSIST OF CONSTRUCTION OF OFF -SHORE HEMI -MARSH WETLAND, EARTHWORK, GRADING OF SLOPES, OFF -SHORE STUMP REMOVAL OR BURIAL, OFF-SITE TREE AND SHRUB DISPOSAL, NATIVE PLANT SEEDING, FURNISHING AND INSTALLING LIVE PLANT MATERIALS, AND OTHER ITEMS AS LISTED ON THE ATTACHED PROJECT PLANS AND SPECIFICATIONS. ALL EARTHWORK SHALL BE BALANCED ON-SITE IN ON-SITE LOCATIONS INDICATED ON THE PLANS. CONTRACTOR SHALL INCLUDE ALL EXCAVATION AND BACKFILL HANDLING, HAULING, STOCKPILING, TREE REMOVAL, DISPOSAL OF CUT TREES, SHRUBS OR DEBRIS, DISKING, AND/OR OTHER ACTIVITIES REQUIRED TO COMPLETE THE PROJECT IN THE RESPECTIVE BID ITEMS REQUIRING SAID WORK. TOPSOIL SHALL BE FREE FROM LARGE ROOTS, STICKS, WEEDS, BRUSH, STONES LARGER THAN ONE INCH DIAM. OR OTHER LITTER OR WASTE. FAILURE TO PROPERLY SEQUENCE STOCKPILING OR EARTHWORK OPERATIONS SHALL NOT CONSTITUTE A CLAIM FOR ADDITIONAL COMPENSATION. NO MATERIAL SHALL BE STOCKPILED IN DRAINAGE SWALES, UTILITY AREAS, OR IN THE RIGHT-OF-WAY. SURFACE VEGETATION, TOPSOIL, AND UNSUITABLY SOFT SOILS SHALL BE STRIPPED FROM AREAS TO RECEIVE FILL. CONTRACTOR IS RESPONSIBLE FOR RESTORATION OF ALL AREAS DISTURBED BY CONSTRUCTION ACTIVITIES. THERE SHALL BE NO ALLOWANCE FOR IMPORT OR HAULOFF OFF-SITE UNLESS SO DIRECTED BY OWNER'S REPRESENTATIVE. LIMITATIONS ON ENGINEER'S AUTHORITY AND RESPONSIBILITIES: THE AUTHORITY AND DUTIES OF THE ENGINEER ARE DESCRIBED IN ARTICLE 105.10 OF THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS, LATEST EDITION. THE ENGINEER WILL BE THE OWNER'S REPRESENTATIVE DURING THE CONSTRUCTION PERIOD. THE ENGINEER WILL FURNISH JOB -SITE OBSERVATION OF THE CONTRACTOR'S WORK. THE OWNER'S REPRESENTATIVE WILL PROVIDE BASE LINES, BENCHMARK ELEVATIONS, ASSIST THE CONTRACTOR WITH INTERPRETATION OF THE PLANS AND SPECIFICATIONS, OBSERVE IN GENERAL IF THE CONTRACTOR'S WORK IS IN CONFORMITY WITH THE CONTRACT DOCUMENTS, OBSERVE THE ADAPTATION OF PLANS AND SPECIFICATIONS TO FIELD CONDITIONS, AND MONITOR THE CONTRACTOR'S PROGRESS AS RELATED TO THE DATE OF COMPLETION. THE OWNER'S REPRESENTATIVE WILL NOT SUPERVISE, DIRECT, CONTROL OR HAVE AUTHORITY OVER OR BE RESPONSIBLE FOR THE CONTRACTOR'S MEANS, METHODS, TECHNIQUES, SEQUENCES OR PROCEDURES OF CONSTRUCTION, OR 1 THE SAFETY PRECAUTIONS AND PROGRAMS INCIDENT THERETO, OR FOR ANY FAILURE OF THE CONTRACTOR TO COMPLY WITH LAWS AND REGULATIONS APPLICABLE TO THE FURNISHING OR PERFORMANCE OF THE WORK. THE OWNER'S REPRESENTATIVE WILL NOT BE RESPONSIBLE FOR THE CONTRACTOR'S FAILURE TO PERFORM OR FURNISH THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE OWNER'S REPRESENTATIVE WILL NOT BE RESPONSIBLE FOR THE ACTS OR OMISSIONS OF THE CONTRACTOR OR ANY SUBCONTRACTOR, ANY SUPPLIER, OR OF ANY OTHER PERSON OR ORGANIZATION PERFORMING OR FURNISHING ANY OF THE WORK. THE OWNER'S REPRESENTATIVE WILL HAVE THE AUTHORITY TO REJECT DEFECTIVE WORK, MATERIALS, OR SUSPEND ANY WORK THAT IS IMPROPERLY PERFORMED. THESE LIMITATIONS ON AUTHORITY AND RESPONSIBILITY SET FORTH HEREIN SHALL ALSO APPLY TO THE OWNER'S REPRESENTATIVE AND ASSISTANTS. HOURS OF WORK NO WORK WILL BE PERMITTED TO START PRIOR TO 7:00 A.M. OR AFTER 7:00 P.M. ON ANY WEEKDAY AND PRIOR TO 8:30 A.M. OR AFTER 5:00 P.M. ON SATURDAY, INCLUDING THE START UP OF HEAVY EQUIPMENT. WORK ON SUNDAY AND HOLIDAYS ARE PROHIBITED WITHOUT PRIOR APPROVAL OF THE OWNER. LOW -IMPACT EQUIPMENT AND MINIMIZATION OF COMPACTION LOW-PRESSURE EQUIPMENT SHALL BE USED BY CONTRACTOR TO MINIMIZE SITE IMPACTS TO SENSITIVE AREAS AND TO TRANSPORT DIRT FOR ONSITE DISPOSAL. CONTRACTOR SHALL MINIMIZE EXCESSIVE COMPACTION AND SHALL ADHERE TO DESIGNATED ACCESS AREAS MARKED IN FIELD OR INDICATED ON PLANS. SUBSOIL AND TOPSOIL SHALL NOT BE COMPACTED TO MORE THAN 80% PROCTOR DENSITY. SEE NATIVE PLANT SEED INSTALLATIONS FOR DISKING. OWNER SHALL HAVE THE RIGHT TO REVIEW AND REJECT EQUIPMENT, ACCESS, WORK, AND/OR CONSTRUCTION TECHNIQUES NOT IN CONFORMANCE WITH THE PLANS, DETAILS AND SPECIFICATIONS. TOLERANCES FOR ACCURACY OF SUBGRADE AND FINISHED GRADE ELEVATIONS SITE LAYOUT AND SURVEY SHALL BE PERFORMED BY CONTRACTOR. OWNER AND OWNER'S REPRESENTATIVE RESERVE THE RIGHT TO REVIEW viE'vV CONTRACTOR'S RESULTS OF CONTRACTOR'S SURVEY INCLUDING VERIFICATION OF COMPLETION OF THE FOLLOWING STAGES: SUBGRADE COMPLETION, TOPSOIL GRADE COMPLETION, SPOT ELEVATIONS, OR OTHER ITEMS UPON THE REQUEST OF THE OWNER. CONTRACTOR VERIFICATION OF GRADES SHALL AT A MINIMUM OCCUR AFTER COMPLETION OF MASS GRADING AND AFTER INSTALLATION OF TOPSOIL. ALL SPOT ELEVATIONS SHALL BE CONSTRUCTED TO WITHIN +/- 0.10 FT OF THE ELEVATION INDICATED ON THE PLANS. CONTRACTOR VERIFICATION OF GRADES SHALL AT A MINIMUM OCCUR AFTER COMPLETION OF MASS GRADING AND AFTER INSTALLATION OF TOPSOIL. TOLERANCES FOR RUTS AND DIRT CLODS ELEVATIONS SHALL BE CONSTRUCTED TO BE FREE FROM RUTS THAT ARE 0.1 FT OR LARGER, AND SHALL CONTAIN LESS THAN 10% DIRT CLODS THAT ARE 3 -INCH OR LARGER. NORMAL WATER LEVEL CONTRACTOR SHALL REVIEW THE LOCATION AND TYPE OF LAKE OUTLET STRUCTURE WITH THE OWNER AND ENGINEER AND SHALL PERFORM A LEVEL SURVEY OF THE EXISTING LAKE OUTLET INVERT STRUCTURE TO ESTABLISH A RELATIVE ELEVATION FOR THE LAKE NORMAL WATER LEVEL. THE SURVEY SHALL BE REVIEWED BY THE ENGINEER AND THE NWL USED TO ESTABLISH ELEVATIONS OF PROPOSED WETLAND AND SHORELINE STRUCTURES. AMPHIBIOUS EXCAVATOR FOR CONSTRUCTION OF OFF -SHORE WETLANDS CONSTRUCTION OF OFF -SHORE WETLANDS COULD OCCUR USING AN AMPHIBIOUS EXCAVATOR OR BARGE -MOUNTED BACKHOE. THE AMPHIBIOUS EXCAVATOR SHALL BE CAPABLE OF OFF -SHORE WETLAND CONSTRUCTION AT NORMAL WATER LEVEL IN THE LAKE PER PLANS, DETAILS, AND SPECIFICATIONS. AMPHIBIOUS EXCAVATORS CAN BE VIEWED AT WWW.WILCOMARSHBUGG]ES.COM, WWW.FROGCO-AMPHIBIOUS.COM, OR WWW.MARSHBUGGIES.COM. CONTRACTORS THAT ARE NOT PROPOSING USE OF AN AMPHIBIOUS -TYPE EXCAVATION DEVICE SHALL DESCRIBE PROPOSED CONSTRUCTION METHODS AND EQUIPMENT PRIOR TO SUBMITTAL OF A BID. OTHER RESTORATION PRACTICES SUCH AS SHORELINE WETLANDS OR SHORELINE RE -SHAPING MAY BE CONSTRUCTED USING OTHER LOW GROUND -PRESSURE EQUIPMENT SUCH AS BACKHOES, GRADE-ALLS, OR SIMILAR METHODS. POND DRAWDOWN A POND DRAWDOWN IS RECOMMENDED TO FACILITATE INSTALLATION OF WETLAND AREAS. HOWEVER, DRAWDOWN IS NOT RECOMMENDED TO OCCUR AFTER CONSTRUCTION OF OFFSHORE WETLANDS SINCE IT MAY CONTRIBUTE TO EXCESSIVE COMPACTION AND/OR DE -STABILIZATION OF OFFSHORE WETLANDS PRIOR TO ESTABLISHMENT OF NATIVE VEGETATION. THEREFORE, DRAWDOWN OR OTHER OPERATIONS THAT MAY DISRUPT CONSTRUCTION OF OFFSHORE WETLANDS OR OTHER STRUCTURES SHALL BE PERFORMED BY CONTRACTORS AT THEIR OWN RISK. IF DRAWDOWN OCURS, IT SHALL BE PERFORMED IN CONFORMANCE WITH ALL SEDIMENT AND EROSION CONTROL MEASURES DESCRIBED ELSEWHERE IN THESE SPECIFICATIONS. SEE ALSO "CONSTRUCTION SEQUENCE." LOG HABITAT STRUCTURES 1. DESCRIPTION. THE WORK SHALL CONSIST OF FURNISHING, TRANSPORTING, AND PLACING LOGS AND OTHER MATERIALS AT LOCATIONS SHOWN ON PLAN INCLUDING SHORELINE OR WETLAND AREAS. LOGS SHALL PROVIDE HABITAT AND SHORELINE STABILIZATION. LOGS SHALL BE FASTENED IN PLACE USING ANCHORS PER DETAILS. 2. MATERIALS: MATERIALS FOR OFF -SHORE LOG BERM SHALL BE AS FOLLOWS: A. LOG: LOG HABITAT STRUCTURES SHALL BE CONSTRUCTED FROM ON-SITE DEAD, STANDING OAK TREE (CA. STN. 2+00) OR OTHER MATERIALS APPROVED BY OWNER AND ENGINEER. LOGS SHALL HAVE MIN. 10 IN. DIAMETER TRUNKS AND MIN. 10 FT LENGTH. KEEP TRUNK LENGTH AS LONG AS PRACTICABLE FOR NATURAL 3 APPEARANCE. MECHANIZED EQUIPMENT TO RELOCATE FALLEN LOGS OR CUT TREES SHALL BE OPERATED UNDER FROZEN GROUND CONDITIONS OR USING EQUIPMENT WITH LOW-PRESSURE TIRES OR OTHER MEANS TO MINIMIZE SOIL DISTURBANCE AND/OR RUTTING. IT SHALL BE OWNER'S PREROGATIVE TO ACCEPT OR REJECT EQUIPMENT BASED ON POTENTIAL SITE DISTURBANCE. CONTRACTOR SHALL RESTORE ALL DISTURBED OR RUTTED ACCESS AREAS. CONTRACTOR SHALL PROTECT ALL VEGETATION NOT DESIGNATED FOR REMOVAL OR TO REPLACE SAID VEGETATION AT OWN EXPENSE. B. ANCHORS: UTILIZE 1/4 IN. GALVANIZED CABLE FASTENED TO TWO DUCKBILL ANCHORS (OR EQUAL). 3. CONFIGURATION OF LOG HABITAT STRUCTURES: A. LOG DISTANCE OFF -SHORE SHALL VARY FOR SHORELINE WETLAND OR OFFSHORE WETLAND PLACEMENT. SEE PLANS AND DETAILS. LOG SHALL BE PLACED AT AN ELEVATION TO CONFORM TO DIMENSIONS DEPICTED IN DETAILS. B. INSTALL ANCHORS. SPACE ANCHORS 10 FT. ON CENTER TO FASTEN TREE TRUNKS IN LOCATIONS SHOWN ON PLANS AND SECTIONS. EACH TREE TRUNK SHALL HAVE A MIN. 2 FASTENER CABLES EACH ANCHORED 3 FT. INTO THE SUBGRADE. CARP MESH 1. GENERAL DESCRIPTION: CARP MESH SHALL BE INSTALLED ACROSS THE SURFACE OF CONSTRUCTED OFF -SHORE HEMI -MARSH AREAS TO PROTECT AGAINST CARP PREDATION. 2. MATERIALS: A. CARP (BENTHIC) MESH: SHALL BE PROVIDED BY ERO-TEX (847-899-9965). 1" MESH SIZE. BLACK COLOR, SPEC. GRAVITY MIN. 1.1, 0.1" THICKNESS. CONSTRUCTION: A. INSTALL CARP (BENTHIC) MESH OVER FILL. TRENCH MIN. 1 -FT DEEP AT ROCK TOE AND TRENCH 1 -FT DEEP AT SHORELINE. INSTALL USING 12 -IN. METAL STAPLES AND/OR ROCK TO PREVENT BUCKLING. BID ALTERNATE: RE -SHAPE SLOPES / ERCSICN CCN I R BLANKET 1. GENERAL DESCRIPTION: RE -SHAPING SLOPES SHALL OCCUR FOR RE -SHAPE SLOPE AT SHORELINES, UPGRADIENT OF PROPOSED SHORELINE WETLANDS, OR WHERE INDICATED ON PLANS ACCORDING TO DETAILS. PROTECT RE -SHAPED SOILS WITH EROSION CONTROL BLANKET. NATIVE PLANT SEED SHALL BE BROADCAST PER PLAN SPECIFICATIONS BETWEEN BACKFILL AND BLANKET. FINISHED RE -SHAPED SLOPES SHALL RECEIVE NATIVE PLANTINGS AS DESCRIBED ON PLANS AND DETAILS. 2. MATERIALS: MATERIALS FOR RE -SHAPING SLOPES INCLUDES THE FOLLOWING: A. EROSION CONTROL BLANKET SHALL BE NORTH AMERICAN GREEN SC150-BN, OR APPROVED EQUAL. B. SUBSOIL AND TOPSOIL: THE UPPER SIX (6) INCHES SHALL BE TOPSOIL. CLAYEY MATERIALS (LESS THAN 30% CLAY) MAY BE PLACED BELOW THE TOPSOIL AND/OR BELOW NORMAL WATER LEVEL. REUSE EXISTING REGRADED TOPSOIL WITH REMOVAL OF LIVE ROOTS AND WEEDS. REUSED TOPSOIL SHALL BE LOAM SOIL FROM "A - HORIZON", FREE OF STICKS, ROOTS, WEEDS, BRUSH OR STONES LARGER THAN 1" IN DIA., OR OTHER LITTER AND WASTE. AT LEAST 90% SHALL PASS NO. 10 SIEVE AND THE PH SHALL BE BETWEEN 5.5 AND 8.0. UNDER NO CIRCUMSTANCES SHALL SOIL BE IMPORTED WITHOUT WRITTEN PERMISSION FROM OWNER. C. SHORELINE NATIVE SEED MIX INSTALLED ON THE LOWER SLOPE WITHIN 1.0 -FT OF THE NORMAL WATER LEVEL. MIDDLE / UPPER BANK SEED MIX INSTALLED IN ALL AREAS ABOVE SHORELINE SEED MIX (ABOVE 1.0 -FT FROM NWL).' NATIVE PLANT SEED MIXES ARE DESCRIBED IN THESE SPECIFICATIONS. INSTALL NATIVE PLANT PLUGS AND/OR SHRUB LIVE STAKES PER LOCATIONS ON PLANS. 3. CONSTRUCTION: RE -SHAPED SLOPES SHALL BE CONSTRUCTED AS FOLLOWS: A. PREPARE SLOPE TO PROVIDE SMOOTH CONTINUOUS GRADES, FREE OF OBSTRUCTIONS AND MATERIALS THAT WOULD PREVENT CONTACT BETWEEN THE SOIL AND THE BLANKET. B. PROVIDE MINIMUM TOPSOIL DEPTH OF 6" USING ON-SITE TOPSOIL. ENGINEER SHALL DETERMINE IF ON-SITE SOIL IS ADEQUATE FOR SEED BED. COMPACT TO 85% PROCTOR DENSITY. C. INSTALL NATIVE PLANT SEED MIX AS INDICATED ON PLANS AND DETAILS. D. PREPARE TRENCH TO RECEIVE FRONT END OF BLANKET, PER DETAILS. PLACE FRONT END OF BLANKET IN TRENCH, STAPLE, AND BACKFILL TRENCH TO KEY IN BLANKET. E. INSTALL BLANKET IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS FOR ANCHORING OTHER EDGES INTO TRENCHES, OVERLAPS, AND STAPLING PATTERNS. THE 12 -IN. STAPLES SHALL BE UTILIZED FOR LOOSE SOIL CONDITIONS. INSTALL MINIMUM 4 STAPLES PER SQ. YD. 4. PLANTINGS: PLANTING TYPES AND DENSITIES VARY THROUGHOUT THE PROJECT AREA. PLEASE REFER TO PLANS AND DETAILS. EROSION CONTROL BLANKET SC150BPJ EROSION BLANKET UNLESS NOTED OTHERWISE IN PLANS OR DETAILS, DISTURBED OR RE -GRADED SHORELINE AREAS FROM THE TOE OF SLOPE TO THE TOP OF BANK SHALL BE STABILIZED USING NORTH AMERICAN GREEN SC150BN, OR EQUAL. THE EROSION CONTROL BLANKET SHALL BE A MACHINE -PRODUCED 100% BIODEGRADABLE BLANKET OF 70% AGRICULTURAL STRAW AND 30% COCONUT FIBER BLEND MATRIX WITH A FUNCTIONAL LONGEVITY OF UP TO 18 MONTHS. THE BLANKET SHALL BE OF CONSISTENT THICKNESS WITH THE STRAW AND COCONUT FIBER EVENLY DISTRIBUTED OVER THE ENTIRE AREA OF THE BLANKET. THE BLANKET SHALL BE COVERED ON THE TOP AND BOTTOM SIDES WITH 100% BIODEGRADABLE WOVEN NATURAL ORGANIC FIBER NETTING. THE TOP NETTING SHALL CONSIST OF MACHINE DIRECTIONAL STRANDS FORMED FROM TWO INTERTWINED YARNS WITH CROSS DIRECTIONAL STRANDS INTERWOVEN THROUGH THE TWISTED MACHINE STRANDS (COMMONLY REFERRED TO AS A LEND WEAVE) TO FORM AN APPROXIMATE 0.50 X 1.00 INCH MESH. THE BLANKET SHALL BE SEWN TOGETHER ON 1.50 INCH CENTERS WITH BIODEGRADABLE THREAD. THE SC150BN STRAW/COCONUT FIBER EROSION CONTROL BLANKET SHALL HAVE THE FOLLOWING PROPERTIES: MATERIAL CONTENT MATRIX 70% STRAW FIBER (0.35 LBS/YD2) 30% COCONUT FIBER (0.15 LBS/YD2) NETTING TOP - LENO WOVEN 100% BIODEGRADABLE ORGANIC JUTE FIBER (9.30 LBS/1,000 FT2 APPROXIMATE WEIGHT) ` BOTTOM - 100% BIODEGRADABLE ORGANIC JUTE FIBER (7.7 LBS/1,000 FT2 APPROXIMATE WEIGHT) THREAD BIODEGRADABLE SC150BN IS AVAILABLE WITH THE FOLLOWING PHYSICAL SPECIFICATIONS PER ROLL WIDTH ± 5% 6.67 FT LENGTH ± 5% 108.00 FT WEIGHT ± 10% 52.22 LBS AREA 80.00 YD2 STITCH SPACING FOR ALL ROLLS = 1.50 INCHES S75BN EROSION BLANKET DISTURBED AREAS BEYOND THE TOP OF THE BANK AT THE SHORELINE, ACCESS ROUTES, OR OTHER AREAS NOTED ON THE PLANS OR SPECIFICATIONS SHALL BE STABILIZED USING NORTH AMERICAN GREEN S75 BN EROSION CONTROL BLANKET, OR EQUAL (SEE ALSO RESTORATION OF DISTURBED AREAS / SITE CLEANUP SPECIFICATIONS). THE BLANKET SHALL BE A MACHINE -PRODUCED 100% BIODEGRADABLE MAT WITH A 100% STRAW FIBER MATRIX WITH A FUNCTIONAL LONGEVITY OF APPROXIMATELY 12 MONTHS. (NOTE: FUNCTIONAL LONGEVITY MAY VARY DEPENDING UPON CLIMATIC CONDITIONS, SOIL, GEOGRAPHIC LOCATION, AND ELEVATION). THE BLANKET SHALL BE OF CONSISTENT THICKNESS WITH THE STRAW EVENLY DISTRIBUTED OVER THE ENTIRE AREA OF THE MAT. THE BLANKET SHALL BE COVERED ON THE TOP SIDE WITH A 100% BIODEGRADABLE WOVEN NATURAL ORGANIC FIBER NETTING. THE NETTING SHALL CONSIST OF MACHINE DIRECTIONAL STRANDS FORMED FROM TWO INTERTWINED YARNS WITH CROSS DIRECTIONAL STRANDS INTERWOVEN THROUGH THE TWISTED MACHINE STRANDS (COMMONLY REFERRED TO AS A LENO WEAVE) TO FORM AN APPROXIMATE 0.50 X 1.00 INCH (1.27 X 2.54 CM) MESH. THE BLANKET SHALL BE, SEWN TOGETHER WITH BIODEGRADABLE THREAD ON 1.50 INCH (3.81 CM) CENTERS. MATERIAL CONTENT MATRIX 100% STRAW FIBER (0.50 LBS/YD2) NETTING ONE SIDE ONLY. LENO WOVEN 100% BIODEGRADABLE NATURAL ORGANIC FIBER (9.30 LBS/1,000 FT2 APPROXIMATE WEIGHT) THREAD BIODEGRADABLE PHYSICAL SPECIFICATIONS (PER ROLL) WIDTH 6.67 FT±5% LENGTH 108.00 FT ± 5% WEIGHT 46.40 LBS ± 10% AREA 80 YD2 66.89 M2 STITCH SPACING 1.50 INCHES BID ALTERNATE: FIBER ROLL TOE / NO RE -SHAPE SLOPE 1. DESCRIPTION. THE WORK SHALL CONSIST OF FURNISHING, TRANSPORTING, AND PLACING 20 -IN. DIAM. FIBER ROLL AND OTHER MATERIALS TO PROVIDE WAVE PROTECTION AT SHORELINE, AT SHORELINE WETLANDS, AND/OR AT OFFSHORE WETLANDS. IN CONTRAST TO FIBER ROLL / RE -SHAPE SLOPE, THE FIBER ROLL TOE / NO RE -SHAPE SLOPE APPLICATION SHALL NOT RETAIN FILL AND SHALL ONLY BE USED FOR WAVE PROTECTION AT PROPOSED SHORELINE AREAS. 