Loading...
2012 Crack SealingSection Village of Oak Brook 2012 Crack Sealing Project Bid Package February, 2012 Table of Contents A. Notice to Bidders B. Bid C. Instructions to Bidders D. Specifications E. Special Conditions F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract J. Contract Bond J:\WORDDOC\BID PACKAGES\2012 Bid Packages\2012 Crack Sealing.doc 2/23/2012 12:55:00 PM Section A Notice to Bidders February 21, 2012 Ms. Holly Bratanick The Daily Herald P.O. Box 280 Arlington Heights, IL 60006 FAX 847-427-1146 Dear Ms. Bratanick: Please publish the following legal notice on February 24, 2012: NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: 2012 Crack Sealing Project Sealed bids will be received by Rania Serences, Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 10:30 A.M., Friday, March 9, 2012, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. Each bid shall be accompanied by a bank cashier's check, certified check (checks made payable to the Village of Oak Brook) or bid bond for not less than ten percent (10%) of the amount bid. A complete bid package, of which this legal notice is a part, can be picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 9 A.M. and 5 P.M. Monday through Friday, by providing a copy of the current Contractor's "Certificate of Eligibility" issued by the Illinois Department of Transportation. For this project, the Contractor shall be minimally qualified to bid in IDOT's Section 006, "Cleaning and Sealing Cracks & Joints". 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 No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of forty five (45) days after the scheduled time of opening bids.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 Pruss Village Clerk Section B Bid 2012 Crack Sealing Project 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by the specifications in this Bid Package. Estimated Unit Item Unit Quanti Price Extended ! Fiber -Asphalt LB 31,622 • Lf<" 'f S, 8 go Routing and Rubberized Sealant LB 38,212 Rubberized LB 7,888 Sealant All of the above items, complete, in place, as specified for the total amount of: $ d( V I 3 s q Dollars 3 0 Cents Page 1 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. All bids shall be held valid for a period of forty-five (45) days after the bid due date. 3. PRE-BID MEETING: None. 4. INSTRUCTIONS TO BIDDERS: The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 5. TIME OF COMPLETION: The undersigned affirms and declares that if awarded the contract for this work he will completely perform said contract in strict accordance with its terms and conditions by Friday, June 15, 2012, with work commencing on the 10th day following the date of receipt of the Notice to Proceed, 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. 6. BID GUARANTEE: Accompanying this bid is a bid bond, or bank cashier's check or certified check for not less than ten percent (10%) of the amount of the Base Bid made payable to the Village�Qf EL Brook. The amount of the bid bond or check is �l(L� �)Cn L ($ OD ). If this bid is accepted and the undersigned shall fail to execute a contract and the contract bond, provide acceptable Certificates of Insurance, and provide an acceptable Progress Schedule as required herein, it is hereby agreed that the amount of the bid bond or check shall become the property of the Village and shall be considered as payment of damages due to delay and other causes suffered by the Village because of the failure to execute said contract, contract bond, acceptable Certificate of Insurance and Progress Schedule; otherwise said bid bond or check shall be returned to the undersigned. Page 2 N fl 1 ID b J R� Egg:: eg€€ i Fg E:an gs snsF fit: Y AEAEB� ��fEgt t' U N O O ML W o) O U) OIel O U �U N ItO N ID b J R� Egg:: eg€€ i Fg E:an gs snsF fit: Y AEAEB� ��fEgt ES IMATED QUANTITIES for 2012 CRACK SEALING PROJECT Village of Oak Brook Engineering Department (along pavement edges) & (along pavement edges) 12/29/2011 (within pavement) & Curb! ROUTING 8 (within pavement) (only within pavement) Street Shoulder RUBBERIZED SEALANT RUBBERIZED SEALANT FIBER ASPHALT Length Length Area Ratio Weight Ratio Weight Ratio Weight Street Name From To Subdivision LF LF SY LB/SY LBS LB/SY LBS LB/SY LBS Acorn Hill Ln Spring Rd West End "Fullersburg" 923 0 1,973 0.15 296 0 0 0.15 296 Arden Cl Daybreak Ln North End Ginger Creek 277 554 1,005 0.25 251 0 0 0.10 101 Ave Loire Meyers Rd Ave Loire Chateaux Woods 745 1,490 2,447 0.10 245 O.DS 122 0.20 489 Ave Loire Ave Loire North End Chateaux Woods 233 466 1,179 0.10 lie O.DS 59 0.10 118 Ave Loire Ave Loire Village Limits Chateaux Woods 270 540 858 0.15 129 0.05 43 0.20 172 Baybrook Ln Meyers Rd Royal Vale Dr Ginger Creek 1,196 2,392 3,643 0.30 1,093 0 0 0.10 364 Saybrook Ln Royal Vale Dr Lochinvar Ln Ginger Creek 1,083 2166 2,620 0.35 917 0 0 0.10 262 Baybrook Ln Lochinvar Ln Oak Brook Hills Ginger Creek 267 534 653 0.35 229 0 0 0.10 65 Baybrook Ln Oak Brook Hills Lochinvar Ln Ginger Creek 1,029 2,058 2,515 0.35 880 0 0 O.10 252 Baybrook Ln Lochinvar Ln Baybrook Cl Ginger Creek 1,439 2,878 3,517 0.35 1,231 0 0 0.10 352 Baybrook Ln Baybrook Ct Royal Vale Dr Ginger Creek 785 1,570 1,947 0.35 681 0 0 0.10 195 Baybrook Ln Royal Vale Dr Arden Of Ginger Creek 483 966 1,196 0.35 419 0 0 0.10 120 Baybrook Ln Arden Ct Midwest Rd Ginger Creek 1,340 2,680 3,739 0.30 1,122 0 0 0.10 374 Baybrok 115 Baybrook Ln South End Ginger Creek 219 438 535 0.35 187 0 -0 0.10 54 Baybrook 144-15 Baybrook Ln North End Ginger Creek 180 376 460 0.35 161 0 0 0.10 46 Baybrook Ct Baybrook Ln South End Ginger Creek 297 594 735 0.35 257 0 0 0.10 74 Berseem Cf South End Royal Vale Dr Ginger Creek 265 530 719 0.35 252 D 0 0.10 72 Berseem Ct Royal Vale Dr North End Ginger Creek 222 444 641 0.30 192 0 0 0.10 64 Birchwood Rd Adams Rd West Entl "Fullersburg" 962 0 2,5513 0.15 384 0 0 0.25 640 Cambridge Dr Concord Dr Carlisle Dr Brook Forest 1,909 3,818 7,020 0.10 1 702 0.05 351 0.15 1,053 Cambridge Dr Carlisle Dr Heather Ln Brook Forest 572 1,144 1,966 0.10 197 0.05 98 D.15 295 Cambritlge 103-7 Cambritlge Dr North End Brook Forest 286 572 1 953 0.10 95 F 0.05 48 0.15 143 Canterberry Ln York Rd East End "Fullersburg" 2,535 0 5,289 0.10 529 0.05 264 0.70 529 _Carlisle Dr Cambritlge Dr South End Brook Forest 49B 996 1,877 0.10 188 0.05 94 0.15 282 Carlisle Or Cambridge Or North End Brook Forest 164 328 547 0.10 55 0.05 27 0.15 82 Clearwater Dr York Rd 9D bend commercial 746 1,492 2,321 0.10 232 0.05 116 0.15 348 Clearwater Dr 90 bend 22nd St commercial 1,002 2,004 3,413 0.10 341 0.05 171 0.15 512 Cachise Of Royal Vale Dr North End Ginger Creek 450 900 1,365 0.30 410 0 0 0.10 137 Crab Apple Ln Timber View Dr Willow View Ln Timber Trails 413 B26 872 OAD 87 0.15 131 0.15 131 Crab Apple Ln Willow View Dr Walnut Ln Timber Trails 37D 740 781 0.10 7B 0.15 117 0.15 t t7 Devonshire Or Ivy Ln Hampton Dr Brook Forest 321 642 794 0.40 318 0 0 0.15 119 Devonshire Or Hampton Dr Hampton Dr Brook Forest 1,665 3,330 4,117 DAD 1,647 0 D 0.15 616 Devonshire Dr Hampton Or Ivy Ln Brook Forest 1,068 2,136 2,642 0.40 1,057 0 0 0.15 396 Dvnshr 153-56 Devonshire Or South End Brook Forest 170 340 736 0.25 184 0 0 0.10 Dvnshr 161-64 Devonshire Dr South End Brook Forest 170 340 742 0.25 186 0 0 0.70 Dvnshr 175-76 Devonshire Dr West End Brook Forest 170 340 697 0.25 174 0 0 0.10 j704 Enterprise Dr 22ntl Sl North End commercial 1,810 1 3,620 7,044 0.10 704 0.05 352 0.10 Forest Trail North End Timber View Dr Timber Trails 240 480 504 0.ID 50 0.15 76 0.15 76 Forest Trail Timber View Or Walnut Ln Timber Trails 978 1,956 2,030 11.10 203 _ 015 _ 305 0.15 305 Forest Trail Walnut Ln Timber Trail Dr Timber Trails 313 626 1,026 0.05 51 0.103 0.10 7W Forest Trail Timber Trail Dr Merry Ln Timher Trails 1,035 2,070 2,382 0.10 23B 0.75 357 0.15 357 Forest Trail Merry Ln South End Timber Trails 451 902 1,386 0.05 69 0.10 139 0.10 139 Foxiana Cl Royal Vale Dr North End I Ginger Creek 403 806 1,366 0.25 1 342 0 0 _ D.t0 137 Green Leaf Dr Twin Oaks Dr Woodland Dr Timber Trails 1,170 2,340 2,590 0.10 259 DA5 389 0.15 389 Hampton Dr Devonshire Dr Devonshire Dr Brook Fares! 855 1,710 2,178 0.05 109 0.05109 0.10 i 218 Hampton 214-16 Heather Ln Hampton Dr Regent Dr South End Cambridge Dr Brook Forest Brook. Forest 1 170 336 340 672 568 7,196 0.05 0.10 28 120 0.05 0.05 28 60 0.05 0.15 28 179 Heather Ln Cambridge Dr West End Brook Forest 733 1,466 2,432 0.10 243 0.05 122 0.15 365 Hickory Dr Palisades Dr Meadowood Dr Woodside Estates 506 1,012 1,079 0.10 108 0 0 0.10 108 Hunt Club Dr Oak Brook Rd Hunt Club Ln (residential 965 0 2,295 0.10 230 0 0 0.25 574 Hunt Club Ln Pvmt Ching Hunt Club Or residential 538 0 1,124 0.10 112 1 0 0 0.30 337 Hunt Club Ln Hunt Club Or East End residential 885 443 1,849 DAD 185 1 0 0 0.30 555 Lochinvar Ln Baybrook Ln Baybrook Ln Ginger Creek 1,230 615 3,007 0.35 1,052 0 0 0.10 301 Luthin Rd York Rd West End "Fullersburg" 1,364 0 3, 19B 0.15 480 0 ! 0 0,15 480 Madison St Spring Rtl Fretlerick Dr "Fullersburg" 1,450 D 3,319 0.10 332 0 0 0.15 498 Madison St Frederick Dr Glendale Ave "Fullersburg" 1,362 0 3,118 0.10 312 0 0 0.15 468 Meadowood Dr Wcodritlge Dr Hickory Dr Woodside Estates 472 944 944 0,10 94 0 0 0.10 94 Meadowood Or Hickory Dr Woodside Dr Woodside Estates 672 1,344 1,377 0.10 138 0 0 0,10 138 Meadowood Dr Woodside Dr Palisades Dr Woodside Estates 453 926 961 0.10 96 0 1 0 0.10 96 Merry Ln Forest Trail East End Timber Trails 1,833 3,666 7,713 0.05 3136 0 0 O.DS 386 Natoma Of Natoma Dr West End "Fullersburg" 292 584 1,311 0.05 1 66 0.05 66 0.10 131 Natoma Dr Spring Rd Natoma Ct "Fullersburg" 646 1,292 2,454 0.10 245 0.05 123 0.10 245 Natoma Dr Natoma Ct North End "Fullersburg" 1,081 2,162 3,469 0.10 347 0.05 173 0.10 347 Oak Brook Hills Baybrook Ln Pvmt Chng Ginger Creek 188 376 472 0.35 165 0 D 0.10 47 Olympia Ct Royal Vale Or West Entl Ginger Creek 538 1,076 1,676 0.30 503 0 0 0.10 16B Palisades Or Meadowood Dr Woodside Dr Woodside Estates 440 880 929 0.10 93 0 0 0.10 93 Palisades Dr Woodside Dr Hickory Dr Woodside Estates 435 670 670 0.10 87 D 0 0.10 87 Robin Hand Hach York Rd Robin Hood Rnch "Fullersburg" 560 1,120 1,120 0.10 112 0.05 56 0.20 224 Robin Hood Ranh Rabin Hood Bach Robin Hood Rnch "Fullersburg" 1,988 3,976 4,087 0.10 409 0.05 204 0.20 817 Royal Vale Or -Saybrook Ln Olympia Ct Ginger Creek 530 1,060 1,300 0.35 455 0 0 0.10 130 Royal Vale Or Olympia Cl Wyndham Ct Ginger Creek 446 892 1,091 0.35 382 0 D 0.10 109 Royal Vale Or Wyndham Ct Swaps Ct Ginger Creek 379 758 927 0.35 324 0 0 0.10 93 Royal Vale Or Swaps Ct Cochise Ct Ginger Creek 554 1,108 1,353 0.35 474 0 0 0.10 135 Royal Vale Or Cochise Ct Foxiana Ct Ginger Creek 1,281 2,562 3,133 0.35 1,097 0 0 0.10 313 Royal Vale Or Foxiana Ct Berseem Ct Ginger Creek 754 1,508 1,844 0.35 645 0 0 0.10 1 B4 Royal Vale Or Berseem Ct Saybrook Ln Ginger Creek 310 620 730 OAD 292 0 0 0.15 110 Spring Rd Oak Brook Rd Namma Or "Fullersburg" 1,690 0 4,131 0.15 620 0 0 0.15 620 Spring Rd Nat oma Or Salt Creek "Fullersburg" 715 0 2,224 0.15 334 0 0 0.15 334 Spring Rd Salt Creek Madison St "Fullersburg" 876 0 2,725 0.15 409 0 0 0.15 409 Spring Rd Madison St Salt Creek Cir "Fullersburg" 1,798 0 5,594 0.15 839 0 0 0.15 839 Spring Rd Sall Creek Cir Acom Hill Ln "Fullershurg" 628 0 1,535 0.15 230 0 0 0.15 1 230 Spring Rd Acorn Hill Ln Washington Sl "Fullersburg" 240 0 5B7 0.15 Be 0 0 0.15 88 Spring Rd Washington Sl York Rd "Fullersburg" 1,392 0 3,403 0.15 510 0 0 0.15 510 Spring Rd N Village Limits 16th Sl commercial 1,204 0 2,943 0.15 441 0 0 0.15 441 St Stephen Gran 35th St Sl Stephen Gran Trinity Lakes 311 622 959 0.10 96 O.D5 48 0.15 144 St Stephen Gran West End St Stephen Gren Trinity Lakes 950 TBDD 2,956 0.10 296 0.05 148 0.15 443 St Stephen Gran Sl Stephen Gran East End Trinity Lakes 1,071 2,142 5,679 0.05 284 D.DD 0 0.10 568 St Stphn 135-39 St Stephen Gran North End Trinity Lakes 3D5 610 847 0.10 85 0.05 42 0.20 169 St Stphn 145-49 St Stephen Gran South End Trinity Lakes 454 90B 1,261 0.10 126 0.05 63 0.20 252 Swaps Ct Royal Vale Or West End Ginger Creek 277 554 1,011 0.25 253 0 0 0.10 101 Timber Ct Timber Trail Or East End Timber Trails 330 660 1,750 0.05 88 0.05 Be 0.05 88 Timber Edge Or Salt Creek Twin Oaks Or residential t,OB6 0 3,345 0.15 502 0 D 0.15 502 Timber Edge Or Twin Oaks Or Forest Prsv Ent residential 1 1,702 0 4,106 0.15 616 0 0 0.15 616 Timber Edge Or Forest Prsv Ent Harger Rd residential 2,705 0 6,574 0.15 986 0 0 0.15 986 Timber Trail Or Forest TrailTwin OaksDr Timber Trails 820 1,640 1,816 0.10 1B2 0.15 272 0.15 272 Timber Trail Or Twin OaksDr .Timber Ct Timber Trails 1,000 2,000 2,164 0.10 216 0.15 325 D.15 325 Timber Trail Or Timber Ct Green Leaf Or Timber Trails 470 940 1,032 0.1 D 103 0.15 155 0.15 155 _Timber View Or Woodland Or Twin Oaks Or Timber Trails 1,165 2,330 2,420 0.10 242 0.15 363 0.15 363 Timber View Or Twin Oaks Or Crab Apple Ln Timber Trails 503 7,006 1,078 0.10 108 0.15 162 0.15 162 Timber View Or Crab Apple Ln Forest Trail Timber Trails 443 886 957 0.10 96 0.15 144 0.15 144 Trinity Ln 35th St St Josephs Or Trinity Lakes 1,133 2,266 3,786 0.10 379 0.05 189 0.10 379 Trinity Ln St Josephs Or Marian Sq Trinity Lakes 1,691 3,382 5,222 0.10 522 0.05 261 0.10 522 Trinity Ln Marian Sq Sl Johns Ct Trinity Lakes 408 616 1,134 0.70 113 0.05 57 0.10 113 Trinity Ln St Johns Ct Sl Marks Ct Trinity Lakes 991 1,962 2,753 0.10 275 0.05 138 0.10 275 Trinity Ln St Marks Ct Sl Francis Cir Trinity Lakes 229 458 638 0.10 64 0.05 32 0.10 64 Trinity Ln Sl Francis Cir Oak Brook Rd Trinity Lakes 311 522 1,349 0.05 67 0.05 67 D.05 67 Trnty 104-8 Trinity Ln East End Trinity Lakes 397 794 1,103 010 110 0.05 55 0.10 110 Tmty 70-74 Trinity Ln South End Trinity Lakes 415 630 1,153 0.10 115 0.05 58 0.10 115 Twin Oaks Or Timber Edge Or ITimber View Or Timber Trails 2B4 568 742 0.10 74 0.10 74 O.1D 74 Twin Oaks Or Timber View Dr Green Leai Dr Timber Trails 517 1,034 7,159 0.70 116 0.15 174 0.75 174 Twin Oaks Or Green Leaf Or Walnut Ln Timber Trails 179 35B 366 0.10 37 0.15 55 0.15 55 Twin Oaks Or Walnut Ln Timber Trail Or Timber Trails 470 940 7,134 0.10 173 0.10 113 0.10 113 Walnut Ln Twin Oaks Or Crab Apple Ln Timbe, Trails 479 958 7,444 OAS 1 72 0.10 144 0.10 144 Walnut Ln Crab Apple Ln Forest Trail Timber Trails 465 930 1,127 0.10 113 0.10 113 0.10 113 Washington St Spring Rd Wood Ave "Fullersburg" 630 0 1,328 0.15 799 D 0 0.15 199 Washington St We ad Ave Glendale Ave "Fullersburg" 390 0 765 0.15 115 0 0 0.15 115 Wenner Ct Ycrk Rd West End "Fullershurg" 899 0 2,333 0.10 233 D 0 0.10 233 Wood Rd Washington St West End "Fullersburg" 659 0 1,279 0.15 192 0 0 0.15 192 Woodland Or Green Leaf Or Timber View Or Timber Trails 518 1,036 1,151 D.10 115 0.15 173 0.15 173 Woodland Or iTimber View Or North End Timber Trails 220 440 498 0.10 50 0.15 75 