Loading...
2013 Water Main Project_201306141618201293Village of Oak Brook Illinois O F 0 A cpUNOT CONTRACT REQUIREMENTS FOR: 2013 WATER MAIN PROJECT 22ND STREET (HUNTER DRIVE) GOPAL LALMALANI - PRESIDENT STELIOS AKTIPIS GERALD WOLIN MICHAEL MANZO ASIF YUSUF MARK MOY ELAINE ZANNIS them masa engineering group sellice nt the hlahest waUe, 238 south kenilworth avenue suite 100 oak park, Illinois 60302 Pati OF OAK e9 Village of Oak Brook 2013 Water Main Project Bid Package COUNTI'March 5, 2013 Table of Contents Section A. Notice to Bidders B. Bid C. Instructions to Bidders D. Technical Specifications E. Special Conditions F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract J. Contract Bond Section A Notice to Bidders March 1. 2013 Ms. Holly Bratanick The Daily Herald P.O. Box 280 Arlington Heights, IL 60006 Dear Ms. Bratanick: Please publish the following legal notice on March 5, 2013: NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: 2013 Water Main Project Sealed bids will be received by Rania Serences, Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 1:30 P.M., Wednesday, March 20, 2013 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 five percent (5%) of the amount bid. Bid Packages, including plans and specifications, are on file at the Oak Brook Village Hall, 1200 Oak Brook Road, Oak Brook, Illinois 60523. Copies of the Bid Package may be obtained by depositing a non-refundable fee of Fifty Dollars ($50.00). No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of sixty (60) days after the scheduled time of opening bids.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 A Section B Bid 2013 Water Main 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. The undersigned submits herewith his bid for the indicated items on the attached Bid Form. SECTION B VILLAGE OF OAK BROOK 2013 WATER MAIN PROJECT THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORK TO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES ITEM NO. DESCRIPTION UNIT TOTAL QUANTITY UNITPRICE TOTAL CCOST 1 PERIMETER EROSION BARRIER FOOT 755/ (OD 6o'-to2 INLET AND PIPE PROTECTION EACH 1 �7/5�%J J 3 TOPSOIL FURNISH AND PLACE, 6" SO YD 1237 `c?S6 l&" / 4 SEEDING, CLASS 1A ACRE 0.3 ,3oi7o qop 5 EROSION CONTROL BLANKET SQYD 1017 � � 03(4-6 903(4- 6 TURF REINFORCEMENT MAT SQ YD 220 rV 7 PROTECTIVE COAT SQ YD 26 �r5 8 COMBINATION CURB AND GUTTER REMOVAL FOOT 52 pyU 9 SIDEWALK REMOVAL SQ FT 10 9`Y 10 WATER VALVES 6" EACH 1 3 aoo Soca 11 WATER VALVES 12" EACH 1 350o - 3,sco - 12 FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX EACH 1 6S-' - 6 5� 13 VALVE VAULTS, TYPE A, 5' -DIAMETER, TYPE 1 FRAME, CLOSED LID EACH 2 3- (w J VALVE VAULTS TO BE RECONSTRUCTED EACH 1 W - J1614 15 FILLING VALVE VAULTS EACH 1 Ii]♦U' COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.24 VARIABLE WIDTH GUTTER FLAG) FOOT 25 17 ICOMBINATION CONCRETE CURB AND GUTTER, TYPE M-6.12 FOOT 27 18 SHORT TERM PAVEMENT MARKING, 4" FOOT 100 19 PVC C-900 WATER MAIN, 12" FOOT 759 /�n 20 PVC C-900 WATER MAIN, 6" FOOT 14 21 EXTERNAL JOINT RESTRAINT FOR PVC C-900 WATER MAIN EACH 12 aSQ 300 22 PRESSURE TESTING AND CHLORINATION OF WATER MAIN L SUM 1 23 NON -PRESSURE WATER MAIN CONNECTION "A" L SUM 1 24 NON -PRESSURE WATER MAIN CONNECTION "B" L SUM 1 <w - 3Soo - SECTION B VILLAGE OF OAK BROOK 2013 WATER MAIN PROJECT MUffeT.Tur THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORK TO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES ITEM NO. DESCRIPTION UNIT I TOTAL QUANTITY UNITPRICE TOTAL COST 25 WATER SERVICE CONNECTION, 6" LSUM 1 �S�O� 5©n 26 TRACER WIRE IN CONDUIT FOOT 759 i3 27 TRACER WIRE ACCESS BOX EACH 3 28 STREETSWEEPING HOUR 20 7C>— II yL)o 29 WATER VALVE BOXES TO BE ABANDONED EACH 3 '/Oc) 30 CLEANING PAVED DITCH FOOT 525 367,S- 36 %.S - 31 31 TRENCH BACKFILL, SPECIAL CU YD 630 I 1©l G3c 32 EXPLORATION TRENCH, SPECIAL FOOT 40 �^�� (4w- 33 PORTLAND CEMENT CONCRETE SIDEWALK, 51NCH, SPECIAL SQ FT 100 / 700- 34 BITUMINOUS BIKE PATH, 4" SQ FT 1 539 35 PAVEMENT REMOVAL (SPECIAL) SQYD 349 36 ABANDON EXISTING WATER MAIN, FILL WITH CLSM FOOT 746 37 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) L SUM 1 3r( S,, - u' 38 AGGREGATE SUBGRADE, 12" SQ YD 15 -Sag 39 CONSTRUCTION LAYOUT L SUM 1 a -,6 4 9q-00 40 DUST CONTROL WATERING UNIT 20 d S '5co 41 SEDIMENT CONTROL, SILT FENCE FOOT 679 7/(p 42 TEMPORARY PAVEMENT SQYD 163 30 Cd, 'f990 BIDDER'S PROPOSAL FOR THE ENTIRE IMPROVEMENT (TOTAL BID) $ ALL OF THE ABOVE ITEMS, COMPLETE, IN PLACE, AS SPECIFIED, FOR THE TOTAL AMOUNT OF: 64)C 40006ZEr) CO-Rry 0NESIX FofZT-Y FDvR J41AZ� (IN WRITING) SECTION B 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 sixty (60) 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 14, 2013, 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 five percent (5%) of the amount of the Base Bid made payable to the Village of Oak Brook. The amount of the bid bond or check is Szuen mv a;nI-ooigua. 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. 4 SECTION B THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Suburban General Construction Inc 1019 E. 31st Street LaGrange Park, IL 60526 as Principal, hereinafter called the Principal, and North American Specialty Insurance Company 650 Elm Street Manchester NH 03101 a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2013 Water Main Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 20th day of Lisa March Suburban North American Specialtv Insurance 2013 Jimenez ® (rine) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN - INSTrrUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 G-23208-5 STATE OF Illinois COUNTY OF DuPage ss. I, Melissa M. Newman Notary Public of DuPage County, in the State of Illinois , do hereby certify that Esther C. Jimenez Attomey-in-Fact, of the North American Specialty Insurance 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 North American Specialty Insurance Company for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 20th day of March A.D., 2013 u � wman My Commission expires: February 12, 2014 "OFFICIAL SEAL" MELISSA M. NEWMAN NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 2�12�2014 lcr:�xyu �arrce�Turr� NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington Intemational insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg Illinois each does hereby make, constitute and appoint: Esther C. Jimenez Its true and lawful Attomey-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, the following surety bond: Principal: Suburban General Construction, Inc. Bond Number: Bid Bond Obligee: Village of Oak Brook Bond Amount: See Bond Form Bond Description: 2013 Water Main Project Provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9a' of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal sball be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." y bPOq,�T,,G� O i Steven P. Anderson, Senior Vice Prtsidrnt ofWuhingnon lntemaaonal lwurayea Company �PS%0NAt J` 2 `$IA�f Gfo R & Senior Vice President ofNonh American Specialty insurance Company a' SEAL in= g 1979me By F�aCC9 ?f�iGhr a �i•igyD G M'' David M. isyman, Vice ........ Ni'iit President of international Inteational Imurence Company & Vim PmsidentofNonhAmesicon Specieilyinmrence Company w IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of May 2012. North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook as: On this 25th day of May 20 12 , before me, allotary Public personally appeared Steven P. Anderson —Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman Vice President of Washington Intemational Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" DONNAD.SKLENS Notary Public, State of Illinois Donna D. Sklens, Notary Public My CUMMiSSinn Expires 10/06/2015 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 20th day of March 2013 Jeffrey Goldberg, Vice President & Assistant Sttsetau of Washington Intemational Insurance Company & Auislant Secretary fNoah American Speclelty Insurance Company 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. SECTION B Firm N Address: 16 ( 9 t , City, Sta Signatu Name Printed: Title: pir'2S (dery Telephone: boo �Sq cSq (4 Date: 3 - ZO -1 �!) If a Corporation: ATTEST: AS Secretary ELI ZA-Fjc Tt4 w-Nj i ti G SECTION B SUBURBAN GENERAL CONSTRUCTION, INC. MAIN OFFICE: 1019 E. 31ST STREET • LAGRANGE PARK, IL 60526 • (706) 354-0544 YARD LOCATION: 7401 S. WILLOW SPRINGS ROAD • COUNTRYSIDE, IL 60525 • (706) 354-5403 FAX: (708) 354-6236 Date: March 20, 2013 To: Whom it May Concern. RE: Letter of Company Project Experience To Whom It May Concern: Suburban General Construction, Inc. has been in business for 30 years. Our Field of Experience is Sanitary, Storm and Water Main Installation and structure repair & Replacements, but specializing in Sanitary Sewer Point Repairs. We have worked with a vast number of Engineering Companies and Municipalities as well as private Industry & Commercial. Suburban General Construction, Inc. is an IDOT Qualified Company and Licensed Drain Layer with The City of Chicago. Listed below are some references for you to contact. We have worked with these references on various types of sewer projects for many years. If further references are needed they can be furnished upon request. a.) City of Wilmette — Engineer; Scott Hilts — Cell # (847) 323-7725 b.) Hancock Engineering — Engineer — Chris Baker — Cell # (708) 426-3093 c.) Insituform Technologies — Engineer — Kevin Coburn — Cell # (630) 842-8539 d.) Justice/Willow Springs WC — Hancock Eng — Mark Volk — (708) 865-0300 e.) Countryside City Center — Novotny Engineering — Tom Brandstadt — (630) 887-8640 Sincerely, ludiRm .S'. Puri William S. Purl, Owner/Estimator Suburban General Construction, Inc. Section C I Instructions 1. RECEIPT OF BID: 20`" day, March, 2013; 1:30 P.