2. MATERIALS: FIBER ROLL MATERIALS SHALL INCLUDE THE FOLLOWING: A. NOTE: FIBER ROLL SHALL BE 12 -IN. DIAM. CONSTRUCTED OF 100% COIR FIBERS, 9 LB PER CU FT DENSITY, 12 IN. DIA., CONTAINED WITHIN AN EXTERIOR 2 IN. KNOTTED MESH NETTING OF WOVEN POLYETHYLENE. B. STAKES - 2" X 2" HARDWOOD, 36 IN. MINIMUM LENGTH, POINTED AT ONE END TO ALLOW DRIVING INTO SUBGRADE MATERIAL. C. ROPE: BLACK NYLON ROPE - 1/4 IN. DIA. 3. PLACEMENT: A. FIBER ROLLS ARE INSTALLED AT THE POINT WHERE THE EXISTING NORMAL WATER LINE MEETS THE BANK PER DETAILS FOR FIBER ROLL TOE / NO RE -SHAPE SLOPE. NO FILL SHALL BE RETAINED IN THIS APPLICATION. B. INSTALL CARP (BENTHIC) MESH OVER FILL (AS PROVIDED BY ERO-TEX, PHONE 847-899- 9965, OR EQUAL) BETWEEN FIBER ROLL BERM AND SHORELINE. TRENCH BENTHIC MESH MIN. 1 -FT DEPTH AT SHORELINE AND AT FIBER ROLL. INSTALL USING 12 -IN. METAL STAPLES AND/OR ROCK TO PREVENT BUCKLING. 4. TIE-IN: FIBER ROLL ENDS SHALL BE LACED OR WOVEN TOGETHER USING 1/4 IN. NYLON ROPE. I,EF_ NYLON RvPE SHALL BE WOVEN IN AND OUT OF THE MESH THAT E JCASCD THE FIBER ROLL. CARE SHALL BE TAKEN DURING THIS PROCESS TO INSURE THAT THE LACING OCCURS AROUND THE ENTIRE PERIMETER OF BOTH ROLLS, AND THAT ADEQUATE KNOTS ARE PROVIDED. 5. KEY -IN: THE ENDS OF THE FIBER ROLL INSTALLATION AREA SHALL BE STAKED THROUGH THE CENTER OF THE FIBER ROLL. 6. STAKING: INSTALL STAKES ON 4 -FT CENTERS ALONG ALTERNATING SIDES OF THE FIBER ROLL. INSTALL STAKE THROUGH CENTER OF FIBER ROLL AT EACH TERMINUS. FASTEN FIBER ROLL USING NYLON ROPE. VA TREES AND SHRUBS 1. DESCRIPTION: TREES AND SHRUBS SHALL BE INSTALLED WHERE INDICATED ON PLANS. LOCATIONS OF TREES AND SHRUBS PLACED WITHIN 25 FEET OF THE SHORELINE SHALL BE VERIFIED BY THE ENGINEER PRIOR TO INSTALLATION. 2. MATERIALS: A. TREES SHALL BE IN A 5 -GALLON TREE CONTAINER. SHRUBS SHALL BE IN A 3 -GALLON CONTAINER. B. CONTAINER MATERIALS SHALL BE HEALTHY (SPECIES SPECIFIED BELOW). WITH AN ORIGIN AS CLOSE AS POSSIBLE TO PROJECT SITE. CUTTINGS FROM BEYOND A 150 -MILE RADIUS OF THE PROJECT SITE SHALL BE APPROVED IN WRITING PRIOR TO USE BY THE OWNER'S REPRESENTATIVE. C. SUBSTITUTIONS SHALL NOT BE MADE WITHOUT WRITTEN APPROVAL OF OWNER'S REPRESENTATIVE. 3. QUALITY CONTROL: A. PROVIDE TREE AND SHRUB CONTAINERS TO THE PROJECT SITE. WATERING SHOULD OCCUR IF NECESSARY TO MAINTAIN VIGOR. B. DELIVERY: ACCEPT DELIVERY OF TREES AND SHRUBS AFTER PREPARATIONS FOR PLANTINGS HAVE BEEN COMPLETED AND PLANT IMMEDIATELY. C. TEMPORARY STORAGE: IF PLANTING IS DELAYED MORE THAN 4 HOURS AFTER DELIVERY, MAKE PROVISIONS FOR PROTECTING PLANTS FROM WEATHER, AND WATERING AS NEEDED. D. LABEL AT LEAST ONE PLANT OF EACH VARIETY IN EACH PLANTING AREA WITH SECURELY ATTACHED WATERPROOF TAGS BEARING LEGIBLE DESIGNATION OF BOTANICAL AND COMMON NAME. E. ALL PLANT MATERIAL, INCLUDING COLLECTED STOCK, MUST SHOW APPEARANCE OF NORMAL HEALTH AND VIGOR AND SHALL COMPLY WITH THE STATE AND FEDERAL LAWS WITH RESPECT TO INSPECTION FOR PLANT DISEASES AND INSECT INFESTATIONS. F. EACH SPECIES SHALL BE HANDLED AND PACKED IN THE MANNER APPROVED FOR THAT PLANT, HAVING REGARD FOR THE SOIL AND CLIMATE CONDITIONS AT THE TIME AND PLACE OF DIGGING OR CUTTING AND DELIVERY, AND TO THE TIME THAT WILL BE CONSUMED WHILE IN TRANSIT OR DELIVERY. ALL PRECAUTIONS THAT ARE CUSTOMARY IN GOOD TRADE PRACTICES SHALL BE TAKEN TO INSURE THE ARRIVAL OF PLANTS IN GOOD CONDITION. 4. INSTALLATIONS A. TREES AND SHRUBS SHALL BE INSTALLED WHERE INDICATED ON PLANS. TREES AND SHRUBS SHALL BE PLACED WITHIN ECOLOGICAL SITE CONSTRAINTS RELEVANT TO EACH SPECIES. PLANTED MATERIALS SHALL BE THOROUGHLY WATERED FOLLOWING INSTALLATION. B. PLANTING DATES FOR TREES & SHRUBS: APRIL 15 THROUGH MAY 31, OR SEPTEMBER 15 THROUGH OCTOBER 15, UNLESS APPROVED OTHERWISE BY OWNER'S REPRESENTATIVE. C. INSTALL TREES & SHRUBS INTO HOLES OF SUFFICIENT SIZE TO PERMIT PLACING THE PLANT WITHOUT BENDING THE SHOOTS. PLACE THE PLANTS IN THE HOLE TO AT LEAST m 12 INCHES BELOW GROUND. HOLES SHALL BE FILLED WITH SOIL AND PRESSED FIRM UP TO THE GROUND SURFACE. ALL SPACES WITHIN ONE -FOOT RADIUS OF THE PLANTING WILL BE FILLED WITH SOIL AND COMPACTED. 5. TREE & SHRUB SPECIES LIST (% SCIENTIFIC NAME COMMON NAME QUANTITY TREES QUERCUS MACROCARPA BURR OAK 2 PLATANUS OCCIDENTALUS SYCAMORE 1 TOTAL 3 CEPHALANTHUS OCCIDENTALIS BUTTON BUSH 2 CORNUS STOLONIFERA RE -OSIER DOGWOOD 2 PHYSOCARPUS OPULIFOLIUS NINEBARK 2 VIBURNUM LENTAGO NANNYBERRY VIBURNUM 2 8 NATIVE PLANT PLUGS AND AQUATIC PLANT TUBERS 1. DESCRIPTION: NATIVE PLANT PLUGS SHALL BE IN THE BASE BID OR BID ALTERNATES TO ESTABLISH GROUND COVER VEGETATION IN THE WETLAND RESTORATION AREAS. NATIVE PLANT PLUGS SHALL CONSIST OF 2 -INCH POTTED PLANTS, UNLESS STATED OTHERWISE. AQUATIC PLANT TUBERS SHALL BE INSTALLED IN OPEN WATER AREAS WHERE INDICATED ON PLANS. mIT,FGTIIA:if_1Rd A. CONTAINER MATERIALS SHALL BE HEALTHY (SPECIES SPECIFIED BELOW). WITH AN ORIGIN AS CLOSE AS POSSIBLE TO PROJECT SITE, PLANT MATERIALS FROM BEYOND A 150 -MILE RADIUS OF THE PROJECT SITE SHALL BE APPROVED IN WRITING PRIOR TO USE BY THE OWNER. B. SUBSTITUTIONS SHALL NOT BE MADE WITHOUT WRITTEN APPROVAL OF OWNER. 3. QUALITY CONTROL: A. WATERING SHALL OCCUR IF NECESSARY TO MAINTAIN VIGOR DURING ON-SITE STORAGE. MATERIALS SHALL BE STORED IN A SHADED AREA IF AMBIENT TEMPERATURES EXCEED 80 DEGREES F. B. DELIVERY: ACCEPT DELIVERY OF TREES AND SHRUBS AFTER PREPARATIONS FOR PLANTINGS HAVE BEEN COMPLETED AND PLANT IMMEDIATELY. C. TEMPORARY STORAGE: IF PLANTING IS DELAYED MORE THAN 4 HOURS AFTER DELIVERY, MAKE PROVISIONS FOR PROTECTING PLANTS FROM WEATHER, AND WATERING AS NEEDED. D. ALL PLANT MATERIAL, INCLUDING COLLECTED STOCK, MUST SHOW APPEARANCE OF NORMAL HEALTH AND VIGOR AND SHALL COMPLY WITH THE STATE AND FEDERAL LAWS WITH RESPECT TO INSPECTION FOR PLANT DISEASES AND INSECT INFESTATIONS. E. EACH SPECIES SHALL BE HANDLED AND PACKED IN THE MANNER APPROVED FOR THAT PLANT, HAVING REGARD FOR THE SOIL AND CLIMATE CONDITIONS AT THE TIME AND PLACE OF DIGGING OR CUTTING AND DELIVERY, AND TO THE TIME THAT WILL BE CONSUMED WHILE IN TRANSIT OR DELIVERY. ALL PRECAUTIONS THAT ARE CUSTOMARY IN GOOD TRADE PRACTICES SHALL BE TAKEN TO INSURE THE ARRIVAL OF PLANTS IN GOOD CONDITION. WITH RESPECT TO INSPECTION FOR PLANT DISEASES AND INSECT INFESTATIONS. F. GOOSE GRID MATERIALS SHALL INCLUDE 2"X2" WOODEN STAKES, AND TWINE (SUCH AS MONOFILAMENT LINE). 4. INSTALLATIONS A. PLANTING DATES FOR NATIVE PLANT PLUGS: APRIL 15 THROUGH JUNE 30 UNDER THE HYDROLOGIC CONDITIONS DESCRIBED BELOW, UNLESS APPROVED OTHERWISE BY OWNER'S REPRESENTATIVE. B. CONTRACTOR SHALL NOTIFY OWNER'S REPRESENTATIVE AT LEAST 48 HOURS PRIOR TO PLANTING. C. CARE SHALL BE TAKEN TO MINIMIZE SOIL COMPACTION DURING GRADING OF THE WETLAND BASIN. WHERE PRACTICABLE, LOW-PRESSURE TIRE EQUIPMENT SHALL BE UTILIZED, AND/OR LONG -REACH EXCAVATION EQUIPMENT TO MINIMIZE THE AREA OF SOIL COMPACTION. D. A MINIMUM OF 6 INCHES OF TOPSOIL (HYDRIC SOIL IF AVAILABLE) SHALL BE RE - SPREAD THROUGHOUT THE CONSTRUCTED WETLAND AREAS TO ACHIEVE FINISHED GRADING. PRAIRIE ZONES SHALL ALSO CONTAIN A MINIMUM 6 INCHES OF SUITABLE TOPSOIL. TOPSOIL SHALL HAVE AN ORGANIC MATTER CONTENT OF AT LEAST 3% AND A CLAY CONTENT OF LESS THAN 30%. E. FOLLOWING TOPSOIL PLACEMENT AND LOG HABITAT INSTALLATION INSTALLATION DESCRIBED, CONTRACTOR SHALL INSTALL NATIVE PLANT PLUGS BY INSERTING PLANTING BAR (2 IN. DIA.) INTO FINISHED GRADE. THE HOLES WILL BE OF SUFFICIENT SIZE TO PERMIT PLACING THE PLANT WITHOUT BENDING THE SHOOTS. PLACE THE PLANTS IN THE HOLE FLUSH WITH THE GROUND SURFACE. HOLES SHALL BE FILLED WITH SOIL AND PRESSED FIRM UP TO THE GROUND SURFACE. ALL SOILS DISTURBED BY THE PLANTING ACTIVITIES WILL BE FILLED WITH SOIL AND COMPACTED. F. WETLAND PLUGS SHALL BE INSTALLED UNDER HYDROLOGIC CONDITIONS SHALL WITH EITHER ADEQUATE SOIL MOISTURE FOR INSTALLATION OF WETLAND PLUGS, OR INUNDATED CONDITIONS WITH A STABLE WATER LEVEL AT THE NORMAL WATER LEVEL INDICATED ON THE PLANS AND BASIN GRADES IN CONFORMANCE WITH THE GRADES INDICATED ON THE NATIVE LANDSCAPE PLANTING PLAN. FOLLOWING EMERGENT VJ€TLAND PLUG IN` STALLA l I THE BASI J SHALL B€ MANAGED AT THE NOR V1AL bVATER LEVEL TO THE EXTENT PRACTICABLE. WETLAND PLANTINGS SHALL BE INSTALLED AT ELEVATIONS RELATIVE TO NORMAL WATER LEVEL AS INDICATED ON THE PLANS. WETLAND SLOPES IN GENERAL SHALL BE APPROXIMATELY 1% GRADE OR FLATTER AND SHALL NOT EXCEED 2% EXCEPT WHERE INDICATED ON THE PLANS, SECTIONS, OR DETAILS. CONTRACTOR SHALL PROVIDE AND/OR MAINTAIN ADEQUATE SOIL MOISTURE CONDITIONS TO PROVIDE FOR COMPLIANCE WITH VEGETATIVE PERFORMANCE STANDARDS. G. WETLAND PLUGS SHALL BE INSTALLED WHERE INDICATED ON PLANTING PLAN. PLANTING DEPTHS SHOULD RANGE FROM TYP. 0.0 FT TO 0.3 FT AND MAX. 0.5 FT BELOW NWL. DEEP EMERGENT WETLAND PLUG SPECIES, SUCH AS PONTEDARIA CORDATA, MAY BE INSTALLED AT DEPTHS FROM 0.5 FT TO 1.0 FT IN DEPTH BELOW NWL. INSTALL EMERGENT WETLAND PLANT PLUGS BY INSERTING PLANTING BAR (2 IN. DIA.). INSTALL PLUGS THROUGH CARP MESH USING KNIFE OR SHARP SAW. PLACE PLANTS IN THE HOLE FLUSH WITH THE LAKE BOTTOM. HOLES SHALL BE FILLED WITH FIRM SOIL AND its] PRESSED FIRM UP TO THE CHANNEL BOTTOM. ALL SPACES WITHIN ONE FOOT RADIUS OF THE PLANTING WILL BE FILLED WITH SOIL AND COMPACTED. H. SHORELINE PLANTINGS SHALL OCCUR EITHER DURING NORMAL WATER LEVEL CONDITIONS, OR WITH THE ASSISTANCE OF SURVEYING PROCEDURES TO LOCATE THE PROPOSED NORMAL WATER LEVEL ELEVATION THROUGHOUT THE BASIN. 1. PRAIRIE PLUGS SHALL BE INSTALLED AT AND ABOVE THE SHORELINE ELEVATION IN LOCATIONS INDICATED ON THE NATIVE LANDSCAPE PLANTING PLAN. PRAIRIE PLUGS SHALL BE INSTALLED DURING NON -FLOODING CONDITIONS. PRAIRIE PLANTINGS SHALL OCCUR EITHER DURING NORMAL WATER LEVEL CONDITIONS, OR WITH THE ASSISTANCE OF SURVEYING PROCEDURES TO LOCATE THE PROPOSED NORMAL WATER LEVEL ELEVATION THROUGHOUT THE BASIN J. AQUATIC PLANT TUBERS SHALL BE INSTALLED WHERE INDICATED ON PLANS IN OPEN WATER AREAS OVER 1.5 FT DEEP. INSTALL AQUATIC PLANT TUBERS USING A SINKER WEIGHT AND ZIP TIE TO FASTEN THE TUBER TO THE WEIGHT. INSTALL IN DENSITIES AND LOCATIONS INDICATED ON PLANS. K. GOOSE GRID (SEE DETAILS) SHALL BE INSTALLED BETWEEN 0.0 -FT TO 1.5 FT WATER DEPTHS TO PROTECT SHORELINE AND EMERGENT WETLAND PLANTINGS FROM DEPREDATION. GOOSE GRID SHALL BE CONSTRUCTED FROM 2"X2X36" WOODEN STAKES PLACED AT 10 -FT INTERVALS AROUND THE PERIMETER OF THE SHORELINE AND EMERGENT PLANTINGS. TWINE (SUCH AS MONOFILAMENT LINE) SHALL BE FIXED TO THE STAKES AT 12" AND 24" ABOVE GROUND. TWINE SHALL ALSO BE PLACED IN A CRISS-CROSS PATTERN OVER THE TOP OF THE SHORELINE AND EMERGENT PLANTED AREA. L. CONTRACTOR SHALL REMOVE PLANTING ENCLOSURES UPON APPROVAL BY OWNER. 5. NATIVE PLANT PLUG SPECIES LIST: QUANTITIES OF NATIVE PRAIRIE, WETLAND, AND AQUATIC TUBER PLANT MATERIALS ARE INDICATED BELOW. SEE NATIVE PLANTING PLAN FOR APPROXIMATE LOCATIONS, TYPES, AND QUANTITIES PER LOCATION TO BE INSTALLED IN DRIFTS. NATIVE PLANT PLUG SPECIES & QUANTITIES LIST SYMBOL SCIENTIFIC NAME COMMON NAME AQUATIC PRAIRIE WETLAND TUBER OUANTiTY QUANT IT Y QUANT ITY AC ACORUS CALAMUS SWEET FLAG 0 60 AU ALISMA SUBCORDATUM WATER PLANTAIN 0 40 AD AQUILEGIA CANADENSIS COLUMBINE 120 0 Al ASCLEPIAS INCARNATA SWAMP MILKWEED 50 0 AN ASTER NOVAE-ANGLIAE NEW ENGLAND ASTER 30 0 AX ASTER SIMPLEX PANICLED ASTER 30 0 CC CAREX COMOSA BRISTLY SEDGE 0 50 CE CAREX EMORYI RIVERBANK SEDGE 0 70 CH CAREX HYSTERICINA PORCUPINE SEDGE 0 180 CV CAREX VULPINODEA FOX SEDGE 0 145 CP COREOPSIS PALMATA COREOPSIS 80 0 EP ECHINACIA PURPURIA PURPLE CONEFLOWER 135 0 EV ELYMUS VIRGINUCUS VIRGINIA WILD RYE 40 0 IV IRIS VIRGINICA SHREVEI BLUE FLAG IRIS 0 285 JE JUNUS EFFUSUS SOFT RUSH 0 100 11 LS LC MF NT PG PV PC RP SC SA ST SV SE SP VH ZA TOTAL LIATRIS SPICATA MARSH BLAZING STAR 40 0 LOBELIA CARDINALIS CARDINAL FLOWER 45 0 MONARDA FISTULOSA WILD BERGAMONT 40 0 NYMPHEA TUBEROSA WHITE WATER LILY 0 0 PANICUM VIRGATUM SWITCH GRASS 50 0 PHYSOSTEGIA VIRGINIANA OBEDIENT PLANT 30 0 PONTEDARIA CORDATA PICKERELWEED 0 340 RATIBIDA PINNATA YELLOW CONEFLOWER 115 0 SCHIZACHYRIUM SCOPARIUM LITTLE BLUESTEM 50 0 SCIRPUS ACUTUS HARD -STEM BULRUSH 0 60 SCIRPUS ATROVIRENS DARK GREEN RUSH 0 50 SCIRPUS VALIDUS CREBER SOFTSTEM BULRUSH 0 230 SPARGANIUM EURYCARPUM BUR REED 0 80 SPARTINA PECTINATA PRAIRIE CORD GRASS 485 0 VERBENA HASTATA ZIZIA AUREA NATIVE PLANT SEED BLUE VERVAIN GOLDEN ALEXANDER 20 0 0 0 150 0 0 0 0 0 0 0 0 0 0 0 90 0 0 1450 1690 150 1. DESCRIPTION: NATIVE PLANT SEED SHALL BE THE PRIMARY METHOD OF ESTABLISHING QUICKLY - GROWING GROUND COVER VEGETATION IN THE WETLAND AND SHORELINE BIOENGINEERING TREATMENTS. NATIVE PLANT SEED SHALL BE INSTALLED UNDERNEATH ALL EROSION CONTROL BLANKET, TO RESTORE ACCESS ROUTES, OR OTHER AREAS DESCRIBED ON PLANS AND SPECIFICATIONS. 