0.10 50 Woodridge Dr Wood Glen Ln Meadowood Or Wootlsitle Estates 447 894 1,093 0.10 109 0 D 0.10 109 Woodside Dr Wootl Glen Ln Meadowootl Dr Woodside Estates 275 SSD 1,079 0.05 54 0 0 0.05 54 Wootlsitle Dr Meadowood Or Palisatles Dr Woodside Estates 450 9DD 1 329 0.05 65 0 1 D 1 0.05 66 TOTALS= 1 89,980 1 245,SB6 0.16 38,212 0.04 7,886 1 0.13 31,622 (avers e) (average) (average) CONTRACTOR: (Name, legal status and address) SKC Construction, Inc. 695 Church St. Elgin, IL 60123 OWNER: (Name, legal status and address) Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 14-AMAMINUM Bond No. Bid Bond SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name, location or address, and Project number, if any) 2012 Crack Sealing Project This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here -from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. U.M9 hA-, h 2012 Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms to the language used In AIA Document A310 - Bid Bond - 2010 Edition. Bid Bond GENERAL INFORMATION Instructions Purpose. AIA Document A310-2010 establishes the maximum penal amount that maybe due the Owner if the Bidder fails to execute the contract and to provide the required performance and payment bonds, if any, It provides assurance that, if a bidder is offered a contract based on its tendered proposal but fails to enter into the contract, the Owner will be paid the difference in cost to award the contract to the next qualified bidder, so long as the difference does not exceed the maximum penal amount of the bond. Related Documents. A310 is not incorporated by reference into other AIA documents. For further reference on bonding procedures, see AIA Document A701T L-1997, Instructions to Bidders; and AIA Document G612" 2001, Owner's Instructions to Architect, Use of Non -AIA Forms. AIA Document A310 may be used with any appropriate AIA or non -AIA document. CAUTION SHOULD BE EXERCISED BEFORE ITS USE TO VERIFY ITS COMPLIANCE WITH CURRENT LAWS AND REGULATIONS BY CONSULTING WITH AN ATTORNEY OR A BOND SPECIALIST. USING A310-2010 Modifications. Particularly with respect to professional or contractor licensing laws, building codes, taxes, monetary and interest charges, arbitration, indemnification, format and font size, AIA Contract Documents may require modification to comply with state or local laws. Users are encouraged to consult an attorney before completing or modifying a document. In a purchased paper AIA Contract Document, necessary modifications may be accomplished by writing or typing the appropriate terms in the blank spaces provided on the document, or by attaching Supplementary Conditions, special conditions or referenced amendments. Modifications directly to purchased paper AIA Contract Documents may also be achieved by striking out language. However, care must be taken in making these kinds of deletions. Under NO circumstances should standard language be struck out to render it illegible. For example, users should not apply blocking tape, correction fluid or Xs that would completely obscure text. Such practices may raise suspicion of fraudulent concealment, or suggest that the completed and signed document has been tampered with. Both parties should initial handwritten changes. Using AIA software, modifications to insert information and revise the standard AIA text may be made as the software permits. By reviewing properly made modifications to a standard AIA Contract Document, parties familiar with that document can quickly understand the essence of the proposed relationship. Commercial exchanges are greatly simplified and expedited, good faith dealing is encouraged, and otherwise latent clauses are exposed for scrutiny. AIA Contract Documents may not be retyped or electronically scanned, Retyping can introduce typographic errors and cloud legal interpretation given to a standard clause. Furthermore, retyping and electronic scanning are not permitted under the user's limited license for use of the document, constitute the creation of a derivative work and violate the AIA's copyright. Identification of the Parties. The Contractor, the Surety, and the Owner should be identified using their respective full names and addresses or legal titles under which the bond is to be executed. The state in which the Surety is incorporated also should be identified in the space provided. Bond Amount. The dollar amount of the bond should be provided in both written and numerical form, Project Description. The proposed project should be described in sufficient detail to identify (1) the official name or title of the facility; (2) the location of the site; (3) the proposed building type, size, scope or usage; and (4) the project number required by the owner, if any. A project number may be required by certain public owners to adequately identify the project to which the bond pertains. Execution of the Bond. The bond iflust be signed by both the Con%ractor and the Surety. The parties exe4ting (signing) the bond should print their title and impress their corporate seal, if qny. Where appropriate, attach a cr py#of the resolution or bylaw authorizing the individual to act on behalf of the firm or entity, As to the Surety, this usually takes the form of a power of attorney issued by the Surety company to the bond producer (agent) who signs on its behalf. Printed In cooperation with the American Institute of Architects (AIA). The language in this document conforms to the language used In AIA Document A310 - Bid Bond - 2010 Edition. State of Illinois County Of DuPage SURETY ACKNOWLEDGEMENT (ATTORNEY-IN-FACT) I, Jessica L. Pasowicz Notary Public of DuPage County, in the State of Illinois do hereby certify that Harold Miller Jr. Attorney -in -Fact, of the Western Surety Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that He signed, sealed and delivered said instrument, for and on behalf of the Western Surety Company for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Itasca in said County, this 9th day of March 1 2012 Nary Public Jessica L. Pasowicz My Commission expires: May 5, 2015 OFFICIAL SEAL JESSICA L PASOWICZ NMy COMMISSION EXPIRES: 5 05115 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Harold Miller Jr. Of Itasca IL its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature Surety Bond Number: Bid Bond Principal: SKC Construction, Inc. Obligee: Village of Oak Brook Amount of Bond: See Bond Form and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of September 2006 _Fos;F g"apa14Y;%oqs, WEST M P A N Y F.ppR.; t'.SFA`•.1.f Nw,..... o??o�.°` Paul T. Bruflat,nior Vice resident State of South Dakota ss County of Minnehaha On this 19th day of September 2006 before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he reslIIes in the City of Sioux Falls, State of South Dakota; that he is Im Senior Vice President of WESTERN SURETY COMPANY described in}and which executed the above instrument; that he knows th seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. + s D. KRELL s M commission expires s s II My p f SEAL NOTARY PUBLIC SEAL s November 30 2012 s SOUTH DAKOTA s u. re ary Public +Sbb"aYb A"v0b 4b4444bb4444ra + CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. in testimony whereof I have herreuunttoo subscribed my name and affixed the seal of the said corporation this 9th day of March 20 ;0,,Err"w,,. +�W E S �i N Y _F?iooeoRa `�,, s.. elson, Assistant Secretary Form F3146-9-2006 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7, All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company, The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Attach bid bond, bank cashier's check or certified check here. In the event that one bid bond or one check is intended to cover two or more bids, the amount must equal the sum of the proposal guarantees of the individual sections covered. The bid guarantees of all except the 2 lowest responsible bidders shall be returned after the President and the Board of Trustees of the Village of Oak Brook award the contract. The bid guarantees of the 2 lowest responsible bidders shall be returned after a contract, contract bond, acceptable certificate of insurance, and an acceptable progress schedule have been received from the successful bidder and approved by the Village of Oak Brook. The bid guarantee of all bidders shall be returned in the event that the President and Board of Trustees of the Village of Oak Brook reject all bids. Page 3 Firm Addi C S N Tine: rtr,(ry�tiivu\--� '( Telephone: x� -f - rt �i�-4 Date: If a Corporation: Page 4 Section C Instructions to Bidders 1. RECEIPT OF BID: Friday the 9th day, March, 2012, 10:30 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. BID DESCRIPTION: 2012 Crack Sealing Project. The proposed project herein specified and described consists of the routing, cleaning and sealing of primary cracking and curb line edge joints, on various streets as listed, and shown on the map at the end of Section B, with hot poured rubberized sealant and the cleaning and sealing of secondary cracking with fiber modified asphalt cement and reservoirs of missing rubber with rubberized sealant on various Village streets as listed. 4. PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Purchasing Director, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Friday, at 10:30 A.M., pre�yailing tg e., March 9, 2012, at which time it will be publicly oRened 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. Each bid shall be submitted on the exact form furnished. All blank spaces for bid prices, unit costs and alternates must be filled in --in ink --in both words and figures (as stipulated). In case of any discrepancy in the amount bid, the prices expressed in written words shall govern. Bids which are noticeably unbalanced may be voided at the sole discretion of the Village. Each bid must be accompanied by a bank cashier's check, bid bond, or certified check in the amount of 10% of the bid (checks made payable to the Village of Oak Brook). C.. Each bidder must complete, execute and submit with its bid a certification that contractor is not barred from public contracting due to bid -rigging or bid rotating convictions on the form included with the bidding documents. D.. Each bidder must submit a complete bid package including the following items: 1. Bid. 2. Bid Bond, or other Bid Security as required. 3. References 4. Statement of Bidder's Qualifications. 5. Bid Certification. 6. Contract (Signed) Page 1 E. The Contract Bond (Performance and Payment) is provided as information, and will be completed by the successful bidder only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. F. The bid shall be submitted in an opaque sealed envelope on or before the time stated and shall bear the name of the individual, firm, or corporation submitting the Bid and the Bid Name - "2012 Crack Sealing Project' G. Bidders may attach separate sheets to the bid for the purpose of explanation, exception, alternate bid and to cover unit prices, if needed. H. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may be withdrawn or modified after the bid opening except where the award of contract has been delayed for a period of more than forty-five (45) days. In submitting this bid, the bidder further declares that the only person or party interested in the proposal as principals are those named herein; and that the bid is made without collusion with any other person, firm or corporation. J. The bidder further declares that he has carefully examined this entire Bid Package, and 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. K. The bidder 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. L. The bidder 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. M. The bidder 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. Page 2 N. The bidder 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 receipt of the Notice of Award to the Village . 0. The bidder 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. P. The bidder 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, materials. apparatus, fixtures, machinery, and subcontractors in accordance with the terms of the Contract. 0. The bidder 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. R. By submitting a bid, the bidder 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. S. 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. Each bidder shall be IDOT qualified for the work involved and shall provide a current copy of his IDOT "Certificate of Eligibility" prior to receiving plans and a Bid Package. T. If any person contemplating submitting a bid for the proposed contract 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 Village Engineer 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, and a copy of such addendum will be delivered to each person receiving a set of Page 3 such documents. The Village will not be responsible for any other explanation or interpretation of the Bid Package. 5. SUBSTITUTIONS: N/A 6. CONDITIONS: A. 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. B. To be valid, the bids shall be itemized so that selection for purchase may be made, there being included in the price of each unit the cost of delivery (FOB Destination). C. The Village shall reserve the right to add or to deduct from the base bid and/or alternate bid any item at the prices indicated in itemization of the bid. D. All bids shall be good for forty five (45) days from the date of the bid opening. 7. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. Page 4 H. Ability to provide future maintenance and service under the contract. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village. & GUARANTEE: Contractor (successful bidder) will guarantee all work for a period of one (1) year against faulty material and/or workmanship. Consequently, the contractor's Contract Bond will extend to one (1) year past the date of final acceptance of the entire work by the President and Board of Trustees of the Village. If any defect appears within the one (1) year guarantee period, the contractor will repair any and all such defects solely at his cost and at no cost to the Village. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month (except for the 4th Tuesdays of June, August, and November for significant amounts due to no Village Board meetings). 