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. PROJECT DESCRIPTION: 2013 Water Main Project 4. PREPARATION AND SUBMISSION OF BID: 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 Wednesday, at 1:30 P.M., prevailing time, March 20th, 2013, at which time the Village will have 60 days to review the bid. B. The bid shall be submitted on the exact form furnished. All blank spaces for bid price, unit cost and alternates must be filled in --in ink --in both words and figures (as stipulated). In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. C. A complete bid package must be submitted, including the following items: 1. Bid. 2. Statement of Qualifications. 3. References 4. Bid Certification D. The Contract and Contract Bond (Performance and Payment) are provided as information, and will be completed only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. E. Separate sheets may be attached to the bid for the purpose of explanation, exception, alternate bid and to cover the unit price, if needed. F. In submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. G. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract SECTION C and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. H. The contractor further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. J. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. K. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. L. The contractor further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. M. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. N. The contractor further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the Village, in the penal amount of 100% of the Contract amount, guaranteeing the faithful performance of the work and payment for labor, material supplies, and subcontractors in accordance with the terms of the Contract. 2 SECTION C O. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. P. By submitting a Bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. Q. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. R. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the 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. The Village will not be responsible for any other explanation or interpretation of the Bid Package. SUBSTITUTIONS: N/A 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. SECTION C F. Sufficiency of financial resources, G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. Number and scope of conditions attached to the bid/proposal. Record of payments for taxes, licenses or other monies due the Village. 7. 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. All bids shall be good for sixty (60) days from the date of the bid opening 8. GUARANTEE: Contractor 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 fourth 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. 10. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers, agents and Thomas Engineering Group, LLC 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, agents and Thomas Engineering Group, LLC may incur, suffer or sustain, or for which the Village and/or its officers, SECTION C employees, agents and Thomas Engineering Group, LLC 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 and Thomas Engineering Group, LLC harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; 5 SECTION C C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers, and Thomas Engineering Group, LLC are to be covered as additional insureds in 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 6 SECTION C the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall 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: 14. 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. 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 7 SECTION C 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: 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 8 SECTION C notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A 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 9 SECTION C 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. 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 seg.). 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. 10 SECTION C Du Page County Prevailing Wage for March 2013 (See explanation of column headings at bottom of wages) Trade Name -------------------- RG -- -- TYP --- --- C - Base ------ ------ FRMAN M -F>8 ------ ----- ------ ----- OSA --- OSH --- H/W ===== Pensn =---- Vac ----- Trng ----- ------------------- ASBESTOS ABT -GEN ALL - 36.200 36.700 1.5 --- 1.5 --- 2.0 ----- 12.78 ----- 9.020 ----- 0.000 ----- 0.500 ASBESTOS AST -MEC BLD 34.160 36.660 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 14.66 0.000 0.350 BRICK MASON BLD 40.680 44.750 1.5 1.5 2.0 9.550 12.00 0.000 0.970 CARPENTER ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 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 BLD 34.440 0.000 2.0 1.5 2.0 9.700 6.930 0.000 0.610 COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2.0 9.250 14.46 0.400 0.610 ELECTRIC PWR EQMT OP ALL 35.400 48.110 1.5 1.5 2.0 5.000 10.97 0.000 0.270 ELECTRIC PWR GRNDMAN ALL 27.380 48.110 1.5 1.5 2.0 5.000 8.490 0.000 0.210 ELECTRIC PWR LINEMAN ALL 42.390 48.110 1.5 1.5 2.0 5.000 13.14 0.000 0.320 ELECTRIC PWR TRK DRV ALL 28.350 48.110 1.5 1.5 2.0 5.000 8.790 0.000 0.220 ELECTRICIAN BLD 36.200 39.820 1.5 1.5 2.0 9.250 16.27 4.380 0.680 ELEVATOR CONSTRUCTOR BLD 49.080 55.215 2.0 2.0 2.0 11.88 12.71 3.930 0.600 FENCE ERECTOR HE ALL 33.740 35.740 1.5 1.5 2.0 12.61.10.1B 0.000 0.250 FENCE ERECTOR W ALL 44.950 47.200 2.0 2.0 2.08.890 17.69 0.000 0.400 GLAZIER BLD 39.500 41.000 1.5 2.0 2.0 11.99 14.30 0.000 0.840 HT/FROST INSULATOR BLD 45.550 48.050 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 36.200 36.950 1.5 1.5 2.0 12.78 9.020 0.000 0.500 LATHER ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530 MACHINIST BLD 43.550 46.050 1.5 1.5 2.0 6.130 8.950 1.850 0.000 MARBLE FINISHERS ALL 29.700 0.000 1.5 1.5 2.0 9.550 11.75 0.000 0.620 MARBLE MASON BLD 39.880 43.870 1.5 1.5 2.0 9.550 11.75 0.000 0.730 MATERIAL TESTER I ALL 26.200 0.000 1.5 1.5 2.0 12.78 9.020 0.000 0.500 MATERIALS TESTER II ALL 31.200 0.000 1.5 1.5 2.0 12.78 9.020 0.000 0.500 MILLWRIGHT ALL 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530 OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 2 43.800 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 ORNAMNTL IRON WORKER E ALL 40.800 43.300 2.0 2.0 2.0 12.86 15.61 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 40.880 42.880 1.5. 1.5 1.5 9.650 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 41.520 43.520 1.5 1.5 2.0 13.19 11.75 0.000 0.530 PIPEFITTER BLD 41.200 43.200 1.5 1.5 2.0 10.75 15.34 0.000 1.710 PLASTERER BLD 40.080 42.480 1.5 1.5 2.0 9.550 12.30 0.000 0.990 PLUMBER BLD 41.200 43.200 1.5 1.5 2.0 10.75 15.34 0.000 1.710 ROOFER BLD 38.350 41.350 1.5 1.5 2.0 8.280 8.770 0.000 0.430 SHEETMETAL WORKER BLD 42.160 44.160 1.5 1.5 2.0 9.890 11.61 0.000 0.780 11 SECTION C SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 10.25 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 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 40.680 44.750 1.5 1.5 2.0 9.550 12.00 0.000 0.970 TERRAllO FINISHER BLD 35.510 0.000 1.5 1.5 2.0 9.700 9.320 0.000 0.400 TERRAZZO MASON BLD 39.370 42.370 1.5 1.5 2.0 9.700 10.66 0.000 0.550 TILE MASON BLD 41.430 45.430 2.0 1.5 2.0 9.700 8.640 0.000 0.710 TRAFFIC SAFETY WRKR BWY 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 40.950 41.950 1.5 1.5 2.0 8.180 10.82 0.000 0.940 Legend: RG (Region) TYP (Trade Type - AL1,Highway,Building,Floating,Oil c Chip,Rivers) C (Class( Base (Base Wage Rate) FRMAN (Foreman Rate) M -F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health 6 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 12 SECTION C The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile -like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in 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 13 SECTION C 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 9 cu yd.); Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall Class 7. Mechanics. 