2. MATERIALS: A. SEED MATERIALS SHALL BE HEALTHY (SPECIES SPECIFIED BELOW). WITH AN ORIGIN AS CLOSE AS POSSIBLE TO PROJECT SITE. PLANT MATERIALS FROM BEYOND A 150 - MILE RADIUS OF THE PROJECT SITE SHALL BE APPROVED IN WRITING PRIOR TO USE BY THE OWNER. B. SUBSTITUTIONS SHALL NOT BE MADE WITHOUT WRITTEN APPROVAL OF OWNER. 3. QUALITY CONTROL: A. DELIVERY: ACCEPT DELIVERY OF SEED AFTER PREPARATIONS FOR PLANTINGS HAVE BEEN COMPLETED. B. TEMPORARY STORAGE: IF PLANTING IS DELAYED MORE THAN 4 HOURS AFTER DELIVERY, MAKE PROVISIONS FOR PROTECTING PLANTS FROM WEATHER, AND WATERING AS NEEDED. C. ALL SEED MATERIAL MUST SHOW APPEARANCE -OF NORMAL HEALTH AND VIGOR AND SHALL COMPLY WITH THE STATE AND FEDERAL LAWS WITH RESPECT TO INSPECTION FOR PLANT DISEASES AND INSECT INFESTATIONS. D. ALL PRECAUTIONS THAT ARE CUSTOMARY IN GOOD TRADE PRACTICES SHALL BE TAKEN TO INSURE THE ARRIVAL OF SEED IN GOOD CONDITION. 4. INSTALLATIONS A. SHORELINE PLANT SEED SHALL BE INSTALLED FROM -0.25 TO +1.0 FT VERTICAL DISTANCE FROM NORMAL WATER LEVEL. INSTALL BELOW EROSION CONTROL BLANKET 12 IN RE -SHAPED SLOPES, SHORELINE AREAS, RESTORED ACCESS AREAS, OR OTHER AREAS FOR STABILIZATION OF LOWER BANKS AND ABOVE STRUCTURAL SHORELINE BIOENGINEERING TREATMENTS. B. EMERGENT WETLAND PLANT SEED SHALL BE INSTALLED WHERE SPECIFIED ON THE PLANS AND DETAILS FROM A MAX. WATER DEPTH OF 1.5 FT TO THE NORMAL WATER LEVEL (WATER DEPTH 0.0 FT). GOOSE GRID SHALL BE INSTALLED TO PROTECT SHORELINE AND EMERGENT PLANTINGS (SEE BELOW). C. PLANTING DATES FOR NATIVE PLANT SEED: NO INSTALLATION UNDER FROZEN GROUND SURFACE CONDITIONS. OTHERWISE NO LIMITS BUT RECEIVE APPROVAL ON PLANTING DATES BY OWNER. D. GOOSE GRID (SEE DETAILS) SHALL BE INSTALLED BETWEEN 0.0 -FT TO 1.5 FT WATER DEPTHS TO PROTECT SHORELINE AND EMERGENT WETLAND SEED AND PLANTINGS FROM DEPREDATION. GOOSE GRID SHALL BE CONSTRUCTED FROM 2"X2X36" WOODEN STAKES PLACED AT 10 -FT INTERVALS AROUND THE PERIMETER OF THE SHORELINE AND EMERGENT PLANTINGS. TWINE (SUCH AS MONOFILAMENT LINE) SHALL BE FIXED TO THE STAKES AT 12" AND 24" ABOVE GROUND. TWINE SHALL ALSO BE PLACED IN A CRISS- CROSS PATTERN OVER THE TOP OF THE SHORELINE AND EMERGENT PLANTED AREA. E. CONTRACTOR SHALL REMOVE PLANTING ENCLOSURES UPON APPROVAL BY OWNER. 5. SHORELINE SEED MIX: TYPICAL INSTALLATION OF SHORELINE NATIVE PLANT SEED SHALL OCCUR FROM -0.25 TO +1.0 FT VERTICAL DISTANCE FROM NORMAL WATER LEVEL. SHORELINE SEED MIX (LB/ACRE) SCIENTIFIC NAME COMMON NAME QUANTITY (LB/AC) ASCLEPIAS INCARNATA ASTER NOVAE -ANGLIA ASTER SIMPLEX CAREX COMOSA CAREX CRINITA CAREX CRISTATELLA CAREX EMORYII CAREX FRANKII CAREX HYSTERICINA CAREX LUPULINA CAREX MUSKINGUMENSIS CAREX NORMALIS CAREX SPARGANOIDES CAREX STIPATA CAREX STRICTA CAREX VULPINODEA ELEOCHARIS SPP. ELYMUS VIRGINICUS JUNCUS TORREYI LEERSIA ORYZOIDES SCIRPUS ACUTUS SCIRPUS AMERICANUS MARSH MILKWEED 0.75 NEW ENGLAND ASTER 0.25 PANICLED ASTER 0.25 BRISTLY SEDGE 0.50 FRINGED SEDGE 0.75 CRESTED SEDGE 0.75 RIVERBANK SEDGE 0.25 FRANK'S SEDGE 0.50 PORCUPINE SEDGE 1.25 HOP SEDGE 0.50 PALM SEDGE 0.50 SPREADING OVAL SEDGE 0.50 BURRED SEDGE 0.50 COMMON FOX SEDGE 0.50 TUSSOCK SEDGE 0.50 FOX SEDGE 1.00 SPIKERUSH 0.50 VIRGINIA WILD RYE 0.50 TORREY'S RUSH 0.50 RICE CUT GRASS 0.50 HARD -STEM BULRUSH 0.50 COMMON THREE SQUARE 0.50 13 SCIRPUS ATROVIRENS SCIRPUS VALIDUS CREBER SPARTINA PECTINATA VERBENA HASTATA COVER CROP (LB/ACRE) AVENA SATIVA DARK GREEN RUSH 0.50 SOFTSTEM BULRUSH 1.00 PRAIRIE CORD GRASS 1.00 BLUE VERVAIN 0.50 15.25 LB/AC SEED OATS 5.00 LB/AC 6. RIPARIAN NATIVE PLANT SEED SHALL BE INSTALLED IN A) DISTURBED AREAS TO BE RESTORED AT ELEVATIONS ABOVE THE SHORELINE SEED MIX, AND B) OTHER RIPARIAN AREAS TO BE ENHANCED PER PLANS, SPECIFICATIONS AND DETAILS. RIPARIAN NATIVE SEED MIX (LB/ACRE) ASTER LATERIFOLIUS SIDE -FLOWERING ASTER 0.20 ASTER NOVAE -ANGLIA NEW ENGLAND ASTER 0.60 CAREX EMORYII RIVERBANK TUSSOCK SEDGE 0.40 CAREX JAMESII GRASS SEDGE 0.20 CAREX SPARGANOIDES BURRED SEDGE 0.20 CAREX STIPATA COMMON FOX SEDGE 0.60 CAREX TRIBULOIDES POINTED OVAL SEDGE 0.60 CAREX VULPINODEA FOX SEDGE 1.00 ECHINACIA PALLIDA PALE PURPLE CONEFLOWER 0.80 ECHINACIA PURPURIA PURPLE CONEFLOWER 0.60 ELYMUS CANADENSIS PRAIRIE WILD RYE 1.50 ELYMUS VIRGINICUS VIRGINIA WILD RYE 1.50 HELENIUM AUTUMNALE SNEEZEWEED 0.20 HELIOPSIS HELIANTHOIDES OX EYE SUNFLOWER 0.20 JUNCUS TORREYI TORREY'S RUSH 0.60 MONARDA FISTULOSA WILD BERGAMONT 0.40 PANICUM VIRGATUM SWITCH GRASS 0.80 PENSTEMON DIGITALIS FOXGLOVE PENSTEMON 0.50 RATIBIDA PINNATA YELLOW CONEFLOWER 1.00 RUDBECKIA SUBTOMENTOSA SWEET BLACK-EYED SUSAN 0.60 SCHIZACHYRIUM SCOPARIUM LITTLE BLUEST ENI 1.00 SOLIDAGO GIGANTEA LATE GOLDENROD 0.60 SOLIDAGO SPECIOSA SHOWY GOLDENROD 0.40 SPARTINA PECTINATA PRAIRIE CORD GRASS 1.00 ZIZIA AUREA GOLDEN ALEXANDER 0.40 15.90 LB/AC COVER CROP (15 LB/ACRE) AVENA SATIVA LOLIUM MULTIFLORUM SEED OATS 7.50 ANNUAL RYE 7.50 15.00 LB/AC 7. EMERGENT WETLAND PLANT SEED: SHALL BE INSTALLED WHERE SPECIFIED ON THE PLANS AND DETAILS FROM A MAX. WATER DEPTH OF 1.0 FT TO THE NORMAL WATER LEVEL (WATER DEPTH 0.0 FT). 14 EMERGENT WETLAND SEED MIX (LB/ACRE ALISMA SUBCORDATUM WATER PLANTAIN 0.60 ASCLEPIAS INCARNATA SWAMP MILKWEED 0.30 CAREX COMOSA BRISTLY SEDGE 0.60 CAREX CRISTATELLA CRESTED OVAL SEDGE 0.60 CAREX EMORYI CAREX HYSTERICINA CAREX STRICTA ELEOCHARISERYTHROPODA JUNCUS EFFUSUS LEERSIA ORYZOIDES LYCOPUS AMERICANUS PENTHORUM SEDOIDES POLYGONUM LAPATHIFOLIUM PONTEDARIA CORDATA SAGITTARIA LATIFOLIA SCIRPUS ACUTUS SCIRPUS AMERICANUS SCIRPUS ATROVIRENS SCIRPUS VALIDUS CREBER SPARGANIUM EURYCARPUM RIVERBANK SEDGE 0.45 PORCUPINE SEDGE 1.20 TUSSOCK SEDGE 0.90 CREEPING SPIKE RUSH 0.60 SOFT RUSH 1.20 RICE CUT GRASS 0.90 COMMON WATER HOREHOUND 0.45 DITCH STONECROP 0.30 SMARTW EED 0.60 PICKERELWEED 0.60 ARROWHEAD 1.20 HARD -STEM BULRUSH 0.90 COMMON THREE SQUARE 0.90 DARK GREEN RUSH 0.90 SOFTSTEM BULRUSH 0.90 BUR REED 0.90 15.00 LB/AC VEGETATIVE PERFORMANCE STANDARDS FOR NATIVE PLANTS 1. SHORELINE, MIDDLE AND UPPER BANK (PRAIRIE) VEGETATION PERFORMANCE STANDARDS A. WITHIN 24 HOURS AFTER SEEDING AND PLANTING ARE COMPLETED, THE SOIL SHALL BE STABILIZED BY EROSION BLANKET AS INDICATED ON DETAILS AND SPECIFICATIONS. B. WITHIN AT LEAST THREE (3) MONTHS OF SEEDING AND PLANTING (WITHIN THE GROWING SEASON OF APRIL THROUGH OCTOBER), AT LEAST 90% OF THE SEEDED AREA SOIL SURFACE WILL BE VEGETATED AND NO SEEDED AREA WILL HAVE MORE THAN ONE (1) YARD SQUARE DEVOID OF VEGETATIVE COVER. C. THE FOLLOWING VEGETATIVE PERFORMANCE STANDARDS SHALL APPLY DEPENDING ON THE LENGTH OF TIME OF T HE "IATI N'E VEGETATION PERFORMANCE 1-1ME PERIOD IN THE CONTRACT. WITHIN THE FOLLOWING SPECIFIED TIME PERIODS AFTER SEEDING AND PLANTING (WITHIN THE GROWING SEASON OF APRIL THROUGH OCTOBER), THE SHORELINE STABILIZATION AREAS SHALL HAVE THE FOLLOWING MIN. PERCENT NATIVE SPECIES COVERAGE BY AREA: BY 12 MONTHS = 25% COVERAGE BY NATIVE SPECIES BY 24 MONTHS = 50% COVERAGE BY NATIVE SPECIES BY 36 MONTHS = 75% COVERAGE BY NATIVE SPECIES VOLUNTEER NATIVE PLANT SPECIES MAY BE INCLUDED IN THE PERCENT NATIVE PLANT COVERAGE. D. INVASIVE PLANT SPECIES SHALL NOT EXCEED 15% OF THE VEGETATIVE COVERAGE AT ANY TIME [SPECIES INCLUDE BUT NOT LIMITED TO GARLIC MUSTARD (ALLIARIA OFFICINALIS), CATTAIL TYPHA SPP.), REED CANARYGRASS (PHALARIS ARUNDINACEA), PURPLE LOOSESTRIFE (LYTHRUM SALICARIA), CANADA THISTLE (CIRSIUM ARVENSE), HONEYSUCKLE (LONICERA 15 TATARICA), COMMON BUCKTHORN (RHAMNUS CATHARTICA), SWEET CLOVER (MELILOTUS SPP.)]. E. PHRAGMITES COVERAGE SHALL BE 0% AT ALL TIMES DURING AND AFTER CONSTRUCTION AND NATIVE PLANT MAINTENANCE. F. PLANT PLUG SURVIVORSHIP SHALL REMAIN AT 80% OR HIGHER THROUGHOUT THE PROJECT SITE THROUGH THE END OF THE VEGETATIVE PERFORMANCE TIME PERIOD. CONTRACTOR AND ENGINEER SHALL REVIEW PLANT SURVIVORSHIP BETWEEN MAY 15 AND SEPTEMBER 15. CONTRACTOR SHALL INSTALL ADDITIONAL PLANTS TO ENSURE A MINIMUM 80% SURVIVORSHIP AT NO ADDITIONAL COST TO OWNER. ANY IRRIGATION OR OTHER MAINTENANCE ACTIVITIES PERFORMED TO MEET SURVIVORSHIP SHALL BE PERFORMED AT A COST INCIDENTAL TO THE INSTALLATION OF NATIVE PLANT PLUGS. 2. SHORELINE WETLAND AND OFFSHORE HEMI -MARSH WETLAND VEGETATION PERFORMANCE STANDARDS A. THE PERCENT NATIVE, NON-INVASIVE WETLAND VEGETATIVE COVERAGE IN THE WETLAND AREAS BETWEEN 0 AND 6 INCHES IN NORMAL WATER DEPTH SHALL MEET THE FOLLOWING PERFORMANCE STANDARDS AFTER SEED INSTALLATION (EVALUATED BETWEEN MAY 15 AND OCTOBER 15): BY 12 MONTHS = 20% NATIVE WETLAND COVERAGE BY 24 MONTHS = 30% NATIVE WETLAND COVERAGE BY 36 MONTHS = 40% NATIVE WETLAND COVERAGE REMAINING AREAS NOT COVERED BY NATIVE WETLAND VEGETATION SHALL BE OPEN WATER OR NON -WEEDY AREAS. (NATIVE VOLUNTEER EMERGENT WETLAND SPECIES MAY BE INCLUDED IN THIS PERCENTAGE). B. RELATIVE COVERAGE OF NON-NATIVE SPECIES IN THE WETLAND ZONES (NORMAL WATER AND BELOW) SHALL BE EQUAL TO OR LESS THAN 15% THROUGHOUT THE MAINTENANCE PERIOD (THROUGH 1 YEAR AFTER INSTALLATION), C. THE COMBINED COVERAGE OF CATTAILS (TYPHA) SHALL BE EQUAL OR LESS THAN 10% THROUGHOUT THE MAINTENANCE PERIOD. D. PHRAGMITES COVERAGE SHALL BE 0% AT ALL TIMES DURING AND AFTER CONSTRUCTION AND NATIVE PLANT MAINTENANCE. E. THE CONTRACTOR AND THE OWNER'S REPRESENTATIVE SHALL REVIEW ON-SITE PLANT MAT ERIAL SURVIVORSHIP BETWEEN MAY 15 AND OCT OBER 15. CONTRACTOR SHALL INSTALL ADDITIONAL PLANT MATERIALS TO THE MINIMUM PERCENT NATIVE WETLAND COVERAGE DESCRIBED ABOVE AT NO ADDITIONAL COST TO OWNER. IRRIGATION OR OTHER MEASURES PERFORMED TO MEET SURVIVORSHIP SHALL BE PERFORMED AT A COST INCIDENTAL TO THE INSTALLATION OF ACHIEVING PERFORMANCE STANDARDS. F. CONTRACTOR SHALL PERFORM VEGETATION MAINTENANCE ACTIVITIES TO FACILITATE COMPLIANCE WITH PERFORMANCE STANDARDS. 3. POTTED TREES AND SHRUBS SHALL A. SURVIVAL OF PLANTED TREES AND SHRUBS SHALL MAINTAINED AT 100% SURVIVAL THROUGHOUT THE NATIVE VEGETATION PERFORMANCE PERIOD. iC 4. GUARANTEE A. SEED AND PLANTING PROCEDURES NOT IN CONFORMANCE WITH THESE STANDARDS AND THE PLANTING SPECIFICATIONS AS APPROVED BY PERMITTING AGENCIES SHALL BE REMOVED AND REPLACED AT NO ADDITIONAL COST TO THE OWNER. B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR AND GUARANTEE ATTAINMENT OF FINAL ACCEPTANCE REQUIREMENTS AS OUTLINED IN THESE STANDARDS. WHERE INSPECTED WORK DOES NOT COMPLY WITH REQUIREMENTS, REMEDIAL MEASURES AS OUTLINED IN THESE STANDARDS WILL APPLY. C. THE CONTRACTOR SHALL REPLACE REJECTED WORK AND PERFORM APPROPRIATE MANAGEMENT UNTIL REINSPECTED BY THE OWNER AND FOUND TO BE ACCEPTABLE. REJECTED PLANTS AND MATERIALS SHALL BE REMOVED PROMPTLY FROM THE PROJECT SITE AT NO ADDITIONAL COST TO THE OWNER. THE CONTRACTOR SHALL RESEED AND/OR REPLANT DEFICIENT AREAS AT NO ADDITIONAL COST TO THE OWNER. IF MEASURES ARE NOT ACHIEVED FOLLOWING ONE (1) REMEDIAL SEEDING EFFORT, THE CONTRACTOR SHALL INSTALL PLUG MATERIALS AS PART OF REMEDIAL ACTIONS INSTEAD OF, OR IN ADDITION TO, SEED. NATIVE SPECIES MAINTENANCE . NATIVE SPECIES MAINTENANCE: A. CONTRACTOR SHALL PERFORM REMOVAL OF INVASIVE PLANT SPECIES BEFORE COMMENCEMENT OF CONSTRUCTION AND BEFORE INSTALLATION OF NATIVE PLANT MATERIALS. AREAS TO BE MAINTAINED INCLUDE ALL PROPOSED WORK AREAS TO RECEIVE NATIVE PLANT PLUGS, ESPECIALLY SHORELINE AREAS CONTAINING REED CANARYGRASS USING ROUNDUP IN SHORELINE AREAS, AND RODEO IN UPLAND AREAS. A MINIMUM THREE (3) SEPARATE HERBICIDE APPLICATIONS (OR OTHER APPROVED METHODS) SHALL BE USED PRIOR TO CONSTRUCTION TO REMOVE INVASIVE SPECIES (REED CANARYGRASS, ETC.) ALONG SHORELINES AND OTHER AREAS WITHIN THE AREAS TO RECEIVE NATIVE PLANT PLUGS. ANNUAL WEED CONTROL APPLICATIONS SHALL OCCUR PER YEAR AFTER THE INSTALLATION OF NATIVE PLANT MATERIALS PER THE FOLLOWING GENERAL SCHEDULE: WEEK 1: ONE (1) HERBICIDE APPLICATION WEEK 2: ONE (1) HERBICIDE APPLICATION WEEK 3: ONE (i) HERBICIDE APPLICATION HERBICIDE APPLICATIONS TO REMOVE INVASIVE SPECIES SHALL OCCUR PRIOR TO CONSTRUCTION. B. CONTRACTOR SHALL PERFORM NATIVE PLANT MAINTENANCE FOLLOWING INSTALLATION OF NATIVE PLANT MATERIALS. AREAS TO BE MAINTAINED INCLUDE SHORELINE WETLAND, SHORELINE STABILIZATION, SHORELINE RE -SHAPING, OFF- SHORE WETLAND, OR OTHER AREAS WHERE NATIVE PLANT MATERIALS ARE INSTALLED BY CONTRACTOR. A MINIMUM FIVE (5) ANNUAL WEED CONTROL APPLICATIONS SHALL OCCUR PER YEAR AFTER THE INSTALLATION OF NATIVE PLANT MATERIALS PER THE FOLLOWING GENERAL SCHEDULE: I. APPLICATION # 1 (APRIL 10 TO APRIL 20) II. APPLICATION # 2 (MAY 25 TO JUNE 5) III. APPLICATION # 3 (JUNE 18 TO JUNE 25) 17 IV. APPLICATION # 4 (JULY 10 TO JULY 20) V. APPLICATION # 5 (AUGUST 10 TO AUGUST 20) ADDITIONAL MAINTENANCE MAY BE NEEDED TO MEET THE MINIMUM PERFORMANCE REQUIREMENTS AND SHALL OCCUR AT CONTRACTOR'S DISCRETION. C. CONTRACTOR SHALL CONDUCT SITE INSPECTIONS WITH OWNER AND OWNER'S REPRESENTATIVE TO REVIEW WEED CONTROL LOCATIONS. SITE INSPECTIONS SHALL OCCUR BOTH BEFORE AND AFTER WEED CONTROL APPLICATIONS FOR SATISFACTORY PERFORMANCE. D. SEE VEGETATIVE PERFORMANCE STANDARDS FOR NATIVE PLANT SPECIES WITHIN THESE SPECIFICATIONS. 2. NATIVE SPECIES MANAGEMENT TECHNIQUES: A. EXAMPLE MAINTENANCE PRACTICES MAY INCLUDE WATERING, SPOT-HERBICIDING, HAND REMOVAL, MOWING, OR OTHER NATIVE PLANT MANAGEMENT TECHNIQUES. CONTRACTOR SHALL MAINTAIN NATIVE PLANT MATERIAL AS NECESSARY TO MEET THE MINIMUM PERFORMANCE REQUIREMENTS. B. THE COST OF NATIVE PLANT MAINTENANCE SHALL BE ITEMIZED IN THE BID FOR NATIVE PLANT MAINTENANCE. PROGRESS MEETINGS / NOTIFICATION OF UNSATISFACTORY CONDITIONS . CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING ENGINEER, OWNER, AND PERMITTING AGENCIES AT LEAST TWO WEEKS PRIOR TO ALL PRE -CONSTRUCTION AND CONSTRUCTION MEETINGS. MEETINGS INCLUDE BUT ARE NOT LIMITED TO PRE - CONSTRUCTION CONFERENCE, ONE WEEK PRIOR TO THE COMMENCEMENT OF LAND DISTURBING ACTIVITIES, AND ONE WEEK PRIOR TO THE FINAL INSPECTION, AS WELL AS ANY MEETINGS REQUIRED PER TERMS AND CONDITIONS OF AGENCY PERMITS. 