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. All payment requests shall be in accordance with the applicable portions of the specifications (see Section D of this Bid Package) 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, officials, employees, volunteers and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for Page 5 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 and Additional Insured Endorsement 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 nor will the bid guarantee be returned 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, Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $25,000, the required limit shall be $1,000,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by 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 6 D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees volunteers or agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village, see Section C of this Bid Package, 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. Page 7 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: 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. 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. 15. 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: PUBLIC WORKS STANDARDS GENERAL ITEMS a,>OPID. LSSUEPA ERG Cpryn Date of Issue PRO�CFA SAMPLE CERTIFICATE THIS cMrFIcATE IS ISSUED ASA MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS cERnFr—TE DOES NOT AMEND, Showing MINIMUM EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. FULLY COMPLETED COMPANIES AFFORDING COVERAGE 1 REQUIREMENTS for ANY WORK f2 Withiu the VILLAGE which EXceedS 000 LETTER A Name of Insurance Company coUE COMP LETTmT'Y^ B Name of Insurance Company INZUR C Name of Insurance Company FULLY COMPLETED WWPAN D LETTER Name Of Insurance Company CJ APAH E �ThT+ Name of Insurance Company c.C6.l�ERAGES"w.w mn°..�wy,� -£; Y> �- z �^°•, "-,—.:.-yc --ter=?;� a E 4 -- � - i.., vuwl S.. • THIS IS TO THAT POLICIES LIS .�"S...O w«'W..,BEEN].., SUED TO THE UCI F INSURANCE INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED"`ED INDICATED. NM Y INSURED NAMED ABOVE FOR THE POLICY PETVOD NOTWITHSTANDINGE ANY REQUIREMENT, TERM OR CONDITION ANY OR OTHER BE ISSUED DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR WAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIfiED ED HE POLICIES HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED HY PAID CLAIMS L,; TYPE OF INSURANCE POUC NUYBER POIN.YEFFECRVE DAIF PAMOWYTI PWC EXPIRATON OATS PAMri.0 n ALL nYF@11(iNOUSAN03 OFllmlAl N/.HIfIIY GE1iEPN.IGGPEGATc S COIAME:CAy GeNEP.LL WELTY -=r �•'°'�""Do-'I^+ Policy Policy Policy PR'KYICTS2YAP/VS AOG.iGATE s PE�s,-wua,m+E:xcswcPw�' s Number Start End A Date Date 2,000, FPE N.WGE(4ry aw N.1 s YEOCAL E>PaGE (4ry mepenml s AUIOYOmLE nI9Nl}1' ' CCMBiNFD F s - X ANYAUfO uUr`' 1,000 '`-•:;.x„ JOE, E Policy Policy e Y Policy Number Start End P' �9 Xo Date Date BxaY K NONOWNEO ung e Y s �„�:,-F, : P.rA¢bm4 Fe3�v��P`.�: GA:VGE WALLY --- CAMAGE �'�1c.Y„� ". Cy �fOES}IIAePliY �Qflfril rtiE.; - .. EA4i AGGREGATE �-H',.ici•%Z S TH.V: UM➢."",FCPM WOPKFI{S COYPENSATON STAnnCRY='��'�c.��' ee�-:: Policy Policy D uIz Polic Number y Start End% e � a EYPtOYEn uAAlurr - I 'Date - Date �Amsx�n t �sE.E>atE>mvnrE OIHER OESCAIPTON OF OPEW.TIONS/ YJ,noxSMF]INSES/RFATRIOTION35PECL.Lr1EYz RE: (Insert V.D.B Project Number and Project Name) - ADDITIONAL INSURED: The Village of Oak Brook, its officers, officials, employees and volunteers ICAOfDEFj"_a4#'"51i •x'ak\e.�.3`,K`c'w A',-T.�s,-�:'�„ , GNCF1.iA�7 U. - VILLAGE OF OAK BROOK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL i m BEFORE THE VILLAGE ' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL SF 1200 Dao Brook Road MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Oak Brook, Illinois 60521-2255 — ATTN: (Insert Name or Department) rA ��' all AUnfOItOD R£PREIFXTAl1YE . Page 1 of 1 Authorized Signature Section GEN ITEMS, Page 6 of 10 6 Bids 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. Bids which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. Bids which are signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. 16. 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. 17. 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 Page 9 prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working _hours, by compliance investigators of the Department or the Department of Labor. 18. COPIES OF DOCUMENTS The number of copies of Contract required to be executed is as follows: a)Two (2) original counterparts of the Contract documents will be required to be executed. Page 10 19. INDEPENDENT CONTRACTOR: There is no employee/employer relationship between the CONTRACTOR and the VILLAGE. CONTRACTOR is an independent contractor and not the VILLAGE'S employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker's Compensation Act (820 ILCS 305/1, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to CONTRACTOR. The performance of the services described herein shall not be construed as creating any joint employment relationship between the CONTRACTOR and the VILLAGE, and the VILLAGE is not and will not be liable for any obligations incurred by the CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the VILLAGE and the CONTRACTOR. 20. ASSIGNMENT Neither the VILLAGE nor the CONTRACTOR shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld. 21. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance and enforcement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. Page 11 iju rage I,ULLIlty rrcvdllnig wage lul i UUJUwy cvi� . a6' a vi Du Page County Prevailing Wage for February 2012 Trade Name RG TYP C Base FRMAN *M -F>8 OSA OSH H/W Pensn Vac Trng -------------------- ASBESTOS ABT -GEN -- --- ALL - ------ 35.200 ------ 35.700 ----- 1.5 --- 1.5 --- 2.0 ----- 12.18 ----- 8.620 ----- 0.000 ----- 0.450 ASBESTOS ABT -MEC BLD 32.850 0.000 1.5 1.5 2.0 10.82 10.66 0.000 0.720 BOILERMAKER BLD 43.450 47.360 2.0 2.0 2.0 6.970 12.61 0.000 0.350 BRICK MASON BLD -39.780 43.760 1.5 1.5 2.0 9.300 11.17 0.000 0.730 CARPENTER ALL 40.770 42.770 1.5 1.5 2.0 12.34 11.25 0.000 0.530 CEMENT MASON ALL 38.000 40.000 2.0 1.5 2.0 8.950 16.35 0.000 0.380 CERAMIC TILE FNSHER SLD 33.600 0.000 2.0 1.5 2.0 9.200 6.680 0.000 0.580 COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2.0 9.250 14.46 0.400 0.610 ELECTRIC PWR EQMT OF ALL 34.240 45.510 1.5 1.5 2.0 5.000 10.62 0.000 0.260 ELECTRIC PWR GRNDMAN ALL 26.480 45.510 1.5 1.5 2.0 5.000 8.200 0.000 0.200 ELECTRIC PWR LINEMAN ALL 41.000 45.510 1.5 1.5 2.0 5.000 12.71 0.000 0.310 ELECTRIC PWR TRK DRV ALL 27.420 45.510 1.5 1.5 2.0 5.000 8.500 0.000 0.210 ELECTRICIAN BLD 36.200 39.820 1.5 1.5 2.0 9.250 16.27 4.380 0.680 ELEVATOR CONSTRUCTOR BLD 48.560 54.630 2.0 2.0 2.0 11.03 11.96 2.910 0.000 FENCE ERECTOR NE ALL 32.660 34.660 1.5 1.5 2.0 12.42 10.00 0.000 0.250 FENCE ERECTOR W ALL 44.950 47.200 2.0 2.0 2.0 6.890 17.69 0.000 0.400 GLAZIER BLD 38.500 40.000 1.5 2.0 2.0 11.49 14.64 0.000 0.840 HT/FROST INSULATOR BLD 43.800 46.300 1.5 1.5 2.0 10.82 11.86 0.000 0.720 IRON WORKER E ALL 40.750 42.750 2.0 2.0 2.0 13.20 19.09 0.000 0.350 IRON WORKER W ALL 44.950 47.200 2.0 2.0 2.0 8.890 17.69 0.000 0.400 LABORER ALL 35.200 35.950 1.5 1.5 2.0 12.18 8.820 0.000 0.450 LATHER ALL 40.770 42.770 1.5 1.5 2.0 12.34 11.25 0.000 0.530 MACHINIST BLD 43.160 45.160 1.5 1.5 2.0 7.980 8.950 0.000 0.000 MARBLE FINISHERS ALL 29.100 0.000 1.5 1.5 2.0 9.300 11.17 0.000 0.660 MARBLE MASON BLD 39.030 42.930 1.5 1.5 2.0 9.300 11.17 0.000 0.730 MATERIAL TESTER I ALL 25.200 0.000 1.5 1.5 2.0 12.18 8.820 0.000 0.450 MATERIALS TESTER II ALL 30.200 0.000 1.5 1.5 2.0 12.18 8.820 0.000 0.450 MILLWRIGHT ALL 40.770 42.770 1.5 1.5 2.0 12.34 11.25 0.000 0.530 OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 2 43.800 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 14.40 9.550 1.900 1.250 ORNAMNTL IRON. WORKER E ALL 40.200 42.450 2.0 2.0 2.0 12.67 14.81 0.000 0.500 ORNAMNTL IRON WORKER W ALL 44.950 47.200 2.0 2.0 2.0 8.890 17.69 0.000 0.400 PAINTER ALL 40.180 42.180 1.5 1.5 1.5 8.950 8.200 0.000 1.250 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 40.770 42.770 1.5 1.5 2.0 12.34 11.25 0.000 0.530 PIPEFITTER BLD 41.000 43.000 1.5 1.5 2.0 10.75 14.59 0.000 1.660 PLASTERER BLD 39.360 41.720 1.5 1.5 2.0 9.300 11.72 0.000 0.780 PLUMBER BLD 41.000 43.000 1.5 1.5 2.0 10.75 14.59 0.000 1.660 ROOFER BLD 37.650 40.650 1.5 1.5 2.0 7.750 6.570 0.000 0.430 SHEETMETAL WORKER BLD 41.660 43.660 1.5 1.5 2.0 9.540 11.57 0.000 0.780 SPRINKLER FITTER SLD 49.200 51.200 1.5 1.5 2.0 9.750 8.200 0.000 0.450 STEEL ERECTOR E ALL 40.750 42.750 2.0 2.0 2.0 13.20 19.09 0.000 0.350 http://mr"ryv.state.il.us/agency/idol/rates/EVENMO/DU_PACTE9.htm 2/13/2012 UU YagC L.VUflly rlcValllllr, vv a6c iul I e,uivaiy STEEL ERECTOR W ALL 44.950 47.200 2.0 2.0 2.0 8.890 17.69 0.000 0.400 STONE MASON BLD 39.780 43.760 1.5 1.5 2.0 9.300 11.17 0.000 0.730 TERRAZZO FINISHER BLD 35.150 0.000 1.5 1.5 2.0 9.200 9.070 0.000 0.430 TERRAZZO MASON BLD 39.010 42.010 1.5 1.5 2.0 9.200 10.41 0.000 0.510 TILE MASON BLD 40.490 44.490 2.0 1.5 2.0 9.200 8.390 0.000 0.640 TRAFFIC SAFETY WRKR HWY 28.250 29.850 1.5 1.5 2.0 4.896 4.175 0.000 0.000 TRUCK DRIVER ALL 1 32.550 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TUCKPOINTER BLD 39.950 40.950 1.5 1.5 2.0 8.180 10.57 0.000 0.790 Legend: M-F>e (Overtime is required for any hour greater than 9 worked each day, Monday through Friday. OSA (Overtime is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pens. (Pension) Vac (Vacation) Trng (Training) Explanations DUPAGE COUNTY IRON WORKERS AND FENCE ERECTOR (WEST) - West of Route 53. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether http://mrww.state.il.us/agency/idol/rates/EVENMO/DU_PAGE9.htm 2/13/2012 L/u rdgc l Uunty r cvd.tttttg wa. "c tut Iculuwy LV14 for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile -like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re -tiled. COMMUNICATIONS TECHNICIAN Low voltage installation, maintenance and removal of telecommunication facilities (voice, sound, data and video) including telephone and data inside wire, interconnect, terminal equipment, central offices, PABX, fiber optic cable and equipment, micro waves, V -SAT, bypass, CATV, WAN (wide area networks), LAN (local area networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers t ur', " , http://www.state.il.us/agency/idol/rates/EVENMO/DU_PAGE9.htm 2/13/2012 ou rage Lounry rrevaiang wage for reoruary /viz treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End -loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; - Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip -Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches; Bobcats (up to and including % cu yd.) . Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including Y, cu yd.); oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class G. Gradall. Class 7. Mechanics. rage 4 m i http://m-A,w.state.il.us/agency/idbl/rates/EVENMO/DU—PAGE9.htn 2/13/2012 Lu rage t.uuu;y rruvauuig wage iui rcuruaiy /ui� OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher; Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators; Ducking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, A11; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments) Hydro -Blaster; All Locomotives, Dinky; Off -Road Hauling Units (including articulating)/2 ton capacity or more; Non Self -Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self -Propelled compactor; Spreader - Chip - Stone, etc.; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size): Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm -Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post -Bole Digger; Power Sava, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with ragc J ui i http://w�r,A,.state.il.us/agency/idol/rates/EVENMO/DU_PAGE9.htrn 2/13/2012 1Ju rage C,ouniy rreveunng wage iur rcuruary 4viZ. "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Hydro- Blaster; Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tractaire; Welding Machines (2 through 5); Winches, 4Small Electric Drill Winches. Class S. Bobcats (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Gradall and machines of like nature. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2 -man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2 -man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self -loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready -mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; .�'iDistributors, 1 -man operation; Pole Trailer,er, over no feet; Polee and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self -loading equipment like P.B. and trucks with scoops on the front. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or r arc u ui , http://www.state.il.us/agency/idol/rates/EVENMO/DU_PAGE9.htm 2/13/2012 LLL ragr I.VUL1Ly rJuva6lluir waglul 1'Gulu,ny Gu14 machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. 1 asc i ul i http://m,v�m,.state.il.us/agency/idol/rates/EVENM0/DU_PACTE9.htm 2/13/2012 VILLAGE OF OAK BROOK FINAL WAIVER OF LIEN STATE OF ILLINOIS ) General Contractor ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: WHEREAS the undersigned has been retained by the Village of Oak Brook to furnish for the project known as of which the Village of Oak Brook is the owner. THE undersigned, for and in consideration of (S ) Dollars, and other good and valuable consideration, the receipt whereof is hereby acknowledged, do(es) hereby waive and release any and all lien or claim of, or right to, lien, under the statutes of the State of Illinois, relating to mechanics' liens, with respect to and on said above-described premises, and the improvements thereon, and on the material, fixtures, apparatus or machinery furnished, and on the moneys, funds, or other considerations due or to become due from the owner, on account of all labor, services, material, fixtures, apparatus or machinery, heretofore furnished, or which may be furnished at any time hereafter, by the undersigned for the above-described premises, INCLUDING EXTRAS*, DATE I COMPANY NAME ADDRESS SIGNATURE AND CONTRACTOR'S AFFIDAVrF STATE OF ILLINOIS ) ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: THE UNDERSIGNED, (NAME) AND SAYS THAT HE/SHE IS (POSITION) NAME) FURNISHING (PROJECT NAME) BEING DULY SWORN, DEPOSES OF (COMPANY WHO IS THE CONTRACTOR WORK ON THE That the total amount of the contract including extras* is S on which be/she has received payment of S prior to this payment That all waivers me true, correct, and genuine and delivered unconditionally and that there is no claim either legal or equitable to defect the validity of said waivers. That the following are the names and addresses of all parties who have furnished material or labor, or both, for said work and all parties having contracts or subcontracts for specific portions of said work or for material entering into the construction thereof and the amount due or to become due to each, and that the items mentioned include all labor and material required to complete said work according to plans and specifications: CONTRACT PRICE AMOUNT THIS BALANCE NAMES AND ADDRESSES WHAT FOR INCLUDING EXTRAS- PAID PAYMENT DUE TOTAL LABOR AND MATERIAL INCLUDING EXTRAS* TO COMPLETE That there are no other contracts for said work outstanding, and that there is nothing due or to become due to any person for material, labor or other work of any kind done or to be done upon or in connection with said work other than above stated. DATE SIGNATURE SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF 120 NOTARY PUBLIC *EXTRAS INCLUDE BUT ARE NOT LIlvIITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO THE CONTRACT. 