14 SECTION C 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; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; 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 21 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster; 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 Sulker 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 -Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic 15 SECTION C 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, 4 Small Electric Drill Winches. Class 5. 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 Crete and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1 -man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self -loading equipment like P.S. 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 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 16 SECTION C Department generally has on file such definitions which are available. I£ 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. 17 SECTION C VILLAGE 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 ($ ) 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 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) BEING DULY SWORN, DEPOSES OF (COMPANY WHO IS THE CONTRACTOR FURNISHING WORK ON THE (PROJECT NAME) That the total amount of the contract including extras* is $ on which he/she has received payment of $ 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: coNrRACTPtncE 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 SUBSCRIBED AND SWORN TO BEFORE ME THIS SIGNATURE OF 20_ NOTARY PUBLIC *EXTRAS INCLUDE BUT ARE NOT LIMITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO THE CONTRACT. 2/18/04 18 SECTION C VILLAGE OF OAK BROOK 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 l$ ) Dollars, and other good and valuable consideration, the receipt whereof is hereby acknowledged, doles) 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) BEING DULY SWORN, DEPOSES AND SAYS THAT HE/SHE IS (POSITION) OF (COMPANY NAME) WHO IS THE CONTRACTOR FURNISHING WORK ON THE (PROJECTNAME) That the total amount of the contract including extras* is $ on which he/she has received payment of $ 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 famished 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 19 SECTION C 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 famish _ 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, 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 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 $ 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 became due to each, and that the items mentioned include all labor and material required to complete said work according to plans and specifications: CONTRACT PrUCe AMOUNT THIS BALANCE NAMES AND ADDRESSES WHAT FOR INCLUDING ExmAs- - PAID PAYMENT DUE TOTAL LABORA14D MATERIAL INCLUDrNG EXTRAS* TG 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. 2/19/04 20 SECTION C 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. 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 famished, 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 COMPANYNAME ADDRESS._. SIGNATURE AND 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 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 $ 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 WHATFOR INCLUDING EXTRAS* PAID PAYMENT DUE TOTAL LABOR AND MATERIAL INCLODING 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 METHIS DAY OF 20 NOTARY PUBLIC *EXTRAS INCLUDE BUT ARE NOT LIMITED TO CHANGE ORDERS, BOTH ORAL AND WRITTEN, TO THE CONTRACT. 2/18/04 21 SECTION C Section D Technical Specifications TABLE OF CONTENTS Tableof Contents..................................................................................... 01 Plans and Specifications............................................................................ 03 Specifications for Construction.................................................................... 04 ADDITIONAL SPECIAL PROVISIONS Article 101 — Definition of Terms.................................................................. 07 Article 102.01 —Advertisement, Bidding, Award, and Contract Execution ............. 07 Description and Location of the Work............................................................ 07 Pre -Construction Meeting........................................................................... 08 Utility Coordination.................................................................................... 08 WorkingHours......................................................................................... 08 Schedule................................................................................................ 09 Article 105.01 —Authority of Engineer........................................................... 09 Article 105.05 — Coordination of the Contract Documents..................................09 Lawsto be Observed.................................................................................10 Construction Noise Restriction.................................................................... 12 Construction Water Restriction and Use of Fire Hydrants..................................12 19 Certification of Materials............................................................................ 12 Controlof Work........................................................................................ 12 Professional Engineer's Certification for all Soil and Clean Construction and Demolition Debris(CCDD).................................................................12 Subsurface Information..............................................................................13 Bracing and Sheeting................................................................................ 13 Section 107 — Maintenance of Roadways...................................................... 14 Section 107 — Maintenance and Protection of Manhole Lids and Valve Covers...... 14 Section 107 — Protection of Existing Drainage Facilities During Construction........ 15 Article 107.09 — Public Safety and Convenience ............................................. 15 Article 107.30 — Protection of Concrete......................................................... 15 Article 108.01 — Subletting of Contract.......................................................... 16 Article 108.06 — Labor, Methods, and Equipment.............................................16 Article 202.03 — Construction Debris.............................................................16 9-6 Partial Payments and Retainage.............................................................16 9-9 Acceptance and Final Payment.. .................................... : .... ­ . ... .... ...... 19 Quality Control/Quality Assurance of Concrete Mixtures....................................19 41-2.10#01 Thrust Blocking, .................. .................................................. 19 Section 602 — Catch Basin, Manhole, Inlet, Drainage Structures, and Valve Vault Construction, Adjustment, and Reconstruction.......................................19 42001300 — Protective Coat...... ............. .................................................... 20 SECTION D 44000500 — Combination Curb and Gutter Removal ........................................ 20 44000600 — Sidewalk Removal....................................................................21 56104900/56105200 — Water Valves 6"/12" ................................................... 21 56400820 — Fire Hydrants with Auxiliary Valve and Valve Box ........................... 21 60500405 — Filling Valve Vault.....................................................................23 60605500 — Combination Concrete Curb and Gutter, Type B-6.24 (Variable Width Gutter Flag)........................................................................... 23 60609200 — Combination Concrete Curb and Gutter, Type M-6.12 ..................... 