2. THE CONTRACTOR'S FOREMAN SHALL ATTEND PROGRESS MEETINGS AT A LOCATION DESIGNATED BY THE OWNER. MEETINGS SHALL INCLUDE SUCH ITEMS AS EQUIPMENT STORAGE SITES, EARTHWORK, ACCESS ROUTES, SCHEDULE, TRASH REMOVAL, LOCATIONS OF INVASIVE SPECIES REMOVAL, TRAFFIC CONTROL, PAYMENT REQUIREMENTS, CHANGE ORDERS, OR ANY OTHER CONCERNS DURING THE PROGRESS 01 T u E lArnoLl. 3. CONTRACTOR SHALL EXAMINE AND EVALUATE GRADES, SOILS, AND NOTIFY OWNER OF UNSATISFACTORY CONDITIONS. CONTRACTOR SHALL NOT PROCEED WITH WORK UNTIL SATISFACTORY CONDITIONS HAVE BEEN CORRECTED IN A MANNER ACCEPTABLE TO OWNER. 4. IN ANY CASE OF DISCREPANCY IN THE PLANS VERSUS SPECIFICATIONS, THE MATTER SHALL BE SUBMITTED IMMEDIATELY TO ENGINEER AND OWNER, WITHOUT WHOSE DECISION SAID DISCREPANCY SHALL NOT BE CHANGED BY CONTRACTOR, EXCEPT AT CONTRACTOR'S OWN RISK AND EXPENSE. CONSTRUCTION SEQUENCE POSSIBLE CONSTRUCTION ACTIVITIES AND THEIR APPROXIMATE ORDER ARE AS FOLLOWS: • SIGNAGE TO CLOSE RELEVANT PEDESTRIAN TRAILS (BY OWNER) • INSTALL CONSTRUCTION FENCE • INSTALL SOIL EROSION AND SEDIMENT CONTROL MEASURES * BEGIN 3 ROUNDS OF HERBICIDE APPLICATIONS PRIOR TO CONSTRUCTION TO REMOVE INVASIVE SPECIES (REED CANARYGRASS, ETC.) • AMPHIBIOUS EXCAVATOR TO INSTALL OFF -SHORE WETLAND AREAS " IF NECESSARY, DRAWDOWN OF LAKE WATER LEVEL TO FACILITATE WETLAND CONSTRUCTION • SHORELINE RE -SHAPING INSTALLATION (IF CONTRACTED) * END DRAWDOWN AND ALLOW LAKE VOLUME TO RE -FILL • LAKE SHOULD BE COMPLETELY RE -FILLED BEFORE OFFSHORE WETLAND COMPLETED ` NATIVE PLANTING INSTALLATION WHERE REQUIRED • RESTORATION OF CONSTRUCTION ACCESS AREAS • REMOVAL OF CONSTRUCTION FENCING • NATIVE PLANT MAINTENANCE SEDIMENT AND EROSION CONTROL MEASURES SPECIFIC MEASURES ARE PLANNED TO CONTROL SEDIMENT AND EROSION DURING AND AFTER COMPLETION OF CONSTRUCTION ACTIVITIES. - A COPY OF THE APPROVED EROSION AND SEDIMENT CONTROL PLAN SHALL BE MAINTAINED BY THE CONTRACTOR ON THE SITE AT ALL TIMES. - THE PURPOSE OF THIS PROJECT IS TO RESTORE WETLAND HABITAT. THE GRADING, PLANTING AND STABILIZE MEASURES PROPOSED WILL CONTROL EROSION ON THE BANKS AND PROVIDE AQUATIC HABITAT DIVERSITY IN THE PROJECT REACH. - UNLESS OTHERWISE NOTED, ALL VEGETATIVE AND STRUCTURAL EROSION AND SEDIMENT CONTROL PRACTICES WILL BE CONSTRUCTED TO STANDARDS AND SPECIFICATIONS IN THE SEPTEMBER 2000 DUPAGE COUNTY COUNTYWIDE STORMWATER AND FLOODPLAIN ORDINANCE, AND THE FEBRUARY 2002 ILLINOIS URBAN MANUAL, WHICHEVER IS MORE RESTRICTIVE. - THE VILLAGE OF OAK BROOK MUST BE NOTIFIED ONE WEEK PRIOR TO THE PRE- CONSTRUCTiON CONFERENCE, ONE WEEK PRIOR TO T HE COMMENCEMENT OF LAND DISTURBING ACTIVITIES, AND ONE WEEK PRIOR TO THE FINAL INSPECTION. - SOIL EROSION AND SEDIMENT CONTROL MAINTENANCE MUST OCCUR EVERY SEVEN DAYS AND WITHIN 24 HOURS OF A 0.25 IN. OR GREATER RAINFALL EVENT. - THERE SHALL BE NO LAND -DISTURBING ACTIVITIES ON-SITE OTHER THAN IN AREAS INDICATED ON THE PLANS. - THE CONTRACTOR IS RESPONSIBLE FOR INSTALLATION OF ANY ADDITIONAL EROSION CONTROL MEASURES NECESSARY TO PREVENT EROSION AND SEDIMENTATION AS DETERMINED BY THE VILLAGE OF OAK BROOK. - SOIL EROSION AND SEDIMENT CONTROL FEATURES SHALL BE CONSTRUCTED PRIOR TO THE COMMENCEMENT OF HYDROLOGIC DISTURBANCE OF UPLAND AREAS. - FOR DEWATERING SERVICES, ADJOINING PROPERTIES, WETLANDS AND DISCHARGE LOCATIONS SHALL BE PROTECTED FROM EROSION. DISCHARGES SHALL BE ROUTED THROUGH AN EFFECTIVE SEDIMENT CONTROL MEASURE (e.g. SEDIMENT TRAP, SEDIMENT BASIN, OR OTHER APPROPRIATE MEASURE. 14] - CONSTRUCTION ACTIVITIES WILL, TO THE EXTENT PRACTICABLE, BE SCHEDULED TO AVOID PERIODS OF RUNOFF. - THE SEQUENCE OF DAILY CONSTRUCTION OF THE SHORELINE SHALL INCLUDE THE FOLLOWING. ALL EROSION AND SEDIMENT CONTROL FEATURES SHALL BE INSTALLED PRIOR TO HYDROLOGIC DISTURBANCE OF UPLAND AREAS. GRADING ACTIVITIES ALONG THE LAKESHORE SHALL BE LIMITED SO THAT THE AREA OF THE SHORELINE THAT IS EXPOSED TO REGRADING CAN BE COVERED WITH STAPLED EROSION CONTROL BLANKET AND SEED MIX (IF COMPLETE) BY THE END OF THE WORK DAY. UNDER NO CIRCUMSTANCES SHALL RE -GRADED SHORELINES BE' UNCOVERED BY EROSION BLANKET DURING A PRECIPITATION EVENT. DISTURBED SOILS WILL BE EXPOSED AS BRIEFLY AS PRACTICABLE. - IF A DRAWDOWN DOES NOT OCCUR, A TURBIDITY BARRIER SHALL BE INSTALLED BETWEEN THE OUTLET STRUCTURE AND THE AREA OF DISTURBANCE. - IF DRAWDOWN OR DE -WATERING OCCURS, IT SHALL BE PERFORMED WITH THE FOLLOWING GUIDELINES. THE INTAKE PIPE FOR THE DRAWDOWN SHALL BE PLACED MIN. 0.5 FEET ABOVE THE EXISTING LAKE BOTTOM TO PREVENT DISCHARGE OF LAKE SEDIMENT. ADJOINING PROPERTIES AND DISCHARGE LOCATIONS SHALL BE PROTECTED FROM DISCHARGE OR EROSION. DURING DE -WATERING OPERATIONS, WATER SHALL BE PUMPED INTO A SEDIMENT FILTRATION SYSTEM SUCH AS FILTRATION BAG, SEDIMENT BASIN, OR SILT TRAP, THE SEDIMENT FILTRATION SYSTEM SHALL BE PLACED ON RIP -RAP AT THE LAKE OUTLET STRUCTURE. DE -WATERING DIRECTLY INTO FIELD TILES, STORMWATER STRUCTURES OR WETLAND AREAS IS PROHIBITED. THE SEDIMENT FILTRATION DEVICE SHALL DISCHARGE INTO THE EXISTING LAKE OUTLET SPILLWAY AND SHALL NOT FLOW INTO WETLANDS. PRACTICES AND PROCEDURES OF LAKE DRAWDOWN SHALL BE REVIEWED AND APPROVED BY OWNER AT LEAST 48 HOURS PRIOR AND SHALL COMPLY WITH ALL LAWS AND REGULATIONS INCLUDING EROSION AND SEDIMENT CONTROL REGULATIONS. IF DRAWDOWN DOES NOT OCCUR, THEN A TURBIDITY CURTAIN SHALL BE USED TO PROVIDE SEDIMENT CONTROL PER EROSION AND SEDIMENT CONTROL MEASURES DESCRIBED ELSEWHERE IN THESE SPECIFICATIONS. - ALL WATER SHALL LEAVE THE LAKE AREA CLEAN REGARDLESS OF TURBIDITY CAUSED BY OPEN WATER EXCAVATION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE THAT THE LAKE OUTLET IS PROTECTED AND MAINTAINED THROUGHOUT THE PROJECT. - RESTORED SHORELINE AREAS WILL BE RAPIDLY STABILIZED WITH EROSION CONTROL BLAIV KE T , PE RIVIAIV ENT NIATIVE PLANT SEEDING, AND TEMPORARY QUICK -GROWING COVER CROP. DURING OFF -SHORE WETLAND CONSTRUCTION ACTIVITIES A TURBIDITY CURTAIN (SILTDAM OR EQUAL) SHALL BE ANCHORED PER MANUFACTURER'S RECOMMENDATIONS AND DOWNSTREAM OF THE WORK AREA. UPON COMPLETION OF SHORELINE CONSTRUCTION ACTIVITIES, SEDIMENT ACCUMULATED ALONG THE TURBIDITY CURTAIN FROM CONSTRUCTION ACTIVITIES SHALL BE INCORPORATED INTO THE WETLAND CONSTRUCTION PROJECT AND IMMEDIATELY STABILIZED, OR TEMPORARILY STOCKPILED IN THE AREA INDICATED. - EITHER A BALANCE OF CUT AND FILL OR A NET REMOVAL OF SOIL MATERIAL SHALL OCCUR. FILL SHALL BE PLACED AT OR BELOW THE ESTABLISHED NORMAL WATER LEVEL (SEE "NORMAL WATER LEVEL") IN ALL AREAS, AS INDICATED IN DETAILS AND SECTIONS. - AT THE END OF EACH WORK DAY, THE WORK SITE SHALL BE CLEANED UP. WHEN NOT IN USE, CONTRACTOR VEHICLE, EQUIPMENT AND SUPPLIES SHALL BE STORED AT THE STAGING AND STOCKPILE AREAS SHOWN ON THE PLAN. MCI - EXCAVATED SOILS AND/OR DEBRIS SHALL BE REMOVED ON A DAILY BASIS FROM THE WORK AREA AND EITHER TEMPORARILY STOCKPILED IN THE STAGING AND STOCKPILE AREA INDICATED ON THE PLANS OR REMOVED DIRECTLY FROM THE PROJECT SITE. SOIL WITHIN APPROVED TEMPORARY STOCKPILE LOCATIONS SHALL BE REMOVED WITHIN OR BEFORE 14 DAYS. - TEMPORARY SOIL STOCKPILES SHALL NOT BE LOCATED IN A FLOOD PRONE AREA OR A DESIGNATED BUFFER PROTECTING WATERS OF THE UNITED STATES OR ISOLATED WATERS OF THE COUNTY. - NO TEMPORARY SOIL STOCKPILING WITHIN THE LAKE SHALL BE ALLOWED. - THE SOIL STOCKPILE AREA SHALL BE PROTECTED WITH SILT FENCE AS INDICATED IN THE PLAN DETAILS. - ALL TEMPORARY EROSION AND SEDIMENT CONTROL MEASURES SHALL BE REMOVED WITHIN 30 DAYS AFTER FINAL SITE STABILIZATION IS ACHIEVED OR AFTER THE TEMPORARY MEASURES ARE NO LONGER NEEDED. - UNDER NO CIRCUMSTANCES SHALL ACCESS OR DISTURBANCE OCCUR TO WETLAND AREAS BE ALLOWED EXCEPT FOR TEMPORARY ACCESS DURING WETLAND RESTORATION AS INDICATED ON PLANS. - DUST CONTROL SHALL BE PROVIDED TO THE SATISFACTION OF THE OWNER. - UPON COMPLETION OF CONSTRUCTION, EQUIPMENT ACCESS AREAS SHALL BE RESTORED AND SOIL STABILIZATION PROVIDED THROUGH REMOVAL OF RUTS AND SEED INSTALLATION ALONG DISTURBED AREAS. DISKING AND ADDING A MINIMUM 6" TOPSOIL SHALL OCCUR TO RESTORE ALL COMPACTED ACCESS ROUTES. SEE "SITE CLEANUP" IN THESE IN SPECIFICATIONS. RESTORATION OF DISTURBED AREAS / SITE CLEANUP DEBRIS SHALL BE REMOVED FROM THE WORK AREA AND LAKE AREA. ALL AREAS DISTURBED BY CONSTRUCTION ACTIVITIES INCLUDING ACCESS ROUTES, INGRESS, EGRESS, AND OTHER DISTURBED AREAS SHALL BE RESTORED TO PRE -PROJECT CONDITIONS. ACCESS ROUTES SHALL BE DISKED OR TILLED. SUITABLE ON-SITE TOPSOIL MATERIAL SHALL BE SPREAD ON ALL DISTURBED AREAS. TOPSOIL DEPTH ON ACCESS ROUTES SHALL BE A MINIMUM OF 6 INCHES. RUTS SHALL BE FILLED WITH TOPSOIL. TOPSOIL PLACEMENT SHALL BE FINISHED BY DISKING AND RAKING. RIPARIAN NATIVE PLANT SEED AND NAG S75 BN EROSION CONTROL BLANKET, OR EQUAL SHALL BE INSTALLED ALLED IN ALL DIST URBED AREAS. IN MANICURED LAWN AREAS, T URF GRASS SEED MIX SHALL BE APPLIED BELOW NAG S75 BN EROSION CONTROL BLANKET, OR EQUAL, IN ALL DISTURBED AREAS. THEREFORE, EROSION CONTROL BLANKET AND SEED SHALL BE INSTALLED IN ALL DISTURBED AREAS. EROSION BLANKET SHALL BE INSTALLED ACCORDING TO MANUFACTURER'S RECOMMENDATIONS. WATERING SHALL OCCUR IF NECESSARY TO MAINTAIN PLANT GROWTH AND VIGOR. CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL WATER AS WELL AS TEMPORARY PIPING, HOSES, AND WATERING EQUIPMENT. NO SOIL SHALL BE IMPORTED TO THE -SITE WITHOUT WRITTEN PERMISSION OF OWNER. SITE CLEANUP SHALL BE INCIDENTAL TO TOTAL PROJECT COST. THE CONTRACTOR SHALL MAINTAIN ROADWAYS ADJOINING THE PROJECT SITE FROM MUD AND DEBRIS AT ALL TIME. IF MUD AND OR DEBRIS IS CARRIED ONTO THE ROADWAYS FROM VEHICLES ENTERING ONTO THE HIGHWAY / STREETS FROM EITHER THE CONTRACTOR'S TRUCKS, HIS EMPLOYEES' VEHICLES, OR HIS MATERIAL SUPPLIERS, THE CONTRACTOR SHALL IMMEDIATELY REMOVE SAID MUD AND OR DEBRIS. ALL 21 EXISTING AND NEW DRAINAGE STRUCTURES SHALL BE PROTECTED FROM DEBRIS BY A METHOD APPROVED BY THE ENGINEER. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROHIBIT SEDIMENT AND DEBRIS FROM ENTERING THE STORM SEWER SYSTEM AND ALLOW DRAINAGE. THE METHOD TO BLOCK DEBRIS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO MAINTAIN OR REPLACE AS REQUIRED BY THE ENGINEER. THE COST TO ESTABLISH AND MAINTAIN THE SEDIMENT / DEBRIS METHOD SHALL BE INCIDENTAL TO THE CONTRACT AND WILL NOT BE A PAY ITEM. PROTECTION OF PUBLIC OR PRIVATE PROPERTY PLANT MATERIALS THAT ARE DAMAGED WITHOUT PERMISSION OR BEING CUT, DAMAGED OR DESTROYED THROUGH THE NEGLIGENCE OF THE CONTRACTOR WILL BE REPLACED WITH A SIMILAR PLANT TYPE AND SPECIES (TREE, SHRUB, POTTED PLUG, ETC.) AS DIRECTED BY THE ENGINEER AT NO EXPENSE TO THE OWNER. RESTORATION OF DAMAGE TO PUBLIC OR PRIVATE PROPERTY OUTSIDE THE LIMITS OF THIS PROJECT AND OF ALL EXISTING ROADS AND RIGHTS-OF-WAY AND EASEMENTS SHALL BE COMPLETED IN ACCORDANCE WITH THE APPLICABLE SECTIONS OF THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS, LATEST EDITION, THE ENGINEER, AND GOOD CONSTRUCTION PRACTICES. ACCORDINGLY, THE FOLLOWING SPECIFICATIONS ARE CITED: GOVERNING BODIES ALL WORK HEREIN PROPOSED SHALL BE COMPLETED IN ACCORDANCE WITH THE REQUIREMENTS OF THE MUNICIPALITY, ILLINOIS, THE STATE OF ILLINOIS ENVIRONMENTAL PROTECTION AGENCY AND DEPARTMENT OF TRANSPORTATION, AND THE COUNTY HAVING JURISDICTION, AND ALL PERTINENT LAWS, DIRECTIVES, AND ORDINANCES AND THE LIKE SHALL BE CONSIDERED TO BE PART OF THESE SPECIAL CONDITIONS AND SPECIFICATIONS. CLARIFICATION. DISCREPANCIES & CONFLICTS OF PLANS CONTRACTORS WILL REQUEST CLARIFiCA T ION OR ADDITIONAL iNFORiv1ATiON RELATIVE TO CONSTRUCTION METHOD OR ITEMS OR EQUIPMENT PRIOR TO BIDDING AND THE ENGINEER WILL FURNISH IN WRITING SUCH INFORMATION OR CLARIFICATION REQUIRED. SHOULD ANY DISCREPANCIES OR CONFLICTS ON THE PLANS, QUANTITIES OR SPECIFICATIONS BE DISCOVERED BY THE CONTRACTOR, EITHER PRIOR TO AWARDING OR AFTER THE AWARD OF THE CONTRACT, THE ENGINEER'S ATTENTION SHALL BE CALLED TO THE SAME BEFORE WORK IS BEGUN THEREON AND THE PROPER CORRECTIONS MADE. LOCATION OF UNDERGROUND FACILITIES WHEN THE PLANS OR SPECIAL PROVISIONS INCLUDE INFORMATION PERTAINING TO THE LOCATION OF UNDERGROUND FACILITIES, SUCH INFORMATION REPRESENTS ONLY THE OPINION OF THE ENGINEER AS TO THE APPROXIMATE LOCATION OF SUCH UTILITIES AND IS ONLY INCLUDED FOR THE CONVENIENCE OF THE BIDDER. AT THE LOCATIONS WHEREIN DETAILED POSITIONS OF THESE FACILITIES BECOME NECESSARY TO THE NEW ON CONSTRUCTION, THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, FURNISH ALL LABOR AND TOOLS TO EITHER VERIFY AND SUBSTANTIATE THE RECORD DRAWING LOCATION OR DEFINITELY ESTABLISH THE POSITION OF THE FACILITIES. THE ENGINEER AND OWNER ASSUME NO RESPONSIBILITY WHATEVER IN RESPECT TO THE SUFFICIENCY OR ACCURACY OF THE INFORMATION SHOWN ON THE PLANS RELATIVE TO THE LOCATION OF UNDERGROUND FACILITIES NOR THE MANNER IN WHICH THEY ARE TO BE REMOVED OR ADJUSTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY ALL UTILITY COMPANIES OF HIS INTENTIONS TO BEGIN CONSTRUCTION AND TO VERIFY THE ACTUAL LOCATION OF ALL SUCH FACILITIES. HE SHALL ALSO OBTAIN FROM THE RESPECTIVE UTILITY COMPANIES THE WORKING SCHEDULES FOR REMOVING OR ADJUSTING THESE FACILITIES. IF UNDERGROUND UTILITIES MUST BE RELOCATED TO ACCOMMODATE THE CONSTRUCTION, THE COST THEREOF SHALL BE PAID BY THE OWNER; HOWEVER, NO PAYMENT FOR DELAYS SHALL BE DUE THE CONTRACTOR, AND IF THE CONTRACTOR DAMAGES EXISTING UTILITIES HE SHALL PAY THE COST OF THEIR REPAIRS. OBSTACLES & UNSUITABLE SOIL