2/18/04 VU,LAGE OF OAK BROOK PARTIAL WAIVER OF LIEN TO DATE STATE OF ILLINOIS ) General Contractor )SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: WHEREAS the undersigned has been retained by the Village of Oak Brook to furnish for the project known as of which the Village of Oak Brook is the owner. THE undersigned, for and in consideration of " (S 1 Dollars, and other good and valuable consideration, the receipt whereof is hereby acknowledged, do(es) hereby waive and release any and all lien or claim of, or right to, lien, under the statutes of the State of Illinois, relating to mechanics' liens, with respect to and on said above-described premises, and the improvements thereon, and on the material, fixtures, apparatus or machinery furnished, and on the moneys; funds, or other considerations due or to become due from the owner, on account of all labor, services, material, fixtures, apparatus or machinery, furnished to this date by the undersigned for the above-described premises, INCLUDING EXTRAS*. DATE COMPANY NAME ADDRESS SIGNATURE AND TITLE CONTRACTOR'S AFFIDAVIT STATE OF ILLINOIS ) ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: THE UNDERSIGNED, (NAME) AND SAYS THAT HE/SHE IS (POSITION) NAME) FURNISHING _ (PROSECT NAME) BEING DULY SWORN, DEPOSES OF (COMPANY WHO IS THE CONTRACTOR PIN„ W N 15 That the total amount of the contract including extras* is S on which he/she has received payment of S prior to this payment. That all waivers are true, correct, and genuine and delivered unconditionally and that there is no claim either legal or equitable to defect the validity of said waivers. That the following are the names and addresses of all parties who have furnished material or labor, or both, for said work and all parties having contracts or subcontracts for specific portions of said work or for material entering into the construction thereof and the amount due or to become due to each, and that the items mentioned include all labor and material required to complete said work according to plans and specifications: CONTRACT PRICE AMOUNT THE BALANCE NAMES AND ADDRESSES WHAT FOR INCLUDING EXTRAS- PAID PAYMENT DUE TOTAL LABOR AND MATERIAL INCLUDING EXTRAS* TO COMPLETE That there are no other contracts for said work outstanding, and that there is nothing due or to become due to any person for material, labor or other work of any kind done or to be done upon or in connection with said work other than above stated. DATE SIGNATURE SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF NOTARY 20 *EXTRAS INCLUDE BUT ARE NOT LIMITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO THE CONTRACT, 2/18/04 VILLAGE OF OAK BROOK FINAL WAIVER OF LIEN STATE OF ILLINOIS ) Sub Contractors and Material Suppliers ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: WHEREAS the undersigned has been retained by to furnish for the project known as of which the Village of Oak Brook is the owner. TETE undersigned, for and in consideration of (S ) Dollars, and other good and valuable consideration, the receipt whereof is hereby acknowledged, do(es) hereby waive and release any and all lien or claim of, or right to, lien, under the statutes of the State of Illinois, relating to mechanics' liens, with respect to and on said above-described premises, and the improvements thereon, and on the material, fixtures, apparatus or machinery furnished, and on the moneys, funds, or other considerations due or to become due from the owner, on account of all labor, services, material, fixtures, apparatus or machinery,heretofore furnished, or which may be furnished at any time hereafter, by the undersigned for the above-described premises, INCLUDING EXTRAS*. DATE COMPANY NAME ADDRESS SIGNATURE AND TITLE CONTRACTOR'S AFFIDAVIT STATE OF ILLINOIS ) ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: THE UNDERSIGNED, (NAME) AND SAYS THAT HE/SHE IS (POSITION) NAME) FURNISHING (PROJECT NAME) BEING DULY SWORN, DEPOSES OF (COMPANY WHO IS THE CONTRACTOR WORK ON THE That the total amount of the contract including extras* is S on which he/she has received payment of S prior to this payment. That all waivers are true, correct, and genuine and delivered unconditionally and that there is no claim either legal or equitable to defect the validity of said waivers. That the following are the names and addresses of all parties who have furnished material or labor, or both, for said work and all parties having contracts or subcontracts for specific portions of said work or for material entering into the construction thereof and the amount due or to become due to each, and that the items mentioned include all labor and material required to complete said work according to plans and specifications: CONTRACT PRICE AMOUNT THIS BALANCE NAMES AND ADDRESSES WHAT FOR INCLUDING EXTRAS- PAID PAYMENT DUE TOTAL LABOR AND MATERIAL INCLUDING EXTRAS* TO COMPLETE That there are no other contracts for said work outstanding, and that there is nothing due or to become due to any person for material, labor or other work of any kind done or to be done upon or in connection with said work other than above stated. DATE SIGNATURE SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF 20 NOTARY PUBLIC *EXTRAS INCLUDE BUT ARE NOT LIMITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO TETE CONTRACT. 2/18/04 VII.LAGE OF OAKBROOK PARTIAL WAIVER OF LIEN TO DATE STATE OF ILLINOIS ) Sub Contractors and Material Suppliers ) SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: WHEREAS the undersigned has been retained by to furnish for the project known as of which the Village of Oak Brook is the owner. THE undersigned, for and in consideration of ($ ) Dollars, and other good and valuable consideration, the receipt whereof is hereby acknowledged, do(es) hereby waive and release any and all lien or claim of, or right to, lien, under the statutes of the State of Illinois, relating to mechanics' liens, with respect to and on said above-described premises, and the improvements thereon, and on the material, fixtures, apparatus or machinery furnished, and on the moneys, funds, or. other considerations due or to become due from the owner, on account of all labor, services, material, fixtures, apparatus or machinery, furnished to this date by the undersigned for the above-described premises, INCLUDING EXTRAS*, DATE COMPANY NAME ADDRESS SIGNATURE AND TITLE CONTRACTOR'S AFFIDAM STATE OF ILLINOIS ) )SS COUNTY OF DU PAGE ) TO WHOM IT MAY CONCERN: THE UNDERSIGNED, (NAME) AND SAYS THAT HE/SHE IS (POSITION) NAME) FURNISHING BEING DULY SWORN, DEPOSES OF (COMPANY WHO IS THE CONTRACTOR WORK ON THE (PROJECT NAME) That the total amount of the contract including extras* is $ on which he/she has received payment of S prior to tills payment. Thal all waivers are true, correct, and genuine and delivered unconditionally and that there is no claim either legal or equitable to defect the validity of said waivers. That the following are the names and addresses of all parties who have furnished material or labor, or both, for said work and all parties having contracts or subcontracts for specific portions of said work or for material entering into the construction thereof and the. amount due or to become due to each, and that the items mentioned include all labor and material required to complete said work according to plans and specifications: CONTRACT PRICE AMOUNT THIS BALANCE NAMES AND ADDRESSES WHAT FOR INCLUDING EXTRAS* PAID PAYMENT DUE TOTAL LABOR AND MATERIAL INCLUDING EXTRAS* TO COMPLETE That there are no other contracts for said work outstanding, and that there is nothing due or to become due to any person for material, labor or other work of any kind done or to be done upon or in connection with said work other than above stated, DATE SIGNATURE SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF '20 NOTARY PUBLIC *EXTRAS INCLUDE BUT ARE NOT LIMITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO THE CONTRACT. 2/18/04 Section D Specifications 2012 Crack Sealing Project The following Specifications and other provisions together with Special Provisions, and all provisions contained in this Bid Package, shall govern the construction of the proposed improvement and are a part of the Contract. X "Standard Specifications for Road and Bridge Construction", adopted January 1st, 2007, published by the Illinois Department of Transportation (IDOT) along with the latest revision of related "Errata". B. "Supplemental Specifications and Recurring Special Provisions", adopted January 15t, 2012, published by IDOT. C. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by IDOT. D. "Interim Special Provisions", adopted subsequent to issuance of Supplemental Specifications and Mimeographed Special Provisions Booklet. E. "Manual on Uniform Traffic Control Devices for Streets and Highways", adopted by [DOT. F. "Standard Specifications for Traffic Control Items" latest edition. G. Highway "Standards Manual" published by the Illinois Department of Transportation ([DOT), latest revision. Before submitting the proposal, bidders should read all the above mentioned documents along with the Special Provisions and familiarize themselves with all requirements of same. Before submitting proposals, bidders should visit the site of the proposed work, verify all site conditions and also conditions under which said work must be conducted. Submission of a Proposal implies that the bidder is fully conversant with all requirements of Standard Specifications, Special Provisions, Standard Drawings, and site conditions. No claim for additional compensation will be considered or paid because of the Contractor's negligence or failure to be so informed. Page 1 2012 Crack Sealing Project Special Provisions For Construction The following Special Provisions supplement the previously stated specifications which apply to and govern the construction of the improvement. In case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. _ v.1t32 d3 _�,�Procec7ures tai bs anA�cordancew►t1a.32a���s.... ..u.. _ v . ��__ �: Prequalification with the Illinois Department of Transportation is required. Prequalification must be for "Clean & Seal Cracks & Joints" for which the Code Number is 006. The bid guarantees of all except the 2 lowest responsible bidders shall be returned after the President and the Board of Trustees of the Village of Oak Brook award the contract. The bid guarantees of the 2 lowest responsible bidders shall be returned after a contract, contract bond, acceptable certificate of insurance, and an acceptable progress schedule have been received from the successful bidder and approved by the Village of Oak Brook. The bid guarantee of all bidders shall be returned in the event that the President and Board of Trustees of the Village of Oak Brook reject all bids. All bids must be accompanied by a bid bond, certified check or bank draft payable to the "Village of Oak Brook" or cash in an amount equal to ten percent (10%) of the total amount of the bid. TOS In addition to the requirement of Article 105.01 of the Standard Specifications the Engineer shall not assume any of the responsibilities of the Contractor's superintendent or of Subcontractors; shall not expedite the work for the Contractor; and shall not advise on, or issue directions concerning aspects of construction means, methods, techniques, sequences or procedures, or safety precautions in connection with the work. Page 2 In addition to the requirements of Article 105.05 of the Standard Specifications, the Contractor will be required to fully acquaint himself, his staff, his sub -contractors and any and all representatives of his organization and his suppliers with the specific requirements of this project as described by the plans, the various specifications as referenced herein, the special provisions and the standard drawings prior to the execution of any work. Any questions or the need for further clarification or supplemental data required by the Contractor shall be addressed to the Engineer before the work is started, preferable at the pre -construction conference. Depending on the nature of such questions or clarification required, it shall be at the discretion of the Contractor or the Engineer to establish such issues in writing. Claims of ignorance regarding the requirements of the plans, specifications, special provisions and standard drawings will be disallowed and will in no way relieve the Contractor of his responsibility to construct the work in accordance with the provisions cited herein. All work which does not conform to the requirements of the contract will be considered unacceptable and subject to the provisions of Article 105.13 of the Standard Specifications. The provisions of Article 105.10 of the Standard Specifications shall not apply as there is no Resident Engineer for this project. In addition to the provisions of Article 105.11, the Engineer shall not assume or be required to assume any of the responsibilities of the contractor's superintendent or the subcontractor's superintendent; the Engineer shall not have control or be in charge of and shall not be responsible for the means, methods, techniques, sequences or procedures of construction, or shall not expedite the work for the contractor; and shall not advise on or issue directions concerning aspects of construction means, methods, techniques, sequence of procedures or the safety, safety precautions or programs of the construction contractor, other contractors or subcontractors performing any of the work/service or be responsible for the failure of the contractor or subcontractor to carry out their respective responsibilities in accordance with the project documents or any other agreement concerning the project. Any provision which purports to amend this provision shall be without effect unless it contains a reference that the Page 3 content of this section 105.11 is expressly amended for the purposes described in such amendment and is signed by the Engineer. The provisions of Article 105.13 of the Standard Specifications have been modified as follows: The entire work shall be treated as a whole and complete project with final acceptance of the entire work only given by the President and Board of Trustees of the Village of Oak Brook, not the Engineer, after all work is completed and approved; therefore, individual