24 (PVC) C-900 Water Main 6'712.....................................................................25 External Joint Restraint for PVC C-900 Water Main..........................................26 Pressure Testing and Chlorination of Water Mains .......................................... 27 Tracer Cable and Conduit...........................................................................28 Connection to Existing Mains/Services..........................................................29 X0323677 — Street Sweeping......................................................................30 X0324636 — Water Valve Boxes to be Abandoned...........................................30 X0549200 — Cleaning Pave Ditch.................................................................31 X2080250 — Trench Backfill, Special.............................................................31 X2130010 — Exploration Trench, Special....................................................... 32 X4240430 — Portland Cement Concrete Sidewalk, 5 Inch, Special ...................... 33 BituminousBike Path, 4"............................................................................ 33 X4404400 — Pavement Removal (Special)..................................................... 34 X5610651 —Abandon Existing Water Main, Fill with CLSM................................34 X7010216 — Traffic Control and Protection, (Special) ....................................... 35 Z0001050 — Aggregate Subgrade 12".. . ................................................ ....... 36 Z0013798 — Construction Layout..................................................................37 Z0019600 — Dust Control Watering...............................................................38 Z0062456 — Temporary Pavement............................................................... 39 Public Works Construction Standards — Subdivision Water Main Construction ....... 40 SECTION D VILLAGE OF OAK BROOK 2013 WATER MAIN PROJECT PLANS AND SPECIFICATIONS The following plans are attached to this Bid Package and are included as a part of the contract documents for this work: DRAWING NO. 1 thru 18 TITLE 2013 WATER MAIN PROJECT Detailed specifications are contained in this section. In the event that any conflict exists with any part of the various contract documents, the following order shall govern: 1. Plans shall take precedence; then 2. Special Provisions; then 3. Village of Oak Brook "Public Works Construction Standards"; then 4. Standard Specifications for Water and Sewer Construction in Illinois; then 5. Standard Specification for Road and Bridge Construction SECTION D VILLAGE OF OAK BROOK 2013 WATER MAIN PROJECT SPECIFICATIONS FOR CONSTRUCTION The following Specifications and other provisions together with the Special Provisions shall govern of the proposed improvement and will be made part of the Contract. A. "Standard Specifications for Water and Sewer Main Construction in Illinois", latest edition. B. "Standard Specification for Road and Bridge Construction", adopted January 1, 2012, published by the Illinois Department of Transportation (IDOT). C. "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2012, published by IDOT. D. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by [DOT. E. "Bureau of Design and Environment, Special Provisions", adopted subsequent to issuance of Supplemental Specifications and Recurring Special Provisions. F. "Manual on Uniform Traffic Control Devices for Streets and Highways", 2009 edition, adopted by IDOT. G. "Illinois Supplement to the National Manual on Uniform Traffic Control Devices", 2009 edition, published by [DOT. H. Village of Oak Brook "Public Works Construction Standards", latest edition. I. "Manual of Test Procedures for Materials", adopted June 1, 2012, published by ]DOT. J. American Water Works Association (AMA) Standards, latest edition. K. Environmental Regulations for the State of Illinois; Title 35 of the Illinois Administrative Code. 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. 4 SECTION D SPECIFICATIONS FOR CONSTRUCTION The following Special Provisions supplement the "Standard Specifications for Water and Sewer Construction in Illinois" (hereinafter referred to as the Standard Specifications); the "Standard Specifications for Road and Bridge Construction" (hereinafter referred to as the IDOT Standard Specifications) adopted January 1st, 2012; the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids. In case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. SECTION D ADDITIONAL SPECIAL PROVISIONS SECTION D ARTICLE 101 — DEFINITION OF TERMS In addition to the definitions included in Section 101 of the IDOT Standard Specifications, the following shall apply: Engineer — shall be the Village of Oak Brook or as designated and employed by the Owner. Owner — shall be the Village of Oak Brook. Inspector — shall be the Village of Oak Brook or as designated and employed by the Owner. Municipality — shall be the Owner. ARTICLE 102.01 — ADVERTISEMENT BIDDING AWARD AND CONTRACT EXECUTION Add the following to Section 102 of the [DOT Standard Specifications and to Section A and Section C of the Contract: Prequalification of Bidders. An IDOT "Certificate of Eligibility' is not required. The Contractor shall provide a list of references from completed water main projects of similar scope. DESCRIPTION AND LOCATION OF THE WORK The work as shown on the Plans and as specified herein includes the installation of a 12 -inch water main that is directly north of the IDOT roadway 22nd Street but south of the Village's roadway 22nd Street (also known as Hunter Drive). The length of the 12 - inch water main installation along 22nd Street (Hunter Drive) is approximately 800 feet. The project's work generally consists of the following: pavement removal, earth excavation, parkway landscaping, water main installation, water service connections, concrete curb and gutter, pavement patching, asphalt bike path, slope stabilization, water main abandonment, and all incidental and collateral work necessary to complete the project as shown on the Plans and described herein. The work as shown on the Plans and as specified herein contain quantities for bid items listed in a bid schedule on a unit price basis. The total quantities and unit prices for the bid will be used in determining the lowest responsible bidder. 7 SECTION D PRE -CONSTRUCTION MEETING The Village will hold a pre -construction meeting, which shall be attended by the successful Bidder, and all other appropriate agencies, utilities, etc. The meeting will be held at a time agreed to by the Village and the successful Bidder. The successful Bidder shall present executed contracts with bonds and insurance prior to this meeting. Also, the successful Bidder shall provide the names and phone numbers of responsible employees to be contacted off -hours for emergencies. UTILITY COORDINATION The successful Bidder is responsible to contact all utilities for locations prior to the start of work (J.U.L.I.E.) at (800) 892-0123. Note: ALL utility locations shown on the Plans are APPROXIMATE ONLY; the successful Bidder is to use care when working around utilities so as not to damage them. The successful Bidder is responsible for any utilities damaged. The successful Bidder shall work with the agencies to organize and complete the work as expeditiously as possible. WORKING HOURS Unless otherwise identified in the balance of Section D and the project drawings, construction operations shall be limited to the following period: Monday thru Friday .........................6:00 a.m. to 6:00 p.m. Saturday and Sunday..................6:00 a.m. to 6:00 p.m. No work shall be performed on Holidays. Time regulations shall not apply to traffic control devices such as barricades, signs, and lighting. Time regulation will not apply to work associated with NON -PRESSURE WATER MAIN CONNECTION "A", NON -PRESSURE WATER MAIN CONNECTION "B", AND WATER SERVICE CONNECTION, 6" that must be completed during off-peak hours. Water shut down of existing water main is limited to the hours of 12:00 a.m. (midnight) to 4:00 a.m. All work associated with these items must be coordinated through the Village of Oak Brook and the proposed installation plans, dates, and times must be approved prior to the work taking place. Work will be allowed anytime for the associated connections to be made during the allowable existing water main shut down times, contingent upon Village approval. Additional time and day restrictions may be applicable per IDOT permit requirements when working in or accessing [DOT 22nd Street rights -of -ways. 