CONDITIONS THE CONTRACTOR SHALL IMMEDIATELY STOP WORK AND NOTIFY THE ENGINEER IF HE ENCOUNTERS ANY OF THE FOLLOWING: A. AN UNDERGROUND OBSTRUCTION WHICH PREVENTS THE INSTALLATION OF THE IMPROVEMENT ACCORDING TO THE LINE AND GRADE SHOWN ON THE PLANS. B. UNSUITABLE GROUND CONDITIONS WHICH WOULD CAUSE SHIFTING OF THE PROPOSED IMPROVEMENT EITHER VERTICALLY OR HORIZONTALLY. C. WIDER TRENCH WIDTHS DUE TO SOIL CONDITIONS OTHER THAN THOSE SPECIFIED D. ANY CONDITION WHICH WOULD AFFECT THE STABILITY OF, OR THE ABILITY OF THE IMPROVEMENT TO SUPPORT THE LOADS TO BE PLACED UPON IT. PERMITS THE CONTRACTOR SHALL OBTAIN ALL PERMITS FOR CONSTRUCTION WITHIN PUBLIC ROADWAYS, WHICH REQUIRE A PERFORMANCE BOND, MAINTENANCE BOND AND / OR INSURANCE CERTIFICATES AND THE COST OF SAME SHALL BE INCIDENTAL TO THE CONTRACT AND WILL NOT BE A PAY !TEM. COPIES OF ALL PERMITS SHALL BE SUBMIT T ED TO THE ENGINEER BEFORE COMMENCING CONSTRUCTION. NOTIFICATION OF UTILITY COMPANIES THE CONTRACTORS FOR ALL CONTRACTS SHALL NOTIFY THE ELECTRIC, TELEPHONE, GAS, STORM SEWER AND CABLE TV COMPANIES (J.U.L.I.E. 1-800-892-0123); THE COUNTY HAVING JURISDICTION PRIOR TO BEGINNING ANY CONSTRUCTION SO THAT SAID COMPANIES CAN ESTABLISH THE GROUND, THE LOCATION OF UNDERGROUND PIPES, CONDUITS OR CABLES ADJOINING OR CROSSING PROPOSED CONSTRUCTION. TRAFFIC CONTROL THE CONTRACTORS SHALL PROVIDE WHEN REQUIRED BY THE ENGINEER, STATE OR COUNTY REGULATIONS, ALL SIGNS, EQUIPMENT AND PERSONNEL NECESSARY TO PROVIDE FOR SAFE AND EFFICIENT TRAFFIC FLOW IN ALL AREAS WHERE THE WORK WILL 23 INTERRUPT, INTERFERE OR CAUSE TO CHANGE IN ANY FORM, THE CONDITIONS OF TRAFFIC FLOW THAT EXISTED PRIOR TO THE COMMENCEMENT OF ANY PORTIONS OF THE WORK. THE ENGINEER MAY, AT HIS DISCRETION, REQUIRE THE CONTRACTOR TO FURNISH TRAFFIC CONTROL UNDER THESE OR OTHER CIRCUMSTANCES WHERE IN HIS OPINION IT IS NECESSARY FOR THE PROTECTION OF LIFE AND PROPERTY. THE NEED FOR TRAFFIC CONTROL SHALL BE ANTICIPATED BY THE CONTRACTOR AND ALL COST OF SAID TRAFFIC CONTROL (UNLESS SPECIFICALLY ITEMIZED IN THE CONTRACT DOCUMENTS) SHALL BE MERGED INTO THE UNIT COST OF WORK WHERE TRAFFIC CONTROL MIGHT BE REQUIRED. BITUMINOUS CONCRETE BINDER AND SURFACE COURSE (CLASS 1) SECTION 406 PAVEMENT REPLACEMENT SECTION 492 SOD SECTION 252 IT IS THE INTENT OF THESE SPECIFICATIONS THAT CLEAN-UP AND FINAL RESTORATION SHALL BE PERFORMED IMMEDIATELY UPON COMPLETION OF EACH PHASE OF THE WORK OR WHEN SO DIRECTED BY THE ENGINEER SO THAT THESE AREAS WILL BE RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITIONS OR BETTER, AND SHALL INCLUDE BUT NOT LIMITED TO RESTORATION OF MAINTAINED LAWNS AND RIGHTS-OF- WAY, ROADWAYS, DRIVEWAYS, SIDEWALKS, DITCHES, BUSHES, HEDGES, TREES, SHRUBS, FENCES, MAILBOXES, SEWERS, DRAINS, TILES, WATER MAINS, B -BOXES, ETC. DETAILED SPECIFICATIONS I. EXCAVATION AND GRADING A. STANDARDS ALL SITE CLEARING, TOPSOIL, EXCAVATION, EMBANKMENT, GRADING, COMPACTION, SUBGRADE / SUBBASE PREPARATION, AND ALL OTHER WORK HEREIN CONTEMPLATED SHALL BE CONSTRUCTED IN CONFORMANCE WITH THE APPLICABLE SECT IONS OF THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS, LATEST EDITION, AND THE CURRENT VILLAGE OF OAK BROOK DEVELOPMENT REGULATIONS, EXCEPT THAT PAYMENT WILL BE DEFINED A DETAILED IN THE CONTRACT DOCUMENTS. ACCORDINGLY, THE FOLLOWING SPECIFICATIONS ARE CITED WITH EXCEPTIONS AS NOTED: 1. CLEARING, TREE REMOVAL, AND HEDGE REMOVAL SECTION 201 2. EARTH AND ROCK EXCAVATION SECTION 202 3. EMBANKMENT SECTION 205 4. POROUS GRANULAR EMBANKMENT SECTION 206 5. SUBGRADE SECTION 301 6. TOPSOIL AND COMPOST SECTION 211 7. FINAL SHAPING, TRIMMING AND FINISHING SECTION 212 8. SEEDING SECTION 250 9. SOD SECTION 252 24 B. GENERAL 1. EARTHWORK CALCULATIONS AND CROSS SECTIONS THE CONTRACTOR UNDERSTANDS THAT ANY EARTHWORK CALCULATIONS, QUANTITIES OR CROSS SECTIONS THAT HAVE BEEN FURNISHED BY THE ENGINEER ARE FOR INFORMATION ONLY AND ARE PROVIDED WITHOUT ANY GUARANTEE BY THE ENGINEER WHATSOEVER AS TO THEIR SUFFICIENCY OR ACCURACY, CONTRACTOR WARRANTS THAT HE HAS PREPARED HIS OWN CALCULATIONS AND CROSS SECTIONS TO DETERMINE EARTHWORK VOLUMES NEEDED TO PREPARE HIS PROPOSAL AND PRICES HEREIN ARE REPRESENTED BY THE CONTRACTOR AS COVERING ALL COSTS TO THE ENGINEER FOR THE WORK. 2. WORK LIMITS THE CONTRACTOR, HIS AGENTS AND EMPLOYEES AND THEIR EMPLOYEES AND THEIR EQUIPMENT, MACHINERY AND VEHICLES SHALL CONFINE THEIR WORK WITHIN THE BOUNDARIES OF THE PROJECT AND SHALL BE SOLELY LIABLE FOR DAMAGE CAUSED BY THEIR EQUIPMENT, MACHINERY AND VEHICLES ON ADJACENT PROPERTY. II. UNDERGROUND IMPROVEMENTS A. GENERAL .STANDARDS ALL UNDERGROUND IMPROVEMENTS SHALL BE CONSTRUCTED WITH THE STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS, LATEST EDITION, GOVERNING MUNICIPALITY AND COUNTY DEVELOPMENT REGULATIONS, CURRENT EDITION, STANDARDS SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS, LATEST EDITION. 4. POROUS GRANULAR EMBANKMENT SECTION 206 5. SUBGRADE SECTION 301 6. TOPSOIL AND COMPOST SECTION 211 7. FINAL SHAPING, TRIMMING AND FINISHING SECTION 212 o. SEEDING olzu T IQIN 25U 9. SOD SECTION 252 B. GENERAL 1. EARTHWORK CALCULATIONS AND CROSS SECTIONS THE CONTRACTOR UNDERSTANDS THAT ANY EARTHWORK CALCULATIONS, QUANTITIES OR CROSS SECTIONS THAT HAVE BEEN FURNISHED BY THE ENGINEER ARE FOR INFORMATION ONLY AND ARE PROVIDED WITHOUT ANY GUARANTEE BY THE ENGINEER WHATSOEVER AS TO THEIR SUFFICIENCY OR ACCURACY, CONTRACTOR WARRANTS THAT HE HAS PREPARED HIS OWN CALCULATIONS AND CROSS SECTIONS TO DETERMINE EARTHWORK VOLUMES NEEDED TO PREPARE HIS PROPOSAL AND PRICES HEREIN ARE REPRESENTED BY THE CONTRACTOR AS COVERING ALL COSTS TO THE ENGINEER FOR THE WORK. 25 2. WORK LIMITS THE CONTRACTOR, HIS AGENTS AND EMPLOYEES AND THEIR EMPLOYEES AND THEIR EQUIPMENT, MACHINERY AND VEHICLES SHALL CONFINE THEIR WORK WITHIN THE BOUNDARIES OF THE PROJECT AND SHALL BE SOLELY LIABLE FOR DAMAGE CAUSED BY THEIR EQUIPMENT, MACHINERY AND VEHICLES ON ADJACENT PROPERTY. II. UNDERGROUND IMPROVEMENTS A. GENERAL 1. STANDARDS ALL UNDERGROUND IMPROVEMENTS SHALL BE CONSTRUCTED WITH THE STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS, LATEST EDITION, GOVERNING MUNICIPALITY AND COUNTY DEVELOPMENT REGULATIONS, CURRENT EDITION, STANDARDS SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS, LATEST EDITION. ILI Section E General Conditions 1. Contractor shall have five (5) years of experience which is comparable in type and scope to this project. 2. No work is to begin prior to 7:00 a.m. or after 7:00 p.m. Monday through Friday and prior to 8:30 a.m. or after 5:00 p.om on Saturday. Any deviation is subject to the approval of the Village representative. 3. The project will be done on consecutive work days until completed, delays only to inclement weather. 4. Contractor is required to obtain all necessary permits from the Village of Oak Brook, and schedule required inspections through Community Development. 5. The contractor shall supply to the Village, phone numbers where he/she can be reached after normal working hours. 6. The contractor must submit with the bid proposal five (5) references, names and phone numbers of similar projects completed within the last two (2) years. 7. The contractor must submit all manufacturers' literature on all materials that will be used on this project, including M.S. D.S. (Material Safety Data Sheets) prior to any work beginning. 8. A storage location for supplies, ladders and scaffolding shall be mutually agreed upon between the Village and the contractor before any material is stored on site. Deliver material with manufacturers labels intact and legible, store material on raised platforms and cover material with protective covering. 9. Before work is started, deliver to the job site sufficient material to complete the project. 10. If a dumpster is required, the location of the dumpster placement shall be mutually agreed upon between the Village and the contractor. 11.AlI ladders and scaffolding shall be maintained during the course of this project and shall be secured at the end of each workday. 12.Provide barricades to ensure that falling debris will not injure anyone, and to prevent public access to the work area at all times. Yellow "CAUTION" tape will be placed below the immediate work areas of laborers and scaffolds to warn the public of men working overhead. 13.At all times the work and storage areas shall be kept in a clean, orderly, and a picked up manner, to prevent debris from blowing. Clean adjoining streets and immediate vicinity at the end of each work day. Sidewalks, windowsills, roofs and other work areas will be broom swept to remove all debris. Daily material and debris not placed into dumpster will be removed from the site. 14. Upon completion of the project the work area shall be cleaned. All debris and remaining material and supplies shall be removed from the jobsite, including the dumpster within 72 hours of completion. 27 Section F Statement of Contractor's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Contractor may submit any additional information he or she desires. Name of Contractor: ENGhIPI lwc 2. Permanent main office address: n bk ftPt W 1za. c�-III, \ wc- I t, Lm l eft 3. When organized: t.10\JaV\I UI la -4 4. If a corporation, where incorporated: �t qtr ln'tS 5. How many years have you been engaged in the contracting business under your present firm or trade name: 38 1 � 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) ngftE esee 6jn1 EEE 7. General character of work performed by your company: ytamw✓ u�ascaniNcs� EVL& IrSN CMIMOL., C4E�JGOt�ril2lhCi-l�.iCT E CANSIJ-R CJ 8. Have you ever defaulted on a contract: Iib 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone # for each. I n I' + + M/ for ft;s IV "I I your major equipimenI av3i o'ui2 Zvi ft;s �.v^�'1f: ?+tet: Ute" 11. Experience in work similar in importance to this project: 12. Background and experience of the principal members of your organization, including the officers. PIZAa SES, an&o_tFr t2IIu , 14. Bank reference: GOII V.oN MyI F)n Pfls. 6161 Page 1 15. Will you, upon request, fill out a detailed financial statement and urnish any other information that may be required by the Village of Oak Brook: 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. DATED at ra fUtp, ,Nc. , Illinois this STATE OF ILLINOIS ) ) SS. COUNTY OF PEVALE, ) JGt, e- tAQ being duly sworn deposes and says that he is the �4x zco of GAP1 ltjc- and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this _Zall day of PwM5`C- 2012. Notary Public 0 Notary Public, State of Illinois My Commission Expires September 07, 2015 Page 2 m ENCAP, INC. SCHEDULE OF MAJOR CONTRACTS IN PROGRESS Contract Number Description Total Estimated Revenues Billed to Date Remaining to Completion Job Completion Date R -09-0805B EP Doyle:Northside Park $ 282,386 $ 263,763 $ 18,623 12/31/11 B -10-0215E Burr Ridge -Harvester Park 69,607 58,728 $ 10,879 12/31/11 B -10-0311D United City of Yorkville 30,840 24,830 $ 6,010 12/31/11 R -10-0923B Hoffman Estates Park District -Poplar Creek 35,648 26,998 $ 8,650 12/31/12 R-10-0601 E Architectural Consulting Group -Creeks Crossing 52,526 40,581 $ 11,945 12/31/13 B -10-0913E USACE-Eugene Fields 990,853 772,095 $ 218,758 12/31/14 R -08-0624C The Conservation Foundation -Windmill Lakes 208,102 194,164 $ 13,938 12/31/12 B -11-0321F Lake County -MacArthur Woods 57,093 57,093 $ - 12/31/12 B -11-0425B Kane County FPD- Muirhead Springs 29,300 27,800 $ 1,500 12/31/12 B-11-061 GB R.C. Wegman-Blues Island 213,569 151,273 $ 62,296 12/31/12 B -11-0622B Earthwerks-Warrenvi Ile Dam 550,000 458,426 $ 91,574 12/31/12 R -07-0417B DP Partners- Sauk Village 204,860 164,404 $ 40,456 12/31/12 R -I 1-0808B DUDOT - On -Call Contract 100,000 36,787 $ 63,213 12/31/12 B -11-0208A DuPage,WaterCommission- LandscapeConversion 48,481 21,826 $ 26,655 12/31/12 B -10-0907E Earthwerks - Old Plank Road Park 89,440 - $ 89,440 12/31/12 R -10-1222B First Merit Bank - Garden Ave. 18,585 9,330 $ 9,255 12/31/11 R -07-0426C Sybaquay Girl Scout Camp 79,450 54,001 $ 25,449 12/31/12 R -11-0629A Property Specialists - Grand Park HOA Maintenance 75,160 34,860 $ 40,300 12/31/12 B -11-0418C Hoffman Esates Park District - Prescribed Burns 23,975 9,375 $ 14,600 12/31/12 R -I 1-0517C Hampton Glen HOA -Hampton Glen 85,005 82,225 $ 2,780 12/31/12 RE -I1 -0920D Hidden Pond HOA 143,860 133,760 $ 10,100 12/31/12 R -11-0920B Property Specialists - EdgwewaterHOA 7,017 - $ 7,017 12/31/12 B -10-0512E ADM - Dectaur Rail Yard 16,740 5,180 $ 11,560 12/31/12 R -09-1026B Ryan Incorporated Central- Skokie Headwaters 144,166 127,117 $ 17,049 12/31/11 B -11-0826C Will County Forest Preserve - Prescribed Burns 18,445 - $ 18,445 12/31/12 RE -I 1-1027A Will County Forest Preserve - Vermont Cemetary 102,455 - $ 102,455 12/31/12 B -110810A Lake County -2012 Shrub/Tree Removal 185,000 72,135 $ 112,865 12/31/12 B -I1 -0613D Northwest General Contractors -West Branch Trail 57,339 21,768 $ 35,571 12/31/11 R -I1 -0318C Northwestern Flavors 39,779 24,409 $ 15,370 12/31/12 R -11-0608D Principle Construction-WinPak 67,920 36,038 $ 31,882 12/31/12 B-11-03240 USACE-Orland Tract 1,123,457 132,811 $ 990,646 9/20/13 B-11-03241 USACE-Calumet 867,776 13,021 $ 854,755 10/17/16 TOTAL $ 6,018,834 $ 3,054,798 $ 2,964,036 �k, Description of Equipment Model,', Item I Year and Size or Capacity 2 iJohn Deere 5410 Tractor LV54105340421 3 2000 Loadmaster Trailer 4JLF62420Y6LM6014 4 12001 Chevy 2500 Silverado 5 2001 Bri Mar Trailer 43YDC18201C011114 6 (John Deere 4400 Tractor LV4400H441747 7 ,2003 Chevy C1500 1GCEC14X93Z276803 8 2003 Jamie Wldg (Black) Trailer 5C3HH182931004258 9 12004 PJ Trailer 4P5GN302X41062305 10 P J Trailer 4P5GN302X4106WE05 11 John Deere 4320 Tractor LV4320H13038 12 