sections will not be accepted piecemeal. In addition the requirements of Article 107.02 of the Standard Specifications, 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 the Village will not approve and execute the Contract until acceptable insurance certificates are received and approved the Village Attorney. During all construction operations, the Contractor will be required to provide, erect and maintain proper signage and barricades plus provide flagmen as necessary for safe traffic control. I.D.O.T. Standards 701501-05, 701601-06, 701606-06, 701701-06, 701801-04 and 701901-01 are applicable and is included by reference. To insure that safe and efficient traffic control and protection is provided at all times, the Contractor shall provide to the Owner and the Engineer the telephone number of his employee or agent who is responsible for traffic control and protection and shall confirm that this representative will be available at any time, day or night, to correct, add to or modify traffic control devices or provisions to assure safe and efficient traffic operations. This work will not be paid for separately but shall be considered as incidental to the Contract and no extra compensation will be allowed. In addition to Article 107.15 of the Standard Specifications, the contractor shall provide for the immediate removal of any mud and Page 4 debris that is deposited onto the streets and sidewalks which was caused by the construction. The contractor shall furnish, when directed by the Village and as often as directed by the Village, all equipment, water and labor necessary to clean the pavement of all dust, dirt and debris caused by the contractor's work activities. Dust shall be further controlled by the uniform application of sprinkled water and shall be applied when necessary and/or when directed by the Engineer. The cost of this work shall be included in the unit prices bid and no additional compensation will be allowed. In addition to the requirements of Article 107.18 of the Standard Specifications construction water must be applied from a tank truck and not from hydrants. Arrangements for filling a tank truck shall be made with the Oak Brook Public Works Department, 3003 Jorie Blvd., Oak Brook, Illinois. Replaced by Paragraph 10 of Section C of this Bid Package Replaced by Paragraph 11 of Section C of this Bid Package In addition to the requirements of Article 107.35 of the Standard Specifications, the following restrictions shall apply: Additionally, except as provided in subsections (b), (c) and (d) of this section below, no person or entity may use "heavy equipment" in residential areas except between seven o'clock (7:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between eight o'clock (8:00) A.M. and five o'clock P.M. on Saturdays and Sundays; and in commercial areas except between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. on Saturdays and Sundays; provided, however, that such equipment shall not be used at any time on Federal holidays. For purposes of this section, "heavy equipment" shall mean bulldozers, jackhammers, pile drivers, power hammers, chain saws, graders, riveters, earth movers, tree and stump grinders, trenchers, cement mixers, tractors, power hoists or derricks, demolition balls, power shovels, trucks, and power equipment on wheels or Page 5 traction chains, or other similar equipment, but shall not include garbage trucks which are governed by separate agreement within the Village. (a) Other Tools: Tools other than heavy equipment may be used at any time within a fully enclosed structure; any use of such tools outside a fully enclosed structure shall be prohibited between the hours of eight o'clock (8:00) P.M. and eight o'clock (8:00) A.M. except as provided in subsections (b), (c) and (d) of this section below. (b) Emergencies: The limitations stated in this Article 107.35 shall not apply in any situation which requires heavy equipment or other tools in emergencies to assist or avoid a problem related to health or to safety of persons or property or to sewer, water, power, utility or telephone interruptions. (c) Work by Public Agencies: The limitations stated in this Article 107.35 waived by the Board of Trustees by resolution for work undertaken by any public body or agency for the benefit of the public. The Board of Trustees may attach to any such waiver all conditions it deems necessary to protect the public health, safety or welfare. (d) Waiver: The limitations stated in the Article 107.35 may be waived by the Village Manager in areas of the Village zoned for non-residential uses pursuant to the Village of Oak Brook Zoning Ordinance provided, however, that no such waiver shall be granted unless the Village Manager finds that: (1) The party seeking the waiver will suffer a unique or unusual hardship unless the waiver is granted; and (2) The granting of a waiver will not cause a substantial or undue adverse impact upon adjacent property or upon the public health, safety and welfare. The Village Manager may attach to such a waiver all conditions he deems necessary to protect the public health, safety or welfare. (e) Building Permits: Work undertaken pursuant to any permit issued by the Village shall be subject to the provisions of this Section. Page 6 0$ 01 Subleititag In addition to the requirements of Article 108.01 of the Standard Specifications within fifteen (15) days after the Notice of Award of contract, the Contractor shall submit to the Engineer a list of all the sub -contractors that are to be performing or constructing any type of work in this Contract. The list shall include the sub -contractor's name and address, and the type and amount of work to be performed by the sub -contractor. 9©8fl2,r ,P�ogressScheil�3e _ The provisions of Article 108.02 of the Standard Specification should be modified to read as follows: "The contractor shall submit a Progress Schedule to the Engineer not more than 15 working days after the Notice of Award of the Contract. This schedule will show the order in which the Contractor proposes to carry on the work, the dates on which he will start controlling items, and the contemplated dates for completing controlling items. The Contractor's submission may be a critical path flow chart, bar graph or other appropriate device of the Contractor's choice, and shall clearly indicate the various types of work to be in progress at any point through the term of the Contract. The Progress Schedule shall show that each of the stages of the Contract will be substantially completed within the time provided in the Contract Documents. The Contractor will be required to include a statement regarding the number of days per week and the number of hours per day which he plans to work." Additionally it is understood and agreed that the Village will not approve and execute the Contract nor will the Proposal Guarantee be returned until an acceptable, in the Engineer's opinion, Progress Schedule is received and approved. In addition to the requirements of Article 108.04 of the Standard Specifications, the following restrictions shall apply: No work shall be performed which requires the temporary stoppage of traffic on a road for any reason between the hours of 7:00 a.m, to 9:00 a.m. and 4:00 o.m. to 6:00 p.m. Monday through Friday. Additionally, no work shall be performed before sunrise, after sunset, nor on Saturdays or Sundays unless the Engineer's written permission is obtained. [ %spensls>rafNvrk In addition to the provisions of Article 108.07 of the Standard Specifications, the Village shall have the authority to suspend the work due to the Contractor's failure to remove person's who, in the opinion of the Engineer, do not perform the work in a proper manner or are intemperate or disorderly; Page 7 or due to the Contractor's failure to furnish suitable and sufficient personnel or the proper prosecution of the work. fl9 07 W Partial Pa rr Senfs end Reta iiAM The provision of Article 109.07 of the Standard Specifications shall be modified so that at least once a month, the Contractor will be responsible for formulating and submitting an approximate estimate and invoice, in writing, to the Engineer of materials in place complete, the amount of WORK performed, and the value thereof, at the CONTRACT unit price. This invoice will be reviewed by the Engineer and revised, if necessary. The Engineer will then forward the partial payment invoice or revised partial payment invoice to the President and Board of Trustees of the Village of Oak Brook for approval of a partial payment. Retainage shall be determined in accordance with the Provisions of Article 109.07 of the (DOT's "Standard Specifications for Road and Bridge Construction", latest edition. Partial payments will not be made until satisfactory waivers of lien are received by the Village of Oak Brook and approved by the Village Attorney. The attached waiver forms at the end of Section C must be used. The following procedure shall be used: 1. 15t Payment — Waiver from the General Contractor is required. Waivers from subcontractors and materialmen are not required. 2 2nd Payment — Waiver from the General Contractor is required. Waivers from subcontractors and materialmen are required in the amounts listed within the General Contractor's "Contractor's Affidavit" from Payment No. 1. 3. 3rd & Subsequent Payments — Same as #2 with amounts as listed within the previous "Contractor's Affidavit" table. 4. Final Payment — All final waivers must be complete. The General must be for the total final amount. The subcontractors and materialmen must be for their total final amounts. A waiver package submitted for payment concerning Village of Oak Brook projects shall utilize waiver forms supplied by the Village and shall meet the following requirements: A. General Contractor 1. Upper part of the Waiver Form must: a) Describe the work or material furnished b) State the name of the project c) Recite the full consideration for amount received ($1.00 waivers are not acceptable) d) Be properly executed by the person furnishing the waiver and be currently dated 2. Lower part of the Waiver Form (Contractor's Affidavit) must: a) State the name of the person executing it b) State the person's position in the company c) State the company's name d) Describe the work or material furnished e) State the name of the project f) State the total amount of the project including extras g) State the amount received to date h) List in the table the names of all subcontractors and/or material suppliers, their work or material furnished, their contract amount, amount previously paid to them, the amount being paid to them with this payout, and any balance due after this payout. The General would also list itself. i) Be properly executed by the person furnishing the Affidavit and be currently dated j) Be notarized and sealed B. Subcontractors and/or Material Suppliers A Waiver and Affidavit must be submitted for every subcontractor and material supplier listed on the General Contractor's Affidavit starting with Payout No. 2. 1. Upper part of the Waiver Form must: a) Identify the company with whom the contract was made to furnish work or material b) Describe the work or material furnished c) State the name of the project d) Recite the full consideration for amount received from the previous payout to the General Contractor ($1.00 waivers are not acceptable) e) Be properly executed by the person furnishing the waiver and be currently dated 2. Lower part of the Waiver Form (Contractor's Affidavit) must: a) State the name of the person executing it b) State the person's position in the company c) State the company's name Page 9 d) Describe the work or material furnished e) State the name of the project f) State the total amount of the project including extras g) State the amount received to date h) List in the table the names of all subcontractors and/or material suppliers, their work or material furnished, their contract amount, amount previously paid to them, the amount being paid to them with this payout, and any balance due after this payout. The sub would also list itself. i) Be properly executed by the person furnishing the Affidavit and be currently dated j) Be notarized and sealed A subcontractor may have sub -subcontractors or material suppliers listed in its Affidavit. Each listed entity must supply the necessary waivers. NOTE FOR BOTH GENERAL CONTRACTOR AND SUBCONTRACTORS: If all materials are taken from fully paid stock, the table in the Affidavit should recite: "All materials taken from fully paid stock and delivered to the jobsite in our own trucks." In provisions of Article 109.08 of the Standard Specifications shall be modified so that the Contractor will be responsible for formulating and submitting to the Engineer the final estimate and invoice, in writing. This invoice will be reviewed by the Engineer and revised, if necessary, to show "As -built' quantities and dimensions. The Engineer will then forward the final invoice or revised final invoice to the President and the Board of Trustees of the Village of Oak Brook for approval and acceptance of work. Payment will not be made until satisfactory waivers of lien are received by the Village of Oak Brook and approved by the Village Attorney. The attached waiver forms at the end of Section C must be used. The waiver procedures stated in the partial payment section will be utilized. Traffic Control and Protection shall be provided as called for in the plans, these Special Provisions, applicable Highway Standards, applicable sections of the Standard Specifications, or as directed by the Engineer. The provisions of Sections 701, 702, and 703 of the Standard Specifications shall be modified to include the following. Page 10 Two-way movement on all streets and access to all abutting properties shall be maintained at all times. All of the contractor's workers must wear fluorescent orange or fluorescent orange and strong yellow/green vests at all times on the project. Time of day work restrictions as explained elsewhere in these specifications will be strictly adhered to. Traffic control devices include, but not limited to: signs and their supports, pavement marking, type I or type II barricades with sand bags and steady burning lights, channelizing devices, warning lights, arrow boards, flaggers or any other device used for the purpose of regulating, warning or guiding traffic through the construction zone. The contractor shall be responsible for the proper location, installation and arrangement of all traffic control device. The contractor shall insure that all traffic control devices installed by him are operational twenty-four (24) hours a day; including Sundays and holidays. The provisions of Article 701.08 of the Standard Specifications shall be modified to read that all traffic protection and control indicated in said Sections 701, 702, and 703 and as modified in the foregoing, including delays to the contractor caused by complying with these requirements and including all costs necessary to maintain vehicular traffic on the roadway during construction with access to all adjacent properties will not be paid for as separate items, but the costs shall be considered as included in the contract unit prices for the construction items involved, and no additional compensation will be allowed. Page 11 2012 CRACK SEALING PROJECT ADDITIONAL SPECIAL PROVISIONS The following Special Provisions which are not included in IDOT's "Standard Specifications for Road and Bridge Construction", shall be considered and included as a part of the contract documents for this construction. In case of conflict with any part or parts of said Specifications, the said Specifications shall take precedence and shall govern. 