8 SECTION D SCHEDULE The successful Bidder shall provide a schedule, with adequate detail, to show how progress is anticipated to meet the completion dates shown in the contract. Work shall not commence on the project until a schedule is approved by the Village. ARTICLE 105.01 — AUTHORITY OF ENGINEER The authority of the Engineer as defined in Article 105.01 of the [DOT Standard Specifications shall be re -defined as follows: "All work shall be done under the observation of th Engineer and shall be done in accordance with requirements of the Contract. The Engineer shall decide all questions which arise as to the interpretation of the Plans and Specifications and as to disputes and mutual rights between Contractors under the Specifications. The Engineer shall advise the Owner as to the quality and acceptability of materials furnished and work performed, rate of progress of the work, an acceptable fulfillment of the Contract. The Engineer will determine the amount of materials acceptable fulfillment of the Contract. The Engineer will determine the amount of materials furnished and work performed. The Engineer's advice and determinations shall be conditions precedent to the right of the Contractor to receive money due the Contactor under the Contract." "The Engineer will notify the Contractor in writing if the work is to be suspended by the Owner wholly or in part due to the failure of the Contractor to carry out provisions of the contract; for failure to carry out orders; for such periods due to unsuitable weather; for conditions considered unsuitable for the prosecution of the work or for any other condition or reason deemed to be in the public interest." "In case of failure on the part of the Contractor to execute work as directed by the Engineer, the Owner may, at the expiration of a period of 48 hours after giving notice in writing to the Contractor, proceed to execute such work as may be deemed necessary, and the cost thereof shall be deducted from compensation due or which may become due to the Contractor under the contract." The Engineer shall not assume any of the responsibilities of the Contractor's superintendent or of the 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. ARTICLE 105.05 — COORDINATION OF THE CONTRACT DOCUMENTS In addition to the requirements of Article 105.05 of the IDOT 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 9 SECTION D 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, preferably at the pre -construction conference. Depending on the nature of such questions or clarification required, it shall be 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 150.13 of the IDOT Standard Specifications. LAWS TO BE OBSERVED The Contractor shall be responsible for abiding by the requirements set forth in the following Article of the Code of Ordinances for the Village of Oak Brook: 6-1-1: NOISE A. It shall be unlawful for any person to make, continue to cause to be made or continue any loud, unnecessary, prolonged or unusual noise which disturbs the peace of others. B. Any person who shall, without prior authorization by the President and Board of Trustees, operate or cause, permit or allow to be operated upon any public street in the Village any mechanically operated piano, phonograph or other musical instrument, radio or similar mechanical or electrical device or wind instrument or noise -making device of any character whatsoever, for the purpose of advertising any goods, wares, merchandise or other articles for sale, barter or exchange, or for the purpose of attracting attention, or of inviting the patronage of any person to any business whatsoever, shall be deemed guilty of an offense against the Village. (Ord. G-577, 10-22-1996) 6-1-2: USE OF HEAVY EQUIPMENT, TOOLS: RESTRICTIONS Except as provided in balance of this Section, 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 (5:00) 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 10 SECTION D 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 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 the balance of this Section. B. Emergencies: The limitations stated in this Section 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 Section may be 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 this Section may be waived by the Village Manger in areas of the Village zoned for nonresidential uses pursuant to the Village zoning ordinance; provided, however, that no such waiver shall be granted unless the Village Manager finds that: 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 waiver all conditions he deems necessary to protect the public health, safety or welfare. E. Building Permits: Work undertaken pursuant to any permit issed by the Village shall be subject to the provisions of this Section. (Ord. G-577, 10-22-1996) 11 SECTION D CONSTRUCTION NOISE_ RESTRICTION All engines and engine driven equipment used for construction or for hauling shall be equipped with an adequate muffler in constant operation and properly maintained to prevent excessive noise. CONSTRUCTION WATER RESTRICTION AND USE OF FIRE HYDRANTS In addition to the requirements of Article 107.18 of the ]DOT Standard Specifications construction water must be obtained from a tank truck and not from municipal fire hydrants. Arrangements for filling a tank truck shall be made with the Village of Oak Brook Public Works Department, 3003 Jorie Blvd., Oak Brook, Illinois. If approved by the Owner, the proposed hydrant may be used as a water source for construction purposes, including water necessary for any jetting compaction methods proposed by the Contractor and approved by the Engineer. CERTIFICATION OF MATERIALS The Village shall be furnished with a list of sources of materials before material are shipped so materials can be inspected before shipping, if desired. All materials shall be subject to inspection at the source and at the job site. The Village may reject any materials at either location. All materials incorporated in this project shall be new materials from the approved Village Material list unless specifically called -out otherwise in the Contract Documents Special Provisions for this project and approved by the Engineer in charge of this project. Use of existing material or recycled materials shall not be permitted without the written consent of the Village. The successful Bidder shall furnish the Village with the manufacturer's certificates for all materials supplied to the project except those Specifications exempted by the Village. CONTROL OF WORK For field engineering, construction layout, and control of work, the successful Bidder is responsible for all necessary surveying and staking. This work will be paid for separately per the pay item listed in the Bid Form. PROFESSIONAL ENGINEER'S CERTIFICATION FOR ALL SOIL AND CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD) Effective July 10, 2010, Public Act 96-1416 amended the Environmental Protection Act 415 ILCS 5/1, et seq. ("EPA"), to provide for, among other things, an interim certification requirement for the disposition of "uncontaminated soil" at either a "clean construction or demolition debris fill operation" or an "uncontaminated soil fill operation." It is the CONTRACTOR'S responsibility to procure the services of a Licensed Professional Engineer for the purpose of presenting certification on all required forms 12 SECTION D prescribed by the [EPA whenever excavated soil and clean construction and demolition debris is disposed of from the public right-of-way. The Licensed Professional Engineer, or signee of the Uncontaminated Soil Certification: Form LPC — 662 or 663, shall have reasonable evidence or basis upon which they are certifying that soil from the project site is uncontaminated. The Licensed Professional Engineer shall obtain evidence including analytical testing for volatile organic compounds (VOC), at minimum, prior to signing off on the uncontaminated designation of the waste. The CONTRACTOR shall provide a Licensed Professional Engineer's certification for all soil and clean construction and demolition debris containing soil uncontaminated prior to major underground activities. Upon certification, all excavated soil and clean construction and demolition debris shall be deposited in an IEPA-approved landfill. Providing the Professional Engineer's Certification and all testing of VOC's shall be included in the cost of the contract. The cost to comply with these restrictions shall be at no additional expense to the Village or contract. SUBSURFACE INFORMATION All soils and pavement information, upon which the design