2005 Chevy Colorado 1GDCT136858135993 13 2005 Chevy Silverado 1GCJK33255F903875 14 6' Brush Hog 15 'Truax Trillon Seeder #310 16 Stihl Weeder 17 Frontier Hopper Spreader 18 2005 Atlas 6 X 12 Trailer 5HCKU122X5E005262 19 2005 Chevy Cargo Van 4GAHG39U051269163 20 Weedeaters (5) 21 2007 GMC Sierra 1GTJK33D87F159130 22 2007 P J Trailer 4P5FD322071098939 23 John Deere 5425 Tractor LV5425R246455 24 5' Mower 25 Weedeaters 26 '.Curtis 2000 Spreader 271998 EZ Dump Trailer 1 E9DS0819WW216749 28 Seed Spreader and Power Rake 29 Landscape Rake and Grading Tool 30 Wright Spreader 31 84" Wood Pulverizer 819963 32 25 ton lop splitter 33 ,Stihl chain saw 34 Model 60-2 Gilrig dirt pulverizer 35 Model OS1548 Slit Seeder 36 FS500 fetilizer spreader _ - 37 'FS 1000 fertilizer spreader 38 77ameling 7043 Landscape rake 39 used straw crimper 40 push lawnmower 41 sprayer 42 John Deere JD4105 Tractor 43 telescoping draft ink kit for tractor 44 2008 Load Trail Trailer 4ZECH242681052456 45 landscape drag - 46 SCX Crimper 47 Centurion 5000W Port Generator Description of Equipment Model, I Qty. Item Year and Size or Capacity 48 Stihl Weedeater-Model FS90 sn 280678728 49 .2011 Chevy Colorado 1GCESBF92B8116130 50 2011 Chevy Colorado 1GCESBF92B8116118 51 2010 Chevy Silverado 1GCSPEA8AZ135690 52 2011 Chevy Colorado 1GCHTDFE288110895 53 2011 Chevy Silverado Crewcab 1GC4KZCG4BF111451 54 Goose Neck Hitch 55 Stihl Trimmer S/N 285747278 (Dekalb Lawn) 56 Diesel Generator 57 2012 Polaris Ranger 400 (ATV) 4XARH45A7CB452357 58 Weedeater SN 285903385 59 Weedeater SN 285903383 60 Weedeater SN 285903382 61 Weedeater SN 285903381 62 Weedeater SN 285903380 63 Weedeater SN 285903379 64 Blower SN 288766417 65 Blower SN 288766411 66 Blower SN 288766396 67 Blower SN 288542635 68 Chainsaw SN 283643981 69 ,Chainsaw SN 174105032 70 2012 Takeuchi TL 240 Skid Steer SN @224001528 71 Trimbell GPS Unit 72 2012 Polaris Ranger 400 (ATV) 4XARH45A5CE63055 2012 Chevy Truck Silverado 2500 Crew 73 Vin#1GC1KVCG4CF12708 2012 Atlas 7X16 Trailer 7000 GVW AU716TA2 74 VIN#5HCKU16210E025074 :2012 Atlas 7X16 Trailer 7000 GVW AU716TA2 75 VIN#5HCKU1622CE025075 76 •Ben Meadows Miscellaneous Fire Equipment 2012 Chevy Truck Silverado 2500 2wd Crew Vin# 77 1 GC 1 CVC GXC F 185743 78 2011 Chevy Truck Silverado VIN# 3GCPKPE31 BG372529 2011 Chevy Truck Silverado 2x4 79 YIN#3GCPCREA3BG404971 2011 Chevy Truck Silverado 1500 2wd Crew 80 VIN#3GCPCREA9BG247916 81 2011 Chevy Truck Silverado VIN#3GCPCPEA4BG404949 2011 Chevrolet Truck Express Pass RWD 3500 82 Yin#1GAZG4B1127496 -*9 Wetland Mitigation Bank McHenry County, Illinois A 26 acre wetland mitigation bank was designed and created by ENCAP, Inc. for the Sybaquay Girl Scout Council. Work began in 1999 at the wetland mitigation bank located at the Mary Anne Beebe Center camp in McHenry County. Prior to the start of the project, the mitigation bank area consisted of wet woodland and sedge meadow communities that were surrounded by upland areas and overrun with Common Buckthorn, Reed Canary Crass, and Thistle. Management activities performed by ENCAP, Inc. consisted of the following: - herbicide applications - cutting of woody shrubs and girdling of trees - prescribed burns - mowing and weed whacking - located and broke agricultural drainage tiles - installation of monitoring wells - installation of native seed The plant communities are now considered to be of high quality. In addition to the potential to generate income, the area has been used as an education resource for Girl Scouts attending the camp. ENCAP, Inc. continues monitoring and management activities at the site to this day. Reference: Mr. Ron Abrant, USACE, (312) 846-5536 Charlie Qualls, Director of Properties, (630)-897-1565 ENC'A P Inc. Praedml Land Improvement Solutions /or Over 35 Years Brush Clearing Project, Lake County, IL In 2009, ENCAP, Inc. was retained by the Lake County Forest Preserve District to complete brush clearing on 200 acres of County property. Work was completed during the winter months from October 2009 through March 2010. The project elements included: 1) cutting Buckthorn (Rhamnus spp.) and Honeysuckle (Lonicera spp) at ground level, 2) applying Garlon herbicide to stumps, 3) hauling brush into piles, and 4) burning brush piles. Contact Reference: Ms. Leslie Berns, Lake County Forest Preserve District, 847-367-6640 NOIh,nl Land h,,. ., &Iut,on, /m Ou,, 35 Y,u. Cook County, IL The LogistiCenter at Sauk Village is located at the northwest corner of Mark Collins Drive and Sauk Trail in Sauk Village, Cook County, Illinois. The LogistiCenter at Sauk Village consists of a commercial development with associated roads, access drives, sidewalks, naturalized ponds, naturalized compensatory storage areas, and preserved wetland and buffer. ENCAP, Inc. prepared a restoration, maintenance, and monitoring pian for the Sank Village LogistiCenter. Critical Project Elements: • Preparation of restoration plan • Receive permit approval from U.S. Army Corps of Engineers, Illinois Department of Natural Resources, the Illinois Environmental Protection Agency, and the United States Fish and Wildlife Service. • Native Landscaping Installation • Monitoring, Management, and site Stewardship Contact Reference: Mr. Andy James, DP Partners 312-770-1610 9 IHC. Pmnimf Gmd imyrouen�ent Sohilian. (or 01,135 Yea,, Kendall & Kane County, IL The Ogden Hill Naturalized Stormwater Detention Basins are located northwest of Ogden Avenue between Hill Avenue and U.S. Route 30 in the Village of Montgomery, Kendall and Kane Counties, Illinois. The naturalized stormwater basins were designed to provide stormwater storage as well as runoff control and water quality functions for the Ogden Hill retail development and Marquis Pointe residential development. Naturalization of the basins consisted of the planting of native emergent, wet-mesic, and upland vegetation within designated plant community zones. ENCAP, Inc. conducted monitoring and management of the site since 2006 and is currently in discussions with the Village of Montgomery for acceptance. Reference: Mr. Tom Ness, Inland, 630-218-8000 aU�" P Inc. P,a&,W LanAlmymuemem Sd.lm, /or Nu 35 Pears DuPage County, Illinois This 15 acre wetland mitigation bank was designed by others. ENCAP, Inc. was able to adjust the planting media to account for low water levels at the last minute prior to installation. ENCAP, Inc. completed installation in 2002 and has since completed numerous management activities (below): • Planting of native trees and shrubs Selective herbicide application of non-native perennial species • Mowing and weed -whacking of non-native annual species Prescribed burning • Non-native woody shrub removal The site met U.S. Army Corps of Engineers, Chicago District performance standards in 2009. ENCAP continues to perform long term maintenance on the site for DuPage County. Contact Reference: Jen Boyer, DEC (630) 407-6727, Jen.Boyer@dupageco.org �E�NCAP Inc. P,.&-1 land /nryravement So tm, fm Ooer 35 Pu. 17EN"CA P in . Practical Land Improvement Solutions for Over 35 Years 1709 Afton Road Sycamore, IL 60178 Phone: (815) 899-1621 Fax: (815) 899-6821 www.encapinc.net Sybaquay Girl Scouts Camp Contract Value: $162,675.00 Completion Date: 7/24/12 Lake County Forest Preserve: Contract Value: $169,500.00 Completion Date: 2/29/12 Sauk Village: Contract Value: $799,168.53 Completion Date: 4/30/12 Ogden Hill: Contract Value: $288.588.19 Completion Date: 7/28/11 0 it Experience in work similar in importance to this project: 1. Bennet Park - Geneva Park District, Value = $155,000, Contact - Larry Gabriel -Geneva Park District Superintendent -630-232-4542 2. Waukegan Sports Park - Native Landscaping and Bioswales, Value = $325,000 - Mike Trigg- Waukegan Park District Superintendent - 847-3604724 3. Spring Lake Park - Shoreline and wetland restoratio, Value = $165,000 - Dan Feltman - City of Aurora - 630-256-3204 MARK SOUTHERN President, Wetland Scientist and Ecologist DDDDDDDDDDDDDDDDDDDDD EDUCATION B.S., Biological Sciences; Northern Illinois University, DeKalb, Illinois, 1982. AREAS OF SPECIALIZATION Wetland and Prairie Ecology Wetland Regulation Wetland Delineation Natural Areas Restoration and Native Landscape Design PROFESSIONAL EXPERIENCE 1995 — Present ENCAP, Inc. President, Sycamore IL 1999-2001 Project Management ENCAP, Inc. DeKalb, IL 450 Routine Wetland Delineations, Determinations and Jurisdictional Determinations 250 U.S. Army Corps of Engineers Individual Permit Program Submittals, U.S. Army Corps of Engineers Chicago District Regional Permit Program Submittals, DuPage County Stormwater and Floodplain Ordinance Program Submittals 150 Wetland Mitigation, Naturalized Stormwater Management Facility, Native Prairie Landscape anc Natural Area Design Plans 100 Prairie/Wetland Restoration Projects 1994 — 1995 Wetland Scientist/Project Manager, ENCAP, Inc., DeKalb, IL Delineate wetland boundaries, design mitigation plans, monitor and manage mitigation wetlands, perform bird surveys; assisted in bird dissipation projects. 1988 —1991 Anderson Environmental Systems Branch Manager West Suburban Branch - specialist in urban pest management including birds, rodents and insects. 1979 —1982 Bird Specimen Preparator, Northern Illinois University, Natural History Museum 1982 Coordinator for Northern Illinois deer check stations, Illinois Department of Conservation 1982 ENCAP, Inc., Assistant Ecologist (Ornithologist), DeKalb, IL ENCAP; Inc. j 1709 Afton Road'; S}?camore, Illinois 60178 I (8 15) 599-1621 CARL M. PETERSON, CPESC LEED AP Vice President/Consulting Division �DDDDDDDDDDDDDDDDDDDD EDUCATION B.S. Environmental Science With Honors; Roosevelt University, Chicago Illinois Southern Illinois University, Carbondale, Illinois Concentration, in Geology Studies AREAS OF SPECIALIZATION Project Management and Construction Monitoring Wetland Mitigation Design and Evaluation Streambank Restoration Design and Construction Certified Professional in Erosion and Sediment Control LEED Accredited Professional Licensed Illinois Commercial Pesticide Applicator Licensed Indiana Commercial Pesticide Applicator S-290 Burn Training MAJOR PROJECTS Prairie Point Corporate Center -Wetland Permitting, Mitigation Design and Implementation for Riparian Restoration Along Ferry Creek located in DuPage County Fields of Woodstock -Wetland Delineation and Conservation Design for 600 -acre Project located in McHenry County. Meadowbrook -Stream Corridor Restoration and Enhancement Plan Design and Construction McHenry County. Fox Valley Bike Path -Individual Permit Consultation for 1.8 mile riverside bike path, Kane County Boulevard — Design for Riparian Restoration along Mink Creek and Aux Sable Creek Plainfiled Illinois PROFESSIONAL ADVANCEMENT Board Member - Great Lakes Chapter - International Erosion Control Association Member Franklin Honor Society Member Friends of the Chicago River Member Society of Wetland Scientists Member Society of Ecological Restoration Member National Wildlife Federation ASTM Stream Restoration Workshop # 2 Kane County Erosion Control Seminar Streambank Stabilization 2001 Annual Wetlands Regulatory Workshop ACOE Wetland Delineation Training Mohlenbrock Wetland Plant Identification Training ENCAP. Inc. 1 1709 Afton Road j Sycamore, Illinois 60178 ; (815) 899-1621 JONATHAN KOEPKE, CPESC, LEED AP Vice President, General Manager >DDDDDDDDDDDDD�DDDDDDD EDUCATION B.S. Department of History with High Honors; — Minor in Environmental Sciences Northern Illinois University, DeKalb, Illinois, 2001 M.A. Department of History; —Concentration in Geography —Area of Specialization U.S. Environmental History, Northern Illinois University, DeKalb, Illinois, 2003 CERTIFICATIONS Certified Professional in Erosion and Sediment Control — No. 2862 Tennessee Department of Environment & Conservation — Erosion Prevention & Sediment Control Certification —No. 115919-TN07 Designated Erosion Control Inspector (DECI) — Lake County, IL Certified Storm Water Professional — Wal-Mart, Inc. Northern Illinois University Undergraduate Certificate in Geographic Information Systems Licensed Illinois Commercial Pesticide Applicator Licensed Indiana Commercial Pesticide Applicator S-190 Introduction to Wildland Fire Behavior & S-130 Firefighter Training PROFESSIONAL EXPERIENCE 2006 - Present ENCAP, Inc. Soil Erosion and Sediment Control Division Manager Manage and direct the consultation, design, and installation of best management practices and streambank stabilization and restoration practices for ENCAP, Inc. Responsibilities include technical direction, field investigation, design recommendations, and consultation with clients and regulatory agencies on all aspects of erosion and sediment control. 2005 — 2006 Kane-DuPage Soil & Water Conservation District, St. Charles, Illinois, District Manager/ Resource Conservationist Manage district's land use programs and staff, performed technical review and oversight of complex construction projects around water resources including stream and river bank restorations. Administered the District's Streambank Stabilization and Restoration Program grant and performed initial site reviews and analysis. 