1.Scope: It is the intent of the Village to do as much crack sealing as possible, based on budgeted funds. The estimated quantity within the Schedule of Prices is a rough estimate for the following streets: Ginger Creek Subdivision streets, Timber Trails Subdivision street, Woodside Estates Subdivision streets, Acorn Hill Lane, Avenue Loire, Birchwood Road, Cambridge Drive, Canterberry Lane, Carlisle Drive, Clearwater Drive, Devonshire Drive, Enterprise Drive, Hampton Drive, Heather Lane, Hunt Club Drive, Hunt Club Lane, Luthin Road, Madison Street, Merry Lane, Natoma Court, Natoma Drive, Robin Hood Ranch, Spring Road (north of 16th Street and south of 31St Street), St. Stevens Green, Timber Edge Drive, Trinity Lane, Washington Street, Wennes Court, and Wood Road. Some of these streets have been sealed with the application of fiber asphalt or rubberized sealant in the past. This work will seal new cracks that have developed and re -touch areas where sealant has failed or come off completely. The Contractor shall remove all loose failed crack sealing material which had been placed as part of a previous crack sealing project. Rubberized sealant shall be installed first, after routing (when specified) and cleaning, in all primary asphalt cracking and in all curb and gutter joints along the edge of pavement and in PCC pavement cracks/joints. Then fiber asphalt shall be placed in all secondary cracks as directed by the Engineer. No extra payment will be made for this work other than the amount of FIBER ASPHALT, ROUTING & RUBBERIZED SEALANT, RUBBERIZED SEALANT or ROUTING & RUBBERIZED SEALANT (PCC PVMT) which is laid down. All cracks and joints that are routed shall be filled with sealant the same day; under no circumstances will routing prior to the day of sealing be permitted. The Contractor is strongly cautioned on excessive use of material in either thickness or location. The Contractor will keep a daily running total of the amount of crack sealing accomplished and will supply that information to the Engineer. Under no Page 12 circumstances will the Contractor do more work than the budget amount allows If the budget amount of work is reached the Contractor will stop all work The sealing of pavement cracks and joints with fiber asphalt shall consist of furnishing all labor, materials and equipment necessary to clean and seal all cracks less than 1/8" inch wide or as directed by the Engineer on the existing bituminous pavement with asphalt cement reinforced with polypropylene fibers and all else necessary and incidental thereto. See attached "Special Provision for Crack Filling Bituminous Pavement with Fiber -Asphalt". Additionally, some of the streets as listed herein, will require work consisting of routing (when specified), cleaning and sealing curb line edge joints with hot poured rubberized sealant. Please note that the detail after these Special Provisions shows that the routed reservoir shall be %" deep from the edge of gutter and not the edge of pavement which may frequently require routing deeper than ''/z° from the edge of pavement. All bidders must also be able to route along the edge of a 10" gutter that is part of a B-6.1 0 IDOT type curb and putter. 2. Pre -Construction Meeting: Upon award of the contract to the lowest responsible bidder, the Village will schedule a pre -construction meeting with the contractor. In attendance must be the contractor's representative on the job, i.e., construction superintendent or foreman. 3. Material Safety Data Sheets: The Contractor must submit "Material Safety Data Sheets" for the materials which will be used on said project. These Sheets must be submitted with his bid. 4. Dusting: Immediately after the placement of the sealant, the Contractor shall dust the sealed cracks and joints with black fine sand, black mineral dust or similar materials. Heavy dusting and/or an additional dusting application may be necessary at intersections and driveways, as necessary, or as directed by the Engineer. All excess dustings and loose material from the blowing operation shall be swept from the roadway within 36 hours. All material, labor, etc. needed to perform this work shall be considered incidental to the contract. 5. Isolated wet curb and putter joint and vehicle blockage: If the pavement or the curb and gutter joint is wet at isolated locations due to lawn sprinkling or blocked by vehicles as the contractor is progressing along a street, the contractor will skip these spots and return at a later date after the Village has reinformed the residents to discontinue lawn sprinkling or remove blocking vehicles during the crack seal operation. If, after the second pass, wet or blocked locations are still found, they will be skipped. At this time, these areas will be considered completed in regards to this contract. No extra payment will be made for this second pass other than the amount of FIBER ASPHALT, ROUTING & RUBBERIZED SEALANT, RUBBERIZED SEALANT or ROUTING & RUBBERIZED SEALANT (PCC PVMT) which is laid down. Page 13 6. Failed crack seal material: The Contractor shall remove all loose failed crack sealing material which had been placed as part of a previous crack sealing project and then seal these pavement cracks. No extra payment will be made for this work other than the amount of FIBER ASPHALT, ROUTING & RUBBERIZED SEALANT, RUBBERIZED SEALANT or ROUTING & RUBBERIZED SEALANT (PCC PVMT) which is laid down. 7. Alligator Cracking: Some of the streets included in this contract may have isolated areas which have severe alligator cracking. The Engineer will direct the Contractor to either skip the area, or cover the section with fiber asphalt in a basketweave approach as directed by the Engineer. 8. Tracked crack seal material: The Contractor shall be responsible for the timely removal of any crack sealing material which has tracked onto driveways or has been pulled up by vehicles and has stuck to tires. All material, labor, etc., needed to perform this work shall be considered incidental to the contract. 9. Sequence of work: The Engineer shall have the right to change the order of sequence of the work. If at any time before the commencement or during the progress of the work, the materials or appliances used or to be used appear to the Engineer as insufficient or improper for securing the quality of the work required, or the required rate of progress, the Engineer may order the Contractor to increase his efficiency or to improve the character of his equipment, and the contractor shall conform to such orders at no additional cost. But the failure of the Engineer to demand any increase in such efficiency or improvements shall not release the contractor from his obligation to secure the quality of work and/or the rate of progress specified. The Contractor shall at all times keep the Engineer informed of the locations at which he proposes to work and he shall give the Engineer prior notice of twenty-four (24) hours before starting or stopping work. 10. Changes to Quantities: The Engineer reserves the right during construction to alter the quantities in the "Schedule of Prices". 11. Surplus Materials: All surplus material shall be disposed of by the Contractor at his expense at locations provided by him. This item will be considered as incidental to the contract and no additional compensation will be allowed. 12. Approval of Materials: No material of any kind shall be used until it has been approved by the Village Engineering Department. All material used shall meet the requirements of IDOT and as outlined in these specifications. The Contractor shall provide the Village of Oak Brook with letters of certification from each supplier that all materials used in the project comply with the Standard Page 14 Specifications and Special Provisions indicated. Final payment will not be made until all letters of certification have been received. 13. Street Sweeping: The Contractor shall be responsible for sweeping and cleaning streets to make sure the street surface is in an acceptable condition, as viewed by the Engineer, before crack filling and within 36 hours after crack filling. Mechanical sweeping, hand brooming or other methods as required to clean-up routing debris and excess sanding material will be considered incidental in cost to the contract. It is not acceptable to simply blow or sweep routing debris and/or excess sanding material off of streets so as to remain in gutters or parkways. 14. Joint Filling with Rubberized Sealant: This item of work shall consist of furnishing all labor, equipment and materials for sealing and waterproofing primary cracking and curb line or concrete shoulder edge joints using hot poured sealer. A. Materials: Hot - Poured sealer shall be an elastic type and shall comply with the requirements of ASTM D 3405. Sampling and testing will be in accordance with the provisions of Article 106.03 and 106.04 of the Standard Specifications. B. Construction Methods: Cracks and joints to be filled shall be mechanically routed (when specified) providing a square cut reservoir 'Y2" wide maximum and slightly over Yz" deep. The reservoir should be cut into the asphalt along the edge of the curb (not actually cutting the concrete but rather just abrading it). The routing machine must be of a type that can achieve this. The routing machine must have a rock deflector. Dust and debris shall be blown from the crack or joint with power brush/blower or with compressed air at a minimum pressure of 100 psi. If compressed air is used, the pneumatic tool lubricator must be bypassed and a filter installed on the discharge valve to keep water and oil out of the lines. Hot rubberized sealant shall be continuously, mechanically agitated during heating so that localized heating does not occur. Poured crack sealer shall not be placed when the air temperature in the shade is less than 40° F or greater than 80= F. The sealant shall be applied using the methods and equipment recommended by the sealant manufacturer. The sealant shall be placed in a clean, dry reservoir routed (when specified) on the joint. The reservoir shall be filled to just barely above capacity, as directed by Engineer, with hot -poured joint sealer - ASTM 3405 - wand applied for along gutters and shoulders — no over banding. Also, contractor shall do two passes when required by Engineer if filling a deep joint. The sealant shall be allowed to cure before opening to traffic. The sealant should be tack free in about ten (10) minutes. Where necessary, the sealant shall be dusted with a very fine grained, wet bottom boiler slag -synthetic aggregate, such as Black Beauty or approved equal. Page 15 Notwithstanding the above required construction methods, no street lane shall be reopened to traffic until all routed material has been blown onto the gutter or onto the paved shoulders or (if no gutter or paved shoulders) onto the outermost eighteen (18) inches of pavement. If the reservoirs are not being sealed just behind the routing of the cracks, then one worker shall closely follow with a leaf blower (or equivalent) the worker who is routing the cracks. After the cracks have been blown with compressed air and sealed, then one worker shall soon after blow (with a leaf blower or equivalent) the remaining routed material (including from driveways) onto the gutter or onto the paved shoulders or (if no gutter or paved shoulders) onto the outermost eighteen (18) inches of pavement. The Contractor shall be responsible for redirecting or stopping any compressed air blowing operations when vehicles are nearby (whether parked or driving by). Any vehicle damage (paint, windows, etc.) related to noncompliance with the above four paragraphs shall be the Contractor's responsibility. The Contractor shall also use all available equipment and procedures to minimize routed material being blown into any grassy parkways. The Contractor shall use all possible measures to minimize dripping of the wand between cracks. C. Method of Measurement and Basis of Payment: Routing (when specified) and rubberized joint sealer will be measured along the edge of curb line or concrete shoulder and paid for at the contract unit price per pound as measured in place for ROUTING & RUBBERIZED SEALANT, RUBBERIZED SEALANT or ROUTING & RUBBERIZED SEALANT (PCC PVMT) which price shall include thorough cleaning and furnishing all labor, equipment and materials necessary, to complete the work. Fine aggregate will not be paid for separately. All material, labor etc., needed to perform this work shall be considered incidental to the contract. Page 16 EN Q - o Oe Oi O z� � Q Q l K J_D,omo J� Q i W o m e m m o z Q a II co o_o "co 47N y °cLU C • I r+Emr� ¢i e e C E �• E I ® o maEiC l3 Lj L m n _ P _ O C L a P O mELU L ®06 a Eum_o 3 6 mOC LO L ZN °u a iP p a° aa= +m aE LO O yEyoi 6aL Nm • Iw 091 o r r o` Or ] E e O l C 0 L L Lt U C C ® E E � L am Po 0 N � E N m op o 3 9 I' e 3 _ E E �. Y vauPio e 3�Eoo L+m _ + um ars o ICCo E 6 � oL a ° m o 5 o a 1- LimC3o Z 9OTL EL- Q L p o P p + m Z Z Q G OL W vomom E z mE nE a$' 2F—Z Q U Y m+m V mm tm -Y a] r E u 5 u v o Q o 3 m u � I _ E waEv+ m]oE yplmW O LE UG O n m"3Lc T L OC o ' 9 U p L -0s N U= m U d m H a m �C `°F OEFO 9l 5 "ENm v° m mEll Lu[ O� I° I o L II a n PP_� 4> ° C L E J � o re 4 � 8 m L $ µ V1 9 OL C I C l OCC° 3 V U L 3 E hoa II C E E E - OH_Ob C 2 d 5 g e e o 3 Lm E Lu r L V 0= 3Ujlll 3I�m 3_ U W W n J 9 L t ]r C C Z W Z m ❑ E °L JO Z W Z 9'+v C 0'L Eo s s ° o mE EL $�� Q J om mG O of°o`°° cm E� N lL °Yi oC ° + GN Gu 9 ] Eq r93oo] u v0 c° 3 in a] O L I nn— I p oajoE O uNm ,9 3 LLD °`c a "m u°` m °' ` "L Iia n o� m mCCmm _ o ' '°~EC a I a m rv°E�u mo om Oa=== E O 0 ] n mEv�im m llll eF B 8 ® B ® 8 Oi3 m rn n � C C N H H E J � O v - I - _ o \Ll�lf e I 3 I I a E E E o - c° 3uE CO � lC m 9N 3LLU S 3 0 •- a k Y@ -ry 3 po 131 _ E Z