was prepared, shown on the Plans or contained in the Special Provisions pertaining to subsurface exploration, borings, test pits and other preliminary investigations represents only the best knowledge of the Village as to the location, character or quantity of the materials encountered and is only included for the convenience of the bidder. The Village assumes no responsibility whatever in respect to the sufficiency or accuracy of the information, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or that unanticipated developments may not occur. The bidder will be permitted to see and examine this information for whatever value he considers it worth. Any additional borings deemed necessary by the bidder shall be made at his own expense. It is expected that each bidder will, prior to submitting his bid, visit the site of the work, examine the local conditions, inform himself as to the accessibility of the work, and ascertain the character of the material to be excavated and obtain such available information as will assist him to make an intelligent bid. Failure of a bidder to make such an examination may be held to be sufficient reason to reject his bid. No allowance will be made for failure of a bidder or CONTRACTOR to estimate the difficulties attending the execution of the work. BRACING AND SHEETING Description. The CONTRACTOR shall provide all trench bracing/protection in accordance with Article 550.04 of the IDOT Standard Specifications, and shall provide ample means and equipment to keep all excavations dry during the construction period until completion and acceptance of the work at final inspection. The CONTRACTOR, if necessary, shall furnish, place and maintain protective measures during excavations to 13 SECTION D safeguard adjacent utilities, as well as the work done under this contract. Protective measures for excavation support should include the use of safety trench boxes, sheeting and bracing, or other appropriate methods. In this regard, the CONTRACTOR must be responsible for meeting OSHA requirements, local regulations and/or project specifications with the respect to the safety of his work force and protection of adjacent structures. If at anytime the method being used by the CONTRACTOR for supporting any material, roadway or utility structure adjacent to any excavation is not reasonably safe in the opinion of the ENGINEER, the ENGINEER may require and the CONTRACTOR shall provide additional bracing and support necessary to furnish the added degree of safety required by the ENGINEER. The CONTRACTOR shall provide such additional bracing and support by any method approved by the ENGINEER, as he may elect to use, but the taking of such added precautions shall in no way relieve the CONTRACTOR of his sole and final responsibility for the safety of lives, work and structures. Basis of Payment. The cost of such required protective measures and dewatering processes shall not be paid for separately but shall be considered as included in the cost of the associated contract item being installed. SECTION 107 — MAINTENANCE OF ROADWAYS Beginning on the date that the CONTRACTOR begins work on this project, he shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the ENGINEER, but shall not include snow removal operations. Traffic Control and Protection for this work will be provided by the CONTRACTOR as required by the ENGINEER. If items of work have not been provided for in the contract, or otherwise specified for payment, such items, including the accompanying Traffic Control and Protection required by the ENGINEER, will be paid for in accordance with Article 109.04 of the IDOT Standard Specifications. SECTION 107 — MAINTENANCE AND PROTECTION OF MANHOLE LIDS AND VALVE COVERS There are manholes located within the construction limits. Care should be taken during the paving operations. It is the responsibility of the CONTRACTOR to inspect all existing manhole lids and valve covers, together with the ENGINEER, prior to starting construction and a record kept of their condition. All debris which accumulates on new and existing lids and covers and in their pick holes during the time the contract is in force shall be removed and disposed of by the CONTRACTOR at his own expense. 14 SECTION D SECTION 107 — PROTECTION OF EXISTING DRAINAGE FACILITIES DURING CONSTRUCTION All existing drainage structures are to be kept free of all debris resulting from construction operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered included in the cost of the contract. Any debris in the drainage structures resulting from construction operations shall be removed at the CONTRACTOR'S own expense, and no extra compensation will be allowed. Should reconstruction or adjustment of a drainage structure be required by the ENGINEER in the field, the necessary work and payment shall be done in accordance with Section 602 and Article 104.02 respectively of the IDOT Standard Specifications. During construction if the CONTRACTOR encounters or otherwise becomes aware of any sewers, underdrains or field drains within the right-of-way other than those shown on the Plans, he shall so inform the ENGINEER who shall direct the work necessary to maintain or replace the facilities in service and to protect them from damage during construction if maintained. Existing facilities to be maintained that are damaged because of noncompliance with this provision shall be replaced at the CONTRACTOR'S own expense. Should the ENGINEER have directed the replacement of a facility, the necessary work and payment shall be done in accordance with Sections 550 and 601 and Article 104.02, respectively, of the ]DOT Standard Specifications. ARTICLE 107.09 — PUBLIC SAFETY AND CONVENIENCE The CONTRACTOR shall maintain entrances along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Delays and inconveniences caused by the CONTRACTOR by complying with these requirements shall be considered included in the cost of the contract and no additional compensation will be allowed. The CONTRACTOR is to plan his work so that there will be no open holes in the pavement and that all barricades will be removed from the roadway during non -working hours, except where required for public safety. ARTICLE 107.30 — PROTECTION OF CONCRETE Special attention is called to Article 107.30 of the [DOT Standard Specifications. Any defaced work and any sidewalk and curb and gutter not acceptable to the ENGINEER shall be replaced by the CONTRACTOR at his sole expense prior to final payment. It is the CONTRACTOR's responsibility to guard and protect newly poured concrete against any foreign markings, initials, writings, footprints, handprints, and all other graffiti and imperfections that may occur as a result of vandalism or innocent pranks. The CONTRACTOR shall remove all concrete damaged in this manner and replace same, all at his expense and no cost to the Village. It is suggested that the CONTRACTOR either place the concrete in the morning prior to noon or provide security to protect his work. 15 SECTION D In addition, any adjacent sidewalk damaged by the CONTRACTOR during the removal or replacement operations shall be removed and replaced by the CONTRACTOR at no cost to the Village. ARTICLE 108.01 — SUBLETTING OF CONTRACT In addition to the requirements of Article 108.01 of the IDOT Standard Specifications within fifteen (15) days after the Notice of Award of contract, the Contractor shall submit for approval 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. ARTICLE 108.06 — LABOR, METHODS, AND EQUIPMENT The provisions of Article 108.06 of the IDOT Standard Specifications shall apply except that the Owner, not the Engineer, shall have the authority to suspend the work due to the Contractor's failure to remove persons, who in the opinion of the Engineer, do not perform the work in a proper manner or are intemperate or disorderly; or due to the Contractor's failure to furnish suitable and sufficient personnel for the proper prosecution of the work. ARTICLE 202.03 — CONSTRUCTION DEBRIS Effective October 18, 1999 Add the following to the third paragraph of Article 202.03 of the ]DOT Standard Specifications: "The CONTRACTOR shall not conduct any generation, transportation, or recycling of construction or demolition debris, clean, general or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures, and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner, and operator of the facility where the debris or soil was transferred, disposed, recycled or treated." 