2002 — 2005 Kane-DuPage Soil & Water Conservation District, St. Charles, Illinois, Resource Analyst Completed Land Use Opinion Reports to inventory natural resources on property that was subject to re- zoning, Reviewed erosion and sediment control plans fortechnical standards and performed compliance site inspections on construction and restoration projects throughout Kane & DuPage Counties. PROFESSIONAL ADVANCEMENT President - Great Lakes Chapter - International Erosion Control Association USDA Natural Resources Conservation Service - Training Courses Steambank Stabilization Design - I Introduction to Soil and the Soil Survey Hydric Soils for Wetland Delineation Wetland Restoration Training Conservation Planning Speaker / Presenter at Numerous Conferences and Seminars throughout Illinois & Wisconsin ENCAP, Inc. 11709 Afton Road I Svcamore, Illinois 60178 1 (815) 899-1621 RYAN ALLTO, CPESC Project Manager EDUCATION Bachelors of Science in Biology, Grand Valley State University, 2005, Allendale, MI. CERTIFICATIONS Certified Professional in Erosion and Sediment Control Certified Erosion, Sediment, and Stormwater Inspector In Training Designated Erosion Control Inspector- Lake County, Illinois Licensed Illinois Commercial Pesticide Applicator Licensed Indiana Commercial Pesticide Applicator Class A Cinnercuak Drivers License S-190 Introduction to Wildland Fire Behavior & S-130 Firefighter Training AREAS OF SPECIALIZATION Erosion and Sediment Control Site Planning, NPDES Permitting, SWPPP Creation and Management, NPDES Inspections, BMP Design and Instillation, Stream Restoration, Native Landscape Design, Installation, and Maintenance, Estimating, and Project Management TRAINING Multiple Erosion and Sediment Control Education Seminars Multiple Rain Garden Planning Seminars MAJOR RECENT PROJECTS Waukegan Sports Complex, Waukegan, IL: Project Manager for Native Landscaping Installation and Maintenance. Clorox USAA Warehouse Complex, University Park, IL: SWPPP Creation and Maintenance, NPDES Inspections Windings of Fearson Creek, Lily Lake, IL: Stream Restoration Lighthouse Pointe, Rochelle, IL: Creation of SWPPP, SWPPP management, NPDES inspections, BMP Design, Installation, and Maintenance Grand Reserve / Grande Reserve North, Oswego, IL: Stream Restoration and BMP Installation and Maintenance, SWPPP Creation and Maintenance, NPDES Inspections ADM Phase 2 Rail Yard Expansion, Decatur, IL: SWPPP Creation and Management, NPDES Inspection, BMP Design and Installation, Native Landscaping Installation and Maintenance, NPDES Project Coordination City of Yorkville Regional Stormwater Improvements, Yorkville, IL: NPDES Inspections North Branch of the Skokie Headwaters Creek Restoration, Waukegan, IL: Native Landscaping Installation and Maintenance, NPDES Inspections, and SWPPP Creation and Maintenance ENCAR Inc. 1 1709 Afton Road 11 Sycamore, Illinois 60178 I (815) 399-1621 SUSAN ROLEY, LEED AP Ecological Consulting and Maintenance Division Manager EDUCATION B.S. Environmental Studies with Honors Illinois State University, Bloomington/Normal Illinois CERTIFICATIONS Licensed Illinois Commercial Pesticide Operator Licensed Indiana Pesticide Applicator International Society of Arboriculture Certified Arborist IL -4727A Lake County Certified Wetland Specialist #C-116 McHenry County Certified Wetland Specialist LEED AP (Leadership in Energy and Environmental Design Accredited Professional) S-190 Introduction to Wildland Fire Behavior & S-130 Firefighter Training Kane County Wetland Review Specialist #W-087 MAJOR PROJECTS Wind Farm Project. Conducted wetland delineations and U.S. Army Corps of Engineers permitting for over 13,000 acres of property. Lee County, Illinois. Morris Landfill Bird Survey Project. Morris, Illinois. Bull Run Business Park. Individual permitting of rental storage facility through U.S. Army Corps of Engineers and Illinois Environmental Protection Agency. Kirkland, Illinois. Bowes Creek Woods Forest Preserve. Conducted a wetland delineation and U.S. Army Corps of Engineers and Kane County permitting for a 138 acre parcel. Kane County, Illinois. Inland Real Estate — Hunters Woods. Tree Inventory for 2,820 trees. McHenry County, Illinois. Floristic Quality Assessment and Habitat Evaluation of 50 Chicagoland Natural Area Monitoring Sites. Assorted Sites, NE Illinois Natural Area Assessments of over 300 sites within the Chicago Region from 2005 -Present. Wetland Permitting of over 70 project sites within the Chicago Region from 2005 -Present. PROFESSIONAL ADVANCEMENT U.S. Army Corps of Engineers Wetland Delineation Training USACE Interim Regional Supplement — Midwest Region Training Bollinger Wetland Plant Identification Training DECI (Designated Erosion Control Inspector) Training Numerous Arborist, Wetland, and Erosion Control Trainings Illinois Association of Environmental Professionals (IAEP) Member ENCAP. Inc. 11709 Afton Road I Sycamore, Illinois 60178 j (8 15) 899-1621 MELISSA WHEELER, ASSOCIATE ASLA Landscape Designer / Resource Analyst DDDDDDDDDDDDDDDDDDDDD EDUCATION Bachelors of Landscape Architecture; University of Illinois, Champaign -Urbana, Illinois, 2008 PROFESSIONAL EXPERIENCE October 2009 - Present ENCAP, Inc., Sycamore, IL Residential and Commercial Landscape Designer Technical drafting for all divisions Project manager for traditional landscaping jobs May 2008 - October 2009 Landscape Concepts Management Chicago and Aurora, IL Commercial Landscape Designer for six Midwestern states Designed and ran Seasonal Color installations Site quality control checks throughout Illinois and Indiana Responsible for all crews during job installations Each project required at minimum: Conducting site analysis, site inventory, holding client meetings, writing contracts, ordering materials, and site photography during and after install. 2002-2006 Blumen Gardens Sycamore, IL Nursery care, inventory manager, sales. Residential Landscape Designer Designed and implemented displays. Worked with children's garden groups. Responsible for crews on job sites. SOFTWARE SKILL SET AutoCAD, Sketchup, Adobe Creative Software Suite ENCAP, Inc. 1 1709 Afton Road I. Sycamore. Illinois 60178 1 (815) 899-1621 DAVID DEANGELO Native Landscape Specialist DDDDDDDDD�DDDDDDDDDDD EDUCATION Bachelor of Science in Environmental Biology, Calvin College, Grand Rapids, Michigan, 2000 CERTIFICATIONVABILITIES Licensed Illinois Commercial Pesticide Applicator Licensed Indiana Commercial Pesticide Applicator Certified Prescribed Burn Manager #10-035, IL Department of Natural Resources Ability to field identify 90% of plant species within a natural area in the Chicago region. NWCG 1-100, S-130, L-180, S-190, S-290 Burn Training PROFESSIONAL EXPERIENCE 2001 -Present ENCAP, Inc. Installation of native seedbeds and erosion control matting on various naturalized stormwater detention projects. Selective herbicide application and removal of herbaceous and woody plant species within existing native plant communities. Performance of prescribed burn management in over 100 created wetland and prairie areas. FAA Bird Surveys 1999-2001 Zahniser Institute for Environmental Studies Greenville, Illinois Mitigated riparian ecosystems, wet and dry prairies, and improved timer stands. Constructed over 1500 feet of boardwalks for the Monarch Chesterfield Levee District. Planted native species via hand plugs, scatter seeding, no till drill, bar root and potted trees for both Monarch Chesterfield Levee Districtand The Nature Conservancy of Illinois. Biological Control monitoring for musk thistle, specifically, Trichosirocalus horridus and Rhinocylllus conicus. Controlled burning of native prairie. Species survey and monitoring of dry and wet prairie, emergent, and open water species. Water quality sampling including tributaries and sediment with the Illinois Clean Lakes Program. Large scale transplanting of giant cane, Arundinaria gigantica, with one gallon root clusters. 1997-1998 Calvin College Ecosystem Preserve Grand Rapids, Michigan Maintained a 110 -acre ecosystem preserve including trail upkeep, rule enforcement, and equipment maintenance. Conducted population and breeding surveys of all birds, small woodland and prairie mammals, reptiles, amphibians, aquatic insects, hardwood species, and sapling growth rates. ENCAP, Inc. 1 1709 Afton Road I Sticamore. Illinois 601781 (815) 899-1621 KENNETH MCPEEK Construction Division Manager �DDDDDDDD�DDDDDDDDDDD EDUCATION Highland Community College, General Education Courses, 1994-1996 CERTIFICATIONS/ABILITIES Licensed Illinois Commercial Pesticide Applicator Licensed Indiana Commercial Pesticide Applicator Certified Prescribed Burn Manager #10-094, IL Department of Natural Resources Ability to field identify 90% of plant species within a natural area in the Chicago region. NWCG 1-100, S-130, L-180, S-190, S-290 Burn Training PROFESSIONAL EXPERIENCE 2002- Present ENCAP, Inc. Restoration Project Manager Plant native prairie, wetland and mitigation areas Install seed, trees, shrubs, live native plugs and streambank stabilization Control invasive plant species throughout the use of applied herbicide and mechanical practices Conduct controlled burns (more than one hundred) Construct and install a variety of erosion and sediment controlling solutions including: erosion control blanket, polymer systems, silt fence, temporary seed, dewatering systems, sediment traps, compost, inlet protection, gabion baskets, check dams and bioswales. Overview blueprints and collaborate with management, contractors, consultants and site managers to ensure efficient and timely completion of projects Develop seeding and management recommendations based on site conditions- Manage teams of workers on-site daily April 2000 -April 2002 Drye's Concrete, Lena, IL Laid -out and read plans for the construction of sidewalks, walls, and basements Set and formed sidewalks, walls, and basements Professionally finish sidewalks, wails and basements Aug. 1999 -April 2000 Townsend Concrete, Stockton, IL Laid -out and read plans for the construction of sidewalks, walls, and basements Set and formed sidewalks, walls, and basements Professionally finish sidewalks, walls and basements June 1997 -Aug. 1999 M & M Concrete, Stockton, IL Laid -out and read plans for the construction of sidewalks, walls, and basements Set and formed sidewalks, walls, and basements Professionally finish sidewalks, walls and basements ENCAP, Inc. 11709 Afton Road I Sycamore, Illinois 60178 1 (815) 899-1621 ADRIAN MALDONADO Native Landscape Specialist DDDDDDDDDDDDDDDDDDD�D CERTIFICATIONS Licensed Illinois Commercial Pesticide Operator Licensed Indiana Pesticide Applicator S-190 Introduction to Wildland Fire Behavior & S-130 Firefighter Training PROFESSIONAL EXPERIENCE 2011 - Present ENCAP, Inc. Restoration Project Manager Install native prairie, wetland and mitigation areas. Intallation of erosion control measures and best management practices. Control invasive plant species through the use of applied herbicide and mechanical practices. Conduct controlled burns. Overview blueprints and collaborate with management, contractors, consultants and site managers to ensure efficient and timely completion of projects. ENCAP, Inc. 11709 Afton Road I Sycamore, Illinois 60178 1 (815) 399-1621 RYAN HANNAN Native Landscape Specialist DDDDDDDDDDDDDDDDDDDDD EDUCATION Bachelor of Science in Forestry, Forest Recreation and Park Management, Southern Illinois University, Carbondale, IL 2010 CERTIFICATIONS Certified Arborist Licensed Illinois Commercial Pesticide Operator Red Card Certified PROFESSIONAL EXPERIENCE 2012- Present ENCAP, Inc. Restoration Project Manager Install native prairie, wetland and mitigation areas. Installation of erosion control measures and best management practices. Control invasive plant species through the use of applied herbicide and mechanical practices. Conduct controlled burns. Overview blueprints and collaborate with management, contractors, consultants and site managers to ensure efficient and timely completion of projects. 2011-2012 Davey Resource Group, Kent, OH Utility Forester Performed inspections of Commonwealth Edison (ComEd) utility Right of Way vegetation. November 2010- January 2011, DeKalb County Forest Preserve, Sycamore, IL Internship Invasive species management control; general maintenance activities. Removal of hazard trees by felling with chain saws and pole -saws. Prescribed woodland and prairie burns. May 2010- September 2010 Kane County Forest Preserve District Natural resources Technician Internship Invasive species management Assessments, seed and plant installation, technical data collection Summers 2007-2005 University of Illinois Extension at Russel Woods, Genoa IL Natural Resource Center Staff Managed natural resource center in absence of the manager Summer camp instructor, ages 7-11 Implemented outdoor education programs Supervised campers LNCAP, Inc. 1 1709 Afton Road I Sycamore, Illinois 60178 (815) 899-1621 MARC RYAN SMITH Native Landscape Specialist DDDDDDDDDDDDDDDDDDDDDD EDUCATION Bachelor of Science in Anthropology, College of Charleston, Charleston, South Carolina Masters in Restoration of Natural Systems, University of Victoria, Victoria, British Columbia CERTIFICATIONS Licensed Illinois Commercial Pesticide Operator Licensed Indiana Pesticide Applicator Georgia Soil and Water Conservation Commission Level 1(a) Certified Certified Erosion Pollution and Sediment Control Inspector, South Carolina PROFESSIONAL EXPERIENCE 2012- Present ENCAP, Inc. Restoration Project Manager Install native prairie, wetland and mitigation areas. Installation of erosion control measures and best management practices. Control invasive plant species through the use of applied herbicide and mechanical practices. Conduct controlled burns. Overview blueprints and collaborate with management, contractors, consultants and site managers to ensure efficient and timely completion of projects. 