t .LO CC°lC u n W� (G 2ti O Vl °]aci ry E VFW C O m0_cm w i t OF O Z DLiNCO J J =j W Z n W �OtOiL L L ++ Omi ZQ O w tt+CO O X 6 ¢ J Z oOC \/ P bb uOsm Ym ] Li6" Lm eC Em N O P 3Em vL 3. NE Vm �O3foU v va a <] _ t � ® H e -jC �t N® O m aEo+ 14. Q ® 3 o Q e \�6 P O m out+ Nl. Z 7Q O� TT WCL P voc SW � ZW 3 UlO �O3 �Ea rtI m0^ U oiu a co 3+U0 m Ca L � U F ° L h C P P non°o c �� ry v E c N ? ® Z N i Pn +c uY'30m r E� i M L%° o« Z Z+.. O 0a ` ✓� u J O 3 a° -+ + _ O�ccmm 'Q m L —mU n + l o C 'N<=o�u NO lC 3 u in a m u Z LL ® V PNVPip e OK 6 P Qry w a J u�i � .U-• a E H O tL' W Z In N T 0 0 E m G p[ tij uU 1� 3 J J ro c„ L)>LLJ n -� 9i � W 3m W C w a z - Em L° Sm 1006) 9C O mm (DOE) 1��1110-----0-....2{!1I1 o C « 21 ¢ °c N I I UW -m°2«>o �tL�¢ ti Ej 0 . eell J U W 1006) W Z 9£ U r UP 10091 F c ww oz � d w 1n w 21-2 0 U v ^n rv^ a aW c } rvJmou w A2 ; • m X •uiw.5 W J w IDOL -002) ZI-A W O 1006-0021 � W � 'x Z ¢ 9C A2 O [ � m IOOI-511 w C -F � 10061 d 9 U 'ulw 9E � 051 W J 2 � loon w b ¢ IOU -0021 w 0 ¢ U 1006-OSbI 10061 y Y ®5 5 � I Z o E i L I Z E zNN T zp N °n wo n°o v U u 0LLJ� W 2 pE 2E nao n °� ❑ C Z o co w - U j m� W xO D mo` � 1091 Z OZ Z IS41) ISZO ¢ _ 3 J W ulw .B J u O ao N- �_^ _ I N N ~ as O ¢ om °C � ¢ O IOOEI t1 � zcmc°m 1061 p O maga ,IE oa. Q > v 10011 ISZ➢ LL i° -"day b 5 ¢ E - a RtEl'-r 2 (- 30�9a1 W u�mE=o � U z LomOLp Ail " ❑ 3raanE I Iw w J °E°p� V • O - 2 omo c �i �o E o 9 EE pE u n UL l w ✓1 E� N wo __iNa O �Eo W „amm o z m 25 o op _n OD Ea s �°s _m O uEoo ¥ yuawanoG ;° a6p3 " u e e ph� = O p oC E r O p o z V) m p °03 1" O w O W L�oee J av a =< I x 7t; Peo } =rye ~ V I � M E W VV 6 oE�o a scpp °a`p � E� p p¢iupi En I I I a l °1}}pJj oa E o n- Tr I SII mu __ ___ poa°smhoo LL6 I vtAllOLc v01 < z xpw lw aLI.00I _ d ��m 'ulwP l'61 AC L II sn°�ncoa I II I e I II I I II 1 m9 1061 f4I) � 2 W Q O � V1 Z Z 0 WW 0 °om`cc 2 Iw Z'il I Iw 1'21 L o p G� N Ea¢ Q EL32a_p d J n n V } Y m ¢ W Q LEcna C W Eur 2K7 � w - un E- 00 «00 3 E o`s cm«w -ypo O m5tl p vlw 0E 6 W W _ PZ V1W � ^ a (0091 Iw A'1I ` g = E ulw ,9 ® 5 ` Page 1 of 2 SPECIAL PROVISION FOR CRACK FILLING BITUMINOUS PAVEMENT WITH FIBER -ASPHALT All references to Section or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specie"cations for Road and Bridge Construction, adopted by the Department of Transportation Filling Cracks (Flexible Pavement). This work consists of cleaning and filling transverse.and longitudinal joints and cracks in existing bituminous flexible pavement with fiber modified asphalt cement as shown in the plan details, as directed by the Engineer, and as described herein. Materials. Materials shall meet the requirement of the following Articles of Section 1000 — Materials: Item Article (a) Bituminous Materials (Note 1) ............................... 1009.01 - 1009.05 Note 1. Asphalt cement shall be PG 58-28, PG 58-22, or PG 64-22 Fibers should be short cut polypropylene fibers meeting the properties listed belew Length, Denier Crimps Tensile Strength, minimum, Specific Gravity (typical) - ' r,, and 65%'RH rypltrah ivioistur2 Regain L 21 i� °F) �•+r-- mm. 8 12 13- 16' None MPa (ps): 275 (40,000) 0.91 0.1 The fiber may be accepted on certification from the manufacturer that it meets the specified requirements. Eouipment. An oil jacketed double wall kettle equipped with an agitator (reversing rotary auger action) and separate themometers for the ail bath and mixing chamber will be required. The unit shall also be equipped with a reversible hydraulic 50 mm (2 inch) hot asphalt pump and a recirculating pump to circulate the oil bath. An air compressor capable of producing a minimum. 620 kPa (90 psi) at the and of the discharge hose will be required. Preoaration of Mixture_ The fiber modified asphalt cementor flloer-asphalt shall consist of a minimum of 8.0% by weight fiber in the fiber -asphalt mixture. Operating temperatures in the kettle shall be between 124 and 141 °C (255 and 2B5 °F). The temperature shall never exceed 143 °C (290.'F) as the fibers will melt into the asphalt cement. Page 2 of 2 Construction Methods. The fiber -asphalt tiller shall be applied only when the joints and cracks are dry and free of dirt, vegetation, debris and loose filler. The joints and cracks shall be blown. out with the 620 kPa (90 psi compressed air. The blowing out operations shall be kept close to the filling operations to prevent debris being carried back into the cracks before filling. Routing will not be required. A hot compressed air lance meeting the approval of the engineer may be used to clean the cracks'. absolod e maxirnvrn The nber-asphalt filler shall be applied using a-ressurized wand delivery'system with such devices as necessary to fill the cracks and form a �•a13 mm (0.125 inch) thick by 75 mm (3 inch) wide overseal band centered so that the center of the 75 mm (3 inch) wide band is within 25 mm (1 inch) of She crack- The fiber -asphalt filler shall be applied taking care to not use excessive material in either thickness or location. The engineer will determine the extent that fine cracks are filled. Care should be taken to not place filler on top of= manholes and drainage castings. Z7 _ c, (8oOF) The ambient tetnperature.during,filling shall be above 4 °C (40 °F) and below --� �- The filler must cure before being 'opened to traffic. The contractor may use fine sand, mineral filler or portland cement to dust the filler if necessary to more quickly open the road to traffic - Dusting will be considered incidental. 1_imes+one 6creenin95 are not accepialoe A technical representative from the fiber, manufacturer shall be available for initial filling work. Any suggestions or recommendations shall be submitted to the Engineer for approval. Method of Measurement Filling of cracks -will be measured for payment in in kilograms (pounds) of fiber -asphalt used_ Basis of Payment This work will be paid for at the contract unit price per kilogram (pound) of FIBER -ASPHALT. The unit price shall include the cleaning of the joints and cracks and the furnishing and placing of the filler. Tl� QI 4 m ® -, r L m a U L h W m k a L m. c o O ' m u 1 'd Q O �4 Q . m . U U u 4 -f _ a m p �� Lst L U U. c L, 0. m 41 0 U N fa U J 0 ` r [. IU m m ® -, r L m U W k a L m. O ' m 1 'd Q O �4 Q . m . U U u 4 -f _ a m p �� Lst L U U. c L, m 41 0 U N fa U J 0 ` r [. IU U aj n V .ID p i m m L C a L O 1 'd Q O �4 Q . j u a4 m m U U u 4 -f _ a p �� Lst L U .4 0 c L, 0 U N fa U J 0 ` r [. IU U aj n .ID p ai J [ ^' ro ok m > m�1�1 m� uM, ao. xk m4E y vQ c �. �4 7 b ° v C m e{ 1-f 721 0 el E �. 4 .ID. O N [. N Q LJ CP x m W ]; N U N (LIA y -I m. 1J m z. E L �4 b�,p m U = my O . -{J Ln v 0 3.-I [ U m' a m u m tii. . �Hpp'c >QQ kF L,LJ al' -i rl N- UJ wm U �4 U 0 O JJ ID p r-{ m a IQ II, k IVV M m m. Fl F'' [�. m Q li r ri N n E Section E Special Conditions 1. EXPERIENCE: The Contractor shall have five (5) years of experience which is comparable in type and scope to this project, and be approved as an installer by the manufacturer. 2. COMMENCEMENT OF WORK: Any contractor shall not commence work under his contract until he has obtained all insurance required, and such insurance has been approved by the Village and all other agencies impacted by the pending project. 3. EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER: The contractor shall provide the Engineer the name and telephone number of an individual in his direct employ who will be available twenty-four (24) hours a day, seven (7) days a week, to receive notification of any deficiencies regarding traffic control and protection and shall dispatch men, materials and equipment to correct any such deficiencies. The contractor shall respond to any call from the Village concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two (2) hours from the time of notification. 4. HOURS OF WORK: All work shall take place between the hours of 7:00 a.m. and 6:00 p.m. Monday through Friday unless otherwise approved in writing by the Village. 5. INSPECTION NOTIFICATION: The contractor shall give twenty-four (24) hour advance notice to the Village Engineering Department prior to starting work or any phase of the work. Other affected governmental and utility agencies must be notified in accordance with their notification procedures. If twenty-four (24) hour advance notice is not supplied to the Village for any or all construction activities, the contractor hereby agrees and allows the Village to stop any and all such unnotified construction activities until the proper 24 hour advance notice is given, all at no cost or penalty to the Village. The contractor shall notify, as necessary, all testing agencies in accordance with their notification procedures. The contractor hereby agrees that failure of the contractor to allow proper notification time which results in the testing agency to be not available to visit the site and perform testing as necessary will cause the contractor to suspend operations (pertaining to testing) until the testing agency can schedule its testing operations. All costs of suspension of work are to be borne by the contractor. Page 17 6. RECORD DRAWINGS: Contractor shall keep one copy of the approved specifications, drawings, addenda, modifications and shop drawings at the site in good order and annotated to show all changes made during the construction process. These plans shall be available to the Village upon completion of the project. 7. CERTIFICATE OF COMPLIANCE: When requested, the contractor shall furnish the Village with Certificates of Compliance with the specifications for all materials used in the construction of this improvement. In the case of pipe, the certificate shall include test results and sketches showing compliance with the applicable ASTM Specifications. 8. RESIDENTS SAFETY: The contractor shall always provide one laborer whose only responsibility is to protect all residents safety, including bicyclists and pedestrians, from all rubberized sealant until such has safely cooled. This may often require a crew of six persons per typical rubberized sealant procedures. Page 18 Section F Statement of Bidder'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 Bidder may submit any jadditional information he or she desires. 1. Name of Bidder: 2mL 2. Permanent main office address: 3. When organized: UC�i'_C �� t 4. If a corporation, where incorporated: 15 5. How many years have you been engaged in the contracting business under your present firm or trade name: > 6. Contracts on hand: (Schedule these, showing amounI# of each c ntract and the approprKate anticipated dates of completion) SP e 4rclne� ��Vt� 7. IM by your company: J �C` 8. Have you ever d aulted on a contract: �U G 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone # for each. 10. IM 12. work Background and ex including the officers. 13. Credit available: 14. Bank reference: ilar in this organization, Page 19 gad-�-�q-lgea Illinois Department Affidavit of Availability of Transportation For the Letting of Bureau of Construction (Letting date) 2300 South Dirksen Parkway/Room 322 Instructions: Complete this torn by either typing or using black ink. Springfield, Illinois 62784 "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected, In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineers or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. Number ated Completion Date Contract Price Dollar Value if Firm is the 1 2 13 14 1Awards 0.00 Portland Cement Concrete Paving 180696 10001130ORS 1100DOODOGM DAD HMA Plant Mix United Airlines Peter Baker Vil. Of Seneca Vil. Of S. Elgin 11/12 6112 6112 6/12 1 1 Total Value of All Work Accumulated 7 Part H. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is connected, show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving DAD HMA Plant Mix 0.00 HMA Paving 0.00 Clean & Seal CracksfJoints 7,400.00 15,800.00 10,000.00 33,200,00 Aggregate Bases & Surfaces 0.00 Highway,R.R. and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling, Planning & Rotomilling 0.00 Demolition 0.00 Pavement Markings (Paint) 85,000.00 85,000.00 Other Construction (List) 0.00 Pavement Markings Removal 15,000.00 15,000.00 0.00 Totals 100,000.00 7,400.00 15,800.011 10,000.00 0.00 133,200.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply will result in non -issuance of an "Authorization To Bid." This form has been approved by the State Fortes Management Center. Printed 3/612012 Page 1 of 10 BC 57 (Rev. 08/17/10 Illinois Department of Transportation Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Part I. Work Under Contract Affidavit of Availability For the Letting of (Letting date) Instructions: Complete this forth by eflhertyping or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed In detail. Use additional tons as needed to list all work. List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In ajoint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. act Number act With sated Completion Date Contract Price mpleted Dollar Value if Firm is the Contractor 1 2 1100000DOGM 0.00 Carol Stream Rossi Cont. 6112 9112 134,450.00 117,700. 34,000.00 0.00 HMA Paving 117,700. 4 I Awards Pending Value of All Work Part It. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Accumulated 125,10D.00 Accumulated Totals Earthwork 0.00 Portland Cement Concrete Paving 0.110 HMA Plant Mix 0.00 HMA Paving 0.00 Clean & Seal Cracks/Joints 34,000.00 67,200.00 Aggregate Bases & Surfaces 0.00 Highway,R.R. and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.0D Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.06 Cold Milling, Planning & Rotomilling O.0D Demolition 0.00 Pavement Markings (Paint) 95,000.00 180,000.00 Other Construction (List) 0.00 Pavement Markings Removal 22,700.00 37,700.01) 0.00 Totals 34,000.00 117,700.110 0.00 0.06 284,900.