9-6 PARTIAL PAYMENTS AND RETAINAGE The provisions of Section 9-6 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 and Owner 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 16 SECTION D 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 by the Village. Partial payments will not be made until satisfactory waivers of lien are received by the Village of Oak Brook and approved. The attached waiver forms at the end of Section C must be used. The following procedure shall be used: 1st Payment — Waiver from the General Contractor is required. Waivers from subcontractors and materialmen are not required. 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. 3`d & 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 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 17 SECTION D 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. 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 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 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 A subcontractor may have sub -subcontractors or material suppliers listed in its Affidavit. Each listed entity must supply the necessary waivers. 18 SECTION D 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." 9-9 ACCEPTANCE AND FINAL PAYMENT The provisions of Section 9-9 of the Standard Specifications shall be modified so that the Contractor will be responsible for formulating and submitting to the Engineer and Owner 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. 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. QUALITY CONTROL/QUALITY ASSURANCE OF CONCRETE MIXTURES Description. Check Sheet #31: Quality Control/Quality Assurance of Concrete Mixtures (Eff. 4-1-92) (Rev. 1-1-09) of the Supplemental Specifications and Recurring Special Provisions, indicated on the Check Sheet included herein, specifies the quality control responsibilities of the CONTRACTOR for Portland cement concrete mixtures and controlled low -strength material incorporated in the project, and defines the quality assurance and acceptance responsibilities of the ENGINEER. Basis of Payment. Quality Control/Quality Assurance of Portland cement concrete mixtures will not be paid for separately, but shall be considered as included in the cost of the various concrete contract items. 41-2.10#01 THRUST BLOCKING Precast concrete thrust blocks shall be constructed at all bends, tees, fire hydrants, plugs and valves against undisturbed earth and in accordance with Section 41-2.10 of the ]DOT Standard Specifications. This work shall be done at locations shown on the Plans or as directed by the Engineer and as shown on Standard Drawing 9 and the Thrust Blocking Detail on the Plans. All wooden shims and wedges used to tighten thrust blocking shall be fully encased with poured concrete and the concrete shall have set before the trench is backfilled. SECTION 602 — CATCH BASIN MANHOLE INLET DRAINAGE STRUCTURES AND VALVE VAULT CONSTRUCTION ADJUSTMENT AND RECONSTRUCTION Article 602.02, add the following: 19 SECTION D Materials. All frames and grates to be furnished as part of this contract for construction, adjustment, or reconstruction shall conform to the Village of Oak Brook "Public Works Construction Standards" as follows, or approved equal: 1. Frames and Closed Lids a. For valve vaults -Neenah R-1712, or equal. b. Solid lid shall bear the marking "WATER". c. Castings shall be set in a bituminous mastic bed; mortar will not be allowed. 42001300 — PROTECTIVE COAT Description. This work shall conform to the requirements of Articles 420.18 and 1023.01 of the [DOT Standard Specifications except that the protective coat shall be applied in all cases regardless of the calendar date limitations contained in Article 420.21. The protective coating shall be applied to the exposed surfaces of the concrete curb and gutter and sidewalk. Concrete curing shall be limited to methods specified in Article 1020.13 (a) [1], [2], and [3]. Method of Measurement and Basis of Payment. Payment for Protective Coat will be measured in place at the contract unit price per square yard, which price shall include all labor, equipment and materials necessary to perform the work as herein specified. 44000500 — COMBINATION CURB AND GUTTER REMOVAL Description. This work consists of the removal of existing combination curb and gutter (and barrier curb) and existing sub -base material in accordance with the details shown on the Plans and Section 440 of the IDOT Standard Specifications for Road and Bridge Construction with the following revisions: The existing curb to be removed shall be saw cut to its full depth to eliminate damages to adjacent curb remaining in place. Any damage to adjacent curb shall be removed and replaced by the CONTRACTOR at his expense. Sawcutting shall be considered incidental to the particular concrete items being removed and shall not be paid for separately. This work shall include complete removal of the existing combination curb and gutter and its base course. Excavation and grading for the proposed aggregate base course improvement for the full width of the proposed roadway and combination curb and gutter shall be performed in accordance with PAVEMENT REMOVAL (SPECIAL) listed in these Special Provisions. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per lineal foot for COMBINATION CURB AND GUTTER REMOVAL which shall include all excavation and removal of existing curb and gutter and sub -base material. 20 SECTION D 44000600 — SIDEWALK REMOVAL Description. This work consists of the removal of existing Portland cement concrete sidewalk (and approach walks) and existing aggregate sub -base and subgrade material in accordance with Section 440 of the IDOT Standard Specifications for Road and Bridge Construction except as follows: Where existing concrete sidewalks are to be removed, the concrete shall be saw cut its full depth to prevent spalling and shall be removed to the nearest joint. Sawcutting shall be considered incidental to the particular concrete items being removed and shall not be paid for separately. Excavation and grading for the proposed aggregate base course improvement for the full width of the proposed Portland cement concrete sidewalk shall be performed in accordance with Section 202 of the Standard Specification except that earth excavation will not be paid for separately but shall be included in the cost of this item. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square foot for SIDEWALK REMOVAL which shall include all excavation and removal of existing concrete sidewalk and sub -base material to the final grade required to place the proposed PCC sidewalk and associated base course. 56104900156105200 — WATER VALVES 6"112" Description. Water valves shall be constructed in accordance with the applicable portions of Section 561 of the [DOT Standard Specifications and with the applicable portions of Section 41 of the Water and Sewer Specifications except as modified herein. Materials. All water main valves shall only be Mueller Resilient Seat Gate Valve (Resilient Wedge, RAN) for mechanical joints conforming to AWWA C111 (Mueller No. A-2360-20). All work shall conform to the attached pages of the Village of Oak Brook "Public Works Construction Standards." Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for WATER VALVES, of the size specified. This price shall include the cost of all labor, materials and equipment necessary to install the gate valve in a valve vault, as detailed in the Plans and to the satisfaction of the Engineer. The valve vault will be paid for separately. 