2008- 2012 Alpha Environmental Management Corporation, Charleston, South Carolina Environmental Analyst On-site representative and compliance official Conduct weekly storm water and erosion control compliance inspections Drafting environmental compliance reports Consulting with clients Preparing and submitting legal permits and notices as required by the Clean Water Act and NPDES Maintaining and updating Storm Water Pollution Prevention Plans and Best Management Practice plans FNCAR Inc. i 1709 Ation Road I Sycamore, Illinois 60178 I (815) 899-1621 KELSEY D. MUSICH, CPESC Project Manager, Erosion and Sediment Control Specialist, and Ecological Consultant >DDDDDDDDDDDDDD�DDDDDD EDUCATION B.S Meteorology; Northern Illinois University, DeKalb, Illinois A.S. General Science; Waubonsee Community College, Sugar Grove, Illinois CERTIFICATIONS Certificate in Geographic Information Systems (GIS) from Northern Illinois University DeKalb, Illinois Certified Professional in Erosion and Sediment Control (CPESC) Certified Weather Observer 12/2001 - 5/2006 Excellence in Conservation Award from Tyler Creek Watershed Coalition E -RAIL badged for UP, CP, and Metra S-190 Introduction to Wildland Fire Behavior Licensed Illinois Commercial Pesticide Applicator AREAS OF SPECIALIZATION Conservation of Soil and Water Resources Streambank Restoration Projects Erosion and Sediment Control Treatment Trains and Inspections Green Infrastructure Practices CWA Permit Submittals and Compliance Presentations regarding permit compliance and BMPs Watershed Planning Grant Writing RAP -M Stream Assessments GIS digitizing, data manipulation, and mapping PROFESIONAL ADVANCEMENT Natural Resources Conservation Service: Introduction to Soil Survey Natural Resources Conservation Service: Hydric Soils Class and Wetland Delineation Natural Resources Conservation Service: Introduction to Water Quality Natural Resources Conservation Service: Nutrient Management Natural Resources Conservation Service: Conservation Planning — Certified Planner . Natural Resources Conservation Service: Tree Identification Presented for Lake County Designated Erosion Control Inspector (DECI) Program Plant ID trainings with Professor Robert H. Mohlenbrock Plant ID training McHenry County Conservation District Northeastern Illinois Groundwater Partnership Appointment Watershed Group Member for: Tyler Creek, Blackberry Creek, Ferson Creek Fox River Ecosystem Partnership Member Kishwaukee River Ecosystem Partnership Member Illinois Urban Manual Technical Committee Member L CAP, 111C. 11709 Afton Road I SNcamore, Illinois 60178 I (8l5) 899-1621 AMBER T. KOWAL ECOLOGICAL CONSULTANT/ ESTIMATING >DDDDDDDDDDDDDDDDDDDDD EDUCATION B.S. Environmental Science, Lewis University, Romeoville, IL, 2010 PROFESSIONAL EXPERIENCE 8/2012- Present ENCAP, Inc. Estimator / Ecological Consultant Finding and completing public and private bidding opportunities. Working with the Ecological Consultant manager completing, monitorings, monitoring reports, wetland delineations, wetland delineation reports, permitting, and creation of Native Landscape Plans. Restoration Technician, 1/2012-8/2012 Commercial herbicide applicator, certified in Illinois and Indiana Performed prescribed burns Knowledge of native and invasive species Skilled using a brushcutter Bureau of Land Management Sierra Front Field Office, Carson City, Nevada, April -October 2011 Botany Intern Botanical fieldwork in locations throughout Western Nevada and Eastern California Field biodiversity assessment, species surveys and population reconaissance Post -fire vegetation inventories and assements Wildfire restoration monitoring following the Jornada protocol establised by New Wildfire restoration monitoring following the Jornada protocol established by New Mexico State University Belt transect, nested frequency, perennial density, line -point intercept, soil stability, gap intercept Rare, threatened and endangered plant monitoring Data collection, entry, management and analysis Recreation and activity impacts on sensitive habitat and vegetation monitoring GPS/ArcGIS mapping of plant populations and vegetative communities Use of ArcGIS and the best known science to predict locations of rare, threatened, and endangered species, with follow-up field survey confirmation Collection of native seed for the national Seeds of Success program under the Plant Conservation Alliance, used for redistribution in areas of restoration Used ArcGIS to locate collection sites BG -BASE data entry following seeds of success protocol Herbicide application to invasive and noxious weeds under Federally Certified Applicator, with a 4 -gallon backpack sprayer and truck with mounted tank and spray gun Rapid Vegetation Assessment and Releve Certified by the California Native Plant Society Grant writing and funding proposal preparation Chicago Botanic Garden, Glencoe, Illinois, Summer 2010 Botany Intern, Plants of Concern Regional rare plant monitoring and plant identification program Assess long-term trends in rare plant populations Train volunteers to help with assessments Provide information to the public about potential threats to the populations Assisted in the herbarium Data entry of Monitoring and Land Management Forms ENCAP. Inc. j 1709 Afton Road i Sycamore, Illinois 60178 i (81 5) 899-1621 Section G References Bidder shall supply the following information listing at least five customers for which the bidder has supplied a similar type of commodities, service, or construction. 1. Company Name: 62Yle.QO_ '�'C�_,Cy Address: to �tf25'cerr� Ave,bQ-'r2\fog L �bt34 Phone #: 4'54,D- Contact: 54 Contact: Lc.r-r�4 � c-bri 2. Company Name: _V� °��\�Q •5 c Address: a�OO RZ\V ode r� S� . Wo v) �'-11— 1n00�Gj Phone #: Contact: MI1L2- T(- 3. Company Name: Address:44�o.S�bowv�2r\awe pvrora�L U( So'l Phone#:193b-a51n -3x04 Contact: I)Q '--) T—f— 1 4. Company Name: \1 AkO0.�e- o-�- 1D\ OWW�Q W Address: 11c\. \zAfnv�QxnlZl 1o00 -')"S Phone #: Contact: 1Z -O 2,r4- S -c L. e 5. Company Name: \(0 Mck\toSL ?(-,,>r\2-- Address: \00o w . P�y2 M� \�oSt^'i ��� T_( 1001ke0 Phone #: `°3u - D �-Q 1 - 1 Contact: 1 ed Page 1 Section H Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: Bath & Tennis Entrance Wetland Restoration (A) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is not barred from bidding on this contract as a result of a conviction for the violation of State of Illinois laws prohibiting bid -rigging or bid -rotating. (B) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11- 42.1-1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois Compiled Statutes, 1993, the bidder has a written sexual harassment policy in place including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. This business firm is: (check one) f:nrpnratinn Parinershirn, IndiVirival Firm Name: E-NCAP� it,1G. Address: klOq "TiN PP. City, Sigm Nam Title: vice res\aE�tT Telephone: Date: A1,W]S-t- '30I W(2- Page 012 Page 1 SUBSCRIBED AND SWORN TO before me this 5(L day of kvcy,sr 201- Notaryu Ic ATTEST: -SEAL- MELISSA L. WHEELER OFFICIAL SEAL E otaryPublSofIllnoisMy Commission Expires September 07, 2 Page 2 Section I Contract Bath & Tennis Entrance Wetland Restoration THIS AGREEMENT, made and concluded this �01 day of Mc-nps`r , 2012, between the Village of Oak Brook, a municipal corporation, acting by and through its President and Board of Trustees, known as VILLAGE, and EtvGitP, iyjc his executors, administrators, successors or assigns, known as CONTRACTOR. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their own proper cost and expense, to do all work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this Contract. 3. And it is also understood and agreed that the entire Bid Package hereto attached, approved by the VILLAGE this 7�0'* day of ku&c ry, 2012, are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: Village Clerk ATTEST: Wecreltaory=— Q" "Y. VILLAGE OF OAK BROOK Village President Ey'SC F'j 1Wc'. Corporate Name Page 1 Partners doing Business under (If a Co -Partnership) the firm name of Party of the Second Part (If an Individual) Party of the Second Part l Y. �yJ f �11gWg/1j Page 2 SEXUAL HARASSMENT CERTIFICATE -"NCAP , INIC' hereinafter referred to as "Contractor" having submitted a bid/proposal for pArtj 4, eNlxyzwr= wenm to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6-101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Illinois Department of Human Rights upon request. Subscribed and sworn to before ,me this 30 day of kUGTUST , 20k-2—. o 0 0.. — L SEAL # Notary Public, State of Illi no: IVMy Commission Expire September 07, 2015 Page 3 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) w�� El —Nk- INC having executed a contract forg,t" 4TWNiS eWW-NC,-, with the VILLAGE, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5/33E-3 or 5/33E-4 of Chapter 720 of the Illinois Compiled Statutes. Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois Drug Free Workplace Act, being 30 ILCS 580/3. Attest/Witness: By: Title: Subscribed and Sworn to before me this ?:�LOTn day of A�li�iSt ; 2012 . otary Public Title:y10E pSir�tt Title of Contractor's Executing Officer My Commission Expires: _9__VS -SEAL- OFFICIAL STrrw Notary Public, State of Illinois My Commission Expires September 07, 2015 *�� I Page 4 PREVAILING WAGE AFFIDAVIT I, \01 1A nye V OIE cm E (name of signatory), on oath hereby state and certify that SWCAFf I, c' (name of Contractor), pursuant to a Contract dated , 2012, with the Village of Oak Brook for the vrcel�t� ELr�cF Project, has complied and will comply with all laws, w�ct.oylp including those relating to the employment of labor, the payment of the current general prevailing rate of hourly wages for each craft or type of worker or mechanic needed to execute the Contract or perform such work, and also the current general prevailing rate for legal holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type of worker or mechanic needed to execute the aforesaid Contract or to perform such work. rr Vlppl INC, (name of Contractor) has also complied and will comply with all record keeping requirements established in the Prevailing Wage Act (820 ILCS 130/0.01, et seq. By SUBSCRIBED AND SWORN TO BEFORE ME THIS 2012 =Ublnois res Page 5 CERTIFICATION OF PAYROLL RECORDS I, - oOw6m mAj V,,eFKfF (name of person executing this certificate), do hereby certify that I am the duly qualified and acting v�cr- Pr-e6ilerr, (title) for F-Lk,Np r wc. , (name of contractor) and, as such, am authorized to certify payroll records as true and accurate for such company in accordance with the requirements of Section 5 of the Prevailing Wage Act (820 ILCS 130/5) (the "Act"). I do hereby further certify that the following document is a true and accurate copy of the records of all laborers, mechanics, and other workers employed by ENCAP, iNC-- (name of contractor) on the cr--'� Project (the "Project") for the Village of Oak Brook (the "Village"), including each such worker's name, address, telephone number, social security number, classification or classifications; and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Act, and that ic"AI'f tmc,. (name of contractor), and I on behalf of such contractor, are fully aware that filing a certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we and any subcontractor hired by us shall make available for inspection the records required in the Act to the District, its officers and agents, and to the Director of Labor, his deputies and agents, at reasonable hours at a location within the State of Illinois. a.' v Date: _Mi W nc '60 2012 ENowl INc- y AnNA-raw Vy&&- E (Printed Name) VICC Pt,Sioewl (Title) Subscribed and sworn to before me this 36`ft day of A ZO1 Z.f7NotsryPub1ic,Stateo111iinois OFFICIAL SEAL � y Commission Eapires 'I September 07, 2015 otary Public Page 6 Section J Contract Bond Bath & Tennis Entrance Wetland Restoration Bond # 54 183647 Subject to Adjustment Based on Final Contract Price We, Encap, Inc. 1 709 Afton Rd., Sycamore I7L 60178 as PRINCIPAL, held and firmly bound unto the Village of in the penal sum of Forty Five T lawful money of the United States, well to as SURETY, are (hereafter referred to as "VILLAGE") payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE.FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed toeo rform said work in accordance with the terms of said contract, including, but not limited to the term requiring the payment at the prevailing rate of hourly wagesand has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted, except as modified by the Guarantee section of the Bid; and has further agreed that this bond shall insure to the benefit of any person, firm, company or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company, or corporation, for the recovery of any such money. NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and Page 7 /100 indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold VILLAGE harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this �_ day of 2012. PRINCIPAL (Company Name) By: (Signature) (Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) SURETY United Fire & Casualty Co By: (Name of Surety) (Signature of Attor n Fact) Page 8 ACKNOWLEDGMENT OF SURETY State of __Illinois ___-_--_-- County of ---- DeKalb -____--__-_-}� On this__4t4_day of___ October 12--20-1-2 personally appeared before me ----Kathy--------Plucker ------------------------------------------------------ who being duly sworn did depose and say that he is the attorney-in-fact of the -United Fire & Casualty Com- pany of Cedar Rapids, Iowa, that the seal affixed to the attached instrument is the Corporate Seal of said Cor- poration, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said ------- Kathx_ Plucker ________--acknowledged .that he exec id instru- ment as such attorney -in -Fact and as the free act and deed of s id -- --------- UND-20316 KarnerThe Finn