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply will result in non -issuance of an "Authorization To Bid." This form has been approved by the Slate Forms Management Center. Printed 3/6/2012 Page 2 of 10 BC 57 (Rev. 08/17/10 Part 111. Work Subcontracted to Others For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor ' Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted O.DD O.DO 0.00 O.OD 0.00 I, being duly swom, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates 20—Z, -Z. (Not "OFFICIAL SEAL" TINA M. MISTRETTA Notary Public, State of Illinois My Commission Expires 10.292015 Type or Print Name Jeffrey K. Bergquist President Signed Company S Or1S rUC IO , Address P.O.Box 503 West Dundee, IL 60118 Printed 3/6/2012 Page 6 of 10 BC 57 (Rev. 06/17/10 Schedule of Contractor's Equipment (Include new, used and fully depreciated equipment) See Appendix A of the rules for prequalification for equipment required. No oI Ite Description of Equipment List Make, Model, Year and Size or Capacity Show: Serial Numbers on Major Production Items Purchase De reciation p Book Value Appraised Value Encumbrance CRACKFILL & SEALCOAT EQUIPMENT29000 1998 Chevrolet C3500 Dump Truck 38111 38111 7 1 GBKC34F4WF060566 Bergkamp ECS -4o0 2000E -Z Pour 400 Diesel Meller 34861 34861 Crackfill Boiler 1 Crackseal Machine 93-0067 2900021976 2001 Mack MS200P Crackfilling Truck with Frehauf Trailer 60045 600#8887 Crackfill Boiler VG6M116A21 B204112 10 1999 Mack MS200P 40479 3 3EA Crack Routers Crackfilling Truck 175114Atlas VG6M116A6XB202775 Air Compressor 660503 11 7500 20230 20230 5 1985 Mack MR 6865 Cracksealing Truck 87155 67155 7999 International 27975 27975 12 SN 1M25130C1FMOD1902 1HTSCAAMXXH677286 mounreo with 1994 Ber9camp 6 Crackseal Machine -SN 940159 1998 Chevrolet C3500 Dump Truck 38111 38111 7 1 GBKC34F4WF060566 8 2000E -Z Pour 400 Diesel Meller 34861 34861 Crackfill Boiler C9EM1222Y141819 2001 Mack MS200P Crackfilling Truck with 60045 60045 9 Crackfill Boiler VG6M116A21 B204112 10 1999 Mack MS200P 40479 40479 Crackfilling Truck VG6M116A6XB202775 11 2001 410D Meller 20230 20230 01-350-105 7999 International 27975 27975 12 11 Sealcoat Truck {{ 1HTSCAAMXXH677286 13 1997 Rosco Distributor Truck 24665 ?` 12334 Crack Seal Truck 12331 1 HTSDAAR3VH421481 14 Atlas Copco Air Compressor 8025 2409 5616 19332 15 Atlas Copco Air Compressor 8025 2409 5616 16 Crack Boiler 13281 10631 2650 1C9E61223S1418013 17 Crack Router 24hp P224G-1716 2045 2045 18 Crack Boiler 3CD1DZP01 4961 4961 19 Crack Router Model P -220G-1 2601 2601 MISCELLANEOUS EQUIPMENT & TRUCKS 20 2001 Chevy C3500 -HD Stake Supply Truck 3GBKC34F01M117760 30376 30376 21 2003 Chevy C2500 Pick -Up Truck 1GCGC24U23Z133440 21266 21266 22 1995 Chevy Pick -Up Truck 1 GCGC24KBSE104853 18224 18224 23 1997 Ford F47 -Stake Truck 3FELF47FKVMA30292 41168 41168 24 2009 Chevy Silverado 162904 30600 9180 21420 25 2006 Isuzu Stake Supply Truck JALC4B16267007658 25780 18046 7734 26 2006 Isuzu Stake Supply Truck JALC4B16467008679 29154 20410 8744 PAINT EQUIPMENT 27 Kelly -Creswell Paint Machines (2) 12000 12000 28 Gravity -Fed Paint Machines (6) 18000 1 8000 Graco Line Striper 4912 4912 29 BA2656 30 2 Pavement Cutters 55280 5280 Sherwin Model 200 25 HP 31 Job Clock System 4641 4176 465 32 2001 Crafco Grinder 4027 4027 0 GRAND TOTAL 672498 607922 64576 w Vi yj W Q ✓ m U _ � w O � U u a en W `m w O v L7 w � m � Q w m C X c Q U W y W N Q W J W U1 N U U U U � t9 N en 6N9 m N � � o — p o — � � m O N O N O O r SZ Y� n ol- F z C 9N z O Q L r K N? W O O U O Q y O Z Q _ _m O y W> mW Fr a N 2 9 � V =� F W m LL m 0 r LL> w w . w >= H 0 O cpi0Owmm z LL C� O u a Y wO Q LL vLL, z U_ 3 N O Q<> >w Z� Q Q Q LLa o z U d J p W W O o 0 -' 0 C Q a W J J p> W= avow>-.¢��3m>nm„a>v�wn. r w \\� \ \w/: \ \\/ \\\2 j r,C) 0 \\\(\\\\\\\\\(�\\\\\=\\\\�\\� CmD 525262E/0 ;\§/50K2§»0&$/§/\5/)} Li \ } . j \0 (\\�\{\\\ )\«\\}\�\\�\}\\\\\\\� ` _ _ .!� _.o< ({()20 _!�= ay:}::l;:&�>z= ffL):2/(K>\!=JC0,0®:�® ` , �: \)(()((/)/\a/°,\B&/&\/»/C) bui w ``i:o-<-,<,<> oL)0 k:§\;k(e§Ek/E§§§$}§/K!}(};E»[) Y J o M M vA O � o t9 0 ei 0 M 0 N Q < �^ V U N L; u � V U N � W C A � m U _ y N N Q w m N 1/ VI N w m mN` Z o Z 0 Z 0 Z Z Z a 0 0 0 I/1 Y U N Y U l° In f/1 N Y U D Y U Y U Y U V> U U U U U U a w tp a w a w ¢ w a w m a w Vi m N N L Y L" p �^ Z z W Z W Z z Z ro Z z Z W; y W J W J W J J W J W U U U U U J V E9 f9 E9 f9 f9 N N � o V3 o = a r o N N N N N N U O d c) Z in Uo= Uo U Z iJ o Of. ¢ Z v'� U (� W N m 3 �1'oS �-Wiv no z m EW a O=c J W U0n 0[D cc0 KJ N _rpw WWJZOaa w9 WaC w> j/,WwM OrpwYa Ed 3 Q Z W C Orya> K W J (n J (A Z,D O c C7 UC7Y� m Z ti�wYS V 2SU w r ti N m Or C7 0 LL U` d �'� Ogw ti tt w Kn �' wed E i tL W -YQ OmpQm m IC) W Q W WQ_ zazU�a=WU��Lw�34�>Orowm��rc0>�UQ W J Q LL aZM w Z Z r O Jti. W w '� ¢ "' r X o`_ Z N w W 0 W W J W J m x O1eJOOw L� J Oaa OU _W <Z Jn O W'JZ>J ry S (7ROj'_)P=O❑ e ON W> rnJNt9> n3 N In>O' �Ud� U 0 "M N W �i > C O z n rc 3 d Q W ✓> � � � R' m U u � _ � � O � V v a d+ w _C U _ m N 't a a «� m — a� tq Z Z Z Z Z a o 0 0 0 0 Y U Y U Y U Y U of Y U a W N W W N o1 a W W a W J W t Y_ 41 W Z Z Z Z a°� Q Q Q V U U U U N O � M3 69 f9 iA � m yi r o— a N N N ON O Y m m Zz Iz Ol 0 a OO ao N a U C U F C U u aCD v Z v Q Z mQtO j W Qo ° w O Q� K J O F7 E p Ym Z J UC O J< wm O �LLO `° rvz a wz n coo yz Z D O LL W LL Q W Y Z Q C a O J_ O OOO J W ff J Uw J tt x W i o 3 N CD W a Z< V O t N= Q W N Z ZO g m ti p O m- O m_ a? `j i0 Q M O j U V O O 2 0 O U_ i N J LL Y N Vi W S j N LL= U p. S> d What is the construction experience of the technical, supervisory and key personnel of the company? Individual's Name Present Position Years Experience Type of Work In What Capacity JEFFREY BERGQUIST PRESIDENT 28 ALL OFFICER SUSAN BERGQUIST SECRETARY 33 OrFICF/ESTIMATING OFFICER JAMES FERNANDEZ SUPERINTENDANT 30 ALL MANAGER ROBERTO GARCIA FOREMAN 22 ALL FOREMAN IGNACIO ESTRADA OPERATOR 26 ALL FOREMAN VICTORY ARCHUNDIA FOREMAN 14 ALL FOREMAN Pnn+ea oionnne n _.. 11— —11rage / of 26 BC 8 (Rev. 06/03/08) 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Village of Oak Brook: \1 iS 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 Bidder's Qualifications. DATED at , Illinois this 1 day of. Mbx�c-h 12012. STATE OF ILLINOIS ) ) SS. COUNTY OF ) 0 SKC PRESIDENT ON,, 1990 being duly sworn deposes and says that he is the foregoing questions and all statements tet;, and that the answers to the contained are true and correct. SUBSCRIBED and sworn to before me this 5i 2012. Page 20 TINA M. MISTRETTA Notery Public, State of Illinois commission Expires 10-29-2015 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: C, T\� vi�'e Address: 4(-1 �n\M�P nfv;u Phone #: Contact: 2. Company Address: Phone #: Contact: 3. Company Address: Phone #: Contact: n —cio_ h\-mnoag) 4. Company Address: \ Phone #: Contact: 5. Company Address: Phone #: Sip OU - \� 6' flUU Contact: Page 1 A Since the required IDOT Section 006 certificate only covers rubberized sealant, please list three (3) projects, in the Chicagoland area, for each of the last three (3) years that were done with bags of fibers mixed daily with the asphalt cement purchased daily from an asphalt plant: 201 1 m -'n- - Uv i yyy �UE . AWA 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: "2012 Crack Sealing Project" (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 usiness firm is: (check one) Corporation Partnership Individual Firm Name: X4\1 Address: City, St< Signatu Name F Title: V r GJ1U.t✓Y � k Page 2 Telephone: Date: SUBSCRIBED AND SWORN TO before me this I day ATTEST: y afa L - Page 3 Section I Contract (To Be Signed and Submitted as a part of Bid Package) 2012 Crack Sealing 1. THIS AGREEMENT, made and concluded this � day of 2012, between the Village of Oak Brook, a municipal corporation, arlg by and through _ its President and Board of Trustees, known as VILLAGE, and � 1_ ,d) �Y7 ;1ne 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 at the e tire Bid Package hereto attached, approved by the VILLAGE this - jJ II,,\\day of, 2012, are all essential documents of this contract and are a part hereof. "\ 4. IN WITNESS WHEREOF, thead"pie �&�y executed these presents on the above mentioned date. ATTEST as g } SROOK f Village Clerk — Gopal G. Lalmalani, MD, M.B.A. .; Village President i ATTEST: SKC CONSTRUCTION, INC. By4 0JE"FFRCK ROQUIST PRESIDENT Page 1 Partners doing Business under the firm name of Party of the Second Part 4 4 (If a Co -Partnership) (If an Individual) Party of the Second Part Page 2 SEXUAL HARASSMENT CERTIFICATE hereinafter referred to as "Contractor" having submitted a bid/proposal for -,� to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby cert ifi s t t 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 Riqhts upon request. Subscribed and sworn to before � me`t-his 5-F day of V^arr\R 20V�, TINA M. MISTRETTA Notary Public, State of Illinois Commission Exoires 10-29.2015 By: Ft Ir dA t C ra or ArCREY k. BERG_QU(SZ PRESIDENT Page 3 PREVAILING WAGE AFFIDAVIT I, (name of signatory), on oath hereby state FL and certify that , (name of Contractor), pursuant to a Contract dated , 2012, with the Village of Oak Brook for the aQ[I Project, has complied and will comply with all laws, including those relating to to 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. ���� �,fli1 Iti lt�� tnn. -T—nc (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. CC 0 Titl SUB CRI ED D SWORN TO BEFORE ME HIS 5� Y F I, 12012 "OFFICIAL SEAL" NOTARY PUBLI TINAM1G. MISTRETTA Notary Public State of Illinois M 9emCHl§41®fi �M Irk§ 1p•2A•2P16 Page 4 CERTIFICATION OF PAYROLL RECORDS i I, (name of person execu .ng this certificate), do hereby certif that I m the .&Iy qualified and acting (title) for `' (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 of contractor) on the ' Project (the "Project") for the Village df 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 SV�C(�.i�n�kn (name of contractor), and I on behalf of such contractor, are fully aware that filing a certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we and any subcontractor hired by us shall make available for inspection the records required in the Act to the District, its officers and agents, and to the Director of Labor, his deputies and agents, at reasonable hours at a location within the State of Illinois. Date: 2012 (Printed Nae) J (Title) Subscribed and sworn to before me this A 5- day ofl lblsU �Q_ , , 2012. "OFFICIAL SEAL TINA M. MISTRETTA Notary Public, State of Illinois Commission Expires 10-29.2015 Page 5 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) having executed a contract for -300 &O ) J m with the VILLAGE, hereby certifies that said contractor is not barred from executin 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. (DRUG-FREE WORKPLACE) Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois Drug Free Workplace Act, being 30 ILCS 580/3. Attes By: a �. \—. Title: Q�nn>_,�Oor Subscribed and §Vqm to Contractor— SKC CONSTRUCTION, INC. 4pra@7t)r14nzra0crsA" ay: Office JEFFREY K. BERGQUtSI Title: PRESIDEN1 Title of Contractor's Executing Officer My Commission Expires: "OFFICIAL SEAL" TINA M. MISTRETTA -SEAL- Notary Public, State of Illinois My Commission Expires 10-29-2015 Page 6 Section J Contract Bone! 2012 Crack Sealing Project Bond # 929544518 Executed in Quadruplicate Original Subject to Adjustment Based on Final Contract Price We, SKC Construction, Inc., 695 Church Road Elgin IL 60123 as PRINCIPAL. and Western Surety Company as SURETY, are held and firmly bound unto the Village of Oak Brook (hereafter referred to as "VILLAGE" n the penal sum of One Hundred and Sixteen Thousand Three Hundred and Eighty Four �„a.�otl90„�n Dollars (S 116,384.90 ). lawful money of the United States, well and truly to be paid unto said VILLAGE, for the payment of which we bind ourselves, our heirs, executors, administrators, successors. jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform 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 wages.. and has promised to pay all sums of money due for any labor, materials, apparatus. fixtures or machine y 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 duma 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 inure 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, fim7, 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 die or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the perforrnance thereof and until the said work shall have been accepted, and shall hold VILLI -AGE 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 4th , day of _,A_pril_:, 2012. PRINCIPAL SKC Constrr�ptis�rl,�lric w.�_____—___._ By, By: Jeffrey K. Bergquist,_Pr�si�gnt_._... _ (Title) (Company Name) (Signature) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed,) SURETY Western, Surety Company--_—, By _.. (Name of Surety) (Sr orney in ac State of Illinois ) ) S5. County of ) a Notary Public in and for said county, do hereby certify that _ (names of individuals signing on behalf of Principal and Surety) who are each personalty known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL, and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set fort!). Given under my hand and notarial seat this _ day of 2012. My commission expires: ki. See Attached _. Notary Public Pbq_ 4 SURETY COMPANY ACKNOWLEDGMENT STATE OF( ILLINOIS ) COUNTY OF ( DUPAGE ) ss: On this 4`h day of April in the year 2012, before me personally came Harold Miller Jr., to me known, who, being by me duly sworn, did depose and say that he resides in St. Charles, IL that he is the ATTORNEY-IN-FACT of Western Surety Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation, and that he signed his name thereto by like order. OFFICIAL SEAL JESSICA L PASOWICZ NOTAR` OUBLIC - STATE OF ILLINOIS . '-'1:.r65n;�N EXPIRES:DS/05/15 STATE OF ( ILLINOIS ) COUNTY OF ( KANE Je icz Vo"taPublic On this 4`h day of April in the year 2012, before me personally came Jeffrey K. Bergquist to me known, who, being by me duly sworn, did depose and say that he/she resides in Dundee, H. and that he/she is the President of the SKC Construction, Inc., the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of said corporation and that he signed his/her name thereto by like order. WNRaty 1PIMic OFFICIAL SEAL" TINA M. MIS TRETTA Notary Public, Slate of Illinois My Commisslon Expires 10.29.2015 Western Surety Company. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that It does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Harold Miller Jr. of Itasca IL its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature Surety Bond Number: 929544518 Principal: SKC Construction, Inc. Obligee: Village of Oak Brook Amount of Bond: See Bond Form and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and fonfirmed. r � This Power of Attorney is made and executed pursuant to and by authority of the B -Law printed on the reverse hereof, duly adopted;. as indicated, by the shareholders of the corporation. 11 In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of September 2006 °r+`SyRE,iy�WW W L AN Y ??�QQ,FOgq �1qq @;6�SE sO�?No?t`O'L Paul T. Bruflat, nior Vice President State of South Dakota County of Minnehaha ss On this 19th day of September 2006 , before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides In the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. +bbbbbbbbbbbbbbbbbbbbbbbb + s My commission expires ' D.KRELL X ^ NOTARY PUBLIC ^ s November 30 2012 i sEAL SOUTH DAKOTA SEAL s +'. : Krell, Notary Public +bbbbbbbbbbbbbbbbbbbbbbbf CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still In force. In testimony whereof I have herreuunttoo subscribed my name and affixed the seal of the said corporation this 4th day of April 20 1 �,a�s�aEir� WES NY 0? �gy E;s.,sE A�1 € ,°,o+x00 Pelson,Assistant Secretary Form F3146-9-2006 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.