56400820 — FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX Description. This work consists of furnishing and installing a fire hydrant with auxiliary valve and valve box at locations shown in the Plans. As a minimum, the design, materials and workmanship of all fire hydrants shall conform to the applicable portions 21 SECTION D of AWWA C502 as well as Section 45 of the Water and Sewer Specifications. The details and notes for materials and installation are provided on the Plans. Materials. All fire hydrants shall be Mueller Super Centurion Model No. A-423, complying with AWWA C-502 and having breakable safety flanges, as currently installed in the Village. All work shall conform to the attached pages of the Village of Oak Brook "Public Works Construction Standards." Hydrants shall be furnished with a 6" (150 mm) R/W (resilient wedge) Mueller gate valve, (Mueller No. A-2360-16) attached directly to the hydrant, and cast iron valve box two-piece (Tyler No. 664S). Hydrants shall have national standard threads and shall be painted a green color, (Glidden Structure Green No. 4503, or Rust Scat Mack Green No. 138). All port caps shall be painted a highly reflective white color (3M traffic control division white paint No. 7216). Hydrants shall be installed plumb and set so that the lowest hose connection is at least 18" above finished grade. The Contractor shall be fully and incidentally responsible for identifying and providing the necessary hydrant barrel length to ensure the breakaway flange is set 2" above finished grade. The Contractor shall have a variety of hydrant barrel lengths and extensions to comply with the 2" breakaway flange height. The work to install hydrant flanges at the specified 2" grade will not be paid for separately but shall be considered included in the cost of FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX. The water main from the hydrant to the water main shall be a six (6) inch ductile iron water pipe. The valve boxes shall be the adjustable type, shall be set at finished grade, and shall have the valve box covers stamped "Water". General. Fire hydrants shall be placed at the locations as shown on the Plans or as otherwise directed by the ENGINEER. Fire hydrants shall be installed as shown on the details included in the Plans. A minimum of 0.5 cubic yard of coarse aggregate CA -7 shall be placed at and around the base of the hydrant to insure proper drainage of the hydrant after use. The hydrant shall be set on a concrete block to insure firm bearing for the hydrant base. All fire hydrants will be inspected by the Village of Oak Brook prior to any backfilling. The hydrant, valve, and tee shall all be restrained per Village requirements. The auxiliary valve shall not be directly connected to the tee on the water main. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX, which price shall include the cost of all labor, materials, and equipment necessary to install the fire hydrant with auxiliary valve and valve box, tee or locking hydrant tee, new bolts, and 6" ductile iron pipe extension connecting the hydrant to the water main, as detailed in the Plans, the foregoing specifications and to the satisfaction of the ENGINEER. 22 SECTION D 60500405 — FILLING VALVE VAULT Description. This work shall consist of filling existing valve vaults as shown on the plans or as directed by the Engineer. All work shall be completed, measured, and paid for in accordance with the requirements of Section 605 of the IDOT Standard Specifications, except as modified herein. Prior to filling valve vaults, the old valves shall be closed and abandoned in place. The Contractor shall remove the valve vault's frame and lid, adjusting rings and cone section. These items shall be properly disposed of offsite or delivered to Public Works for salvage. The Owner will identify any frames and lids to be salvaged. Those to be salvaged shall be removed and delivered to the Department of Public Works. The valve vault shall be filled with CLSM. All work shall be performed to the satisfaction of the Engineer. Landscape restoration will be paid for separately. Method of Measurement and Basis of Payment. The work will be paid for at the contract unit price each for FILLING VALVE VAULT, which shall include removing and disposing of the top portions of the structures, sealing existing pipes, and filling the existing structure with CLSM. 60605500 — COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.24 ( VARIABLE WIDTH GUTTER FLAG) Description. This work shall be performed in accordance with Standard 606001, the details shown on the Plans and Section 606 of the ]DOT Standard Specifications for Road and Bridge Construction with the following revisions: The new curb and gutter shall be constructed to the same shape and depth as the adjacent curb except that the curb flag shall be a minimum of ten (10) inches in thickness and vary from twelve (12) inches to twenty-four (24) inches in width. Transverse contraction joints shall be saw cut every fifteen (15) feet and transverse expansion joints shall be every 105 feet and at all points of curve in the curb radii. The curb and gutter shall be placed on compacted aggregate base course as detailed in the Plans. Placement of the aggregate base course shall be paid for separately as AGGREGATE SUBGRADE 12". The ENGINEER shall observe existing or compacted sub -base material prior to each concrete pour. Two (2) tie bars shall be installed at each end of all patch locations. Tie bars shall be No. 6 bars, 24 inches long and shall be drilled a minimum depth of 8 inches into the existing shoulder, and grouted in place using non -shrink grout conforming to Article 1024 of the IDOT Standard Specifications. Full depth and width preformed expansion joint filler shall be placed at one end of each patch. Curing and protection shall be in accordance with Article 1020.13(a) and 1020.13(c). 23 SECTION D All concrete replacement shall be done with the highest quality workmanship possible, including but not limited to, smooth side finishes and top of work matching straight line between ends. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per lineal foot for COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.24 (VARIABLE WIDTH GUTTER FLAG) which price shall include all labor, equipment and materials necessary to perform the work as herein specified to construct the proposed combination concrete curb and gutter. 60609200 — COMBINATION CONCRETE CURB AND GUTTER TYPE M-6.12 Description. This work shall be performed in accordance with Standard 606001, the details shown on the Plans and Section 606 of the [DOT Standard Specifications for Road and Bridge Construction with the following revisions: The new curb and gutter shall be constructed to the same shape and depth as the adjacent curb except that the curb flag shall be a minimum of ten (10) inches in thickness. Transverse contraction joints shall be saw cut every fifteen (15) feet and transverse expansion joints shall be every 105 feet and at all points of curve in the curb radii. The curb and gutter shall be placed on compacted aggregate base course as detailed in the Plans. Placement of the aggregate base course shall be paid for separately as AGGREGATE SUBGRADE 12". The ENGINEER shall observe existing or compacted sub -base material prior to each concrete pour. Two (2) tie bars shall be installed at each end of all patch locations. Tie bars shall be No. 6 bars, 24 inches long and shall be drilled a minimum depth of 8 inches into the existing shoulder, and grouted in place using non -shrink grout conforming to Article 1024 of the [DOT Standard Specifications. Full depth and width preformed expansion joint filler shall be placed at one end of each patch. Curing and protection shall be in accordance with Article 1020.13(a) and 1020.13(c). All concrete replacement shall be done with the highest quality workmanship possible, including but not limited to, smooth side finishes and top of work matching straight line between ends. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per lineal foot for COMBINATION CONCRETE CURB AND GUTTER, TYPE M-6.12 which price shall include all labor, equipment and materials necessary to perform the work as herein specified to construct the proposed combination concrete curb and gutter. 24 SECTION D (PVC) C-900 WATER MAIN 6"112" Description. PVC water main shall be constructed in accordance with the applicable portions of Sections 40 and 41 of the ]DOT Standard Specifications for Water and Sewer Main Construction in Illinois and Section 561 of the [DOT Standard Specifications for Road and Bridge Construction except as modified herein. Materials. Water main shall be PVC C-900 DR 18 pipe as manufactured by JM Eagle, Diamond Plastics, North American Pipe Corporation, Northern Pipe Products or approved equal. The pipe, joints, and fittings shall conform to ANSI / AWWA C900 Pressure Class 235. Installation of PVC C-900 pipe shall conform to ANSI / AWWA C605. In accordance with the details and the attached pages of the Village of Oak Brook "Public Works Construction Standards", connections to bends, tees, reducers and other fittings shall be made with fully -restrained mechanical joints manufactured by Tyler/Union or approved equal meeting the requirements of ANSI/AWWA C153/A21.10. All fittings shall be furnished with EBAA Iron, Inc. Mega -Lug 2000PV retainer glands, Ford Uni-Flange Series 1500 Circle Lock MJ retainer glands or approved equal, and shall be installed with fluorocarbon coated low alloy corrosion -resistant high-strength steel (cor-ten) t -bolts and nuts equal to NSS cor-blue or approved equal in accordance with ANSI/AWWA C111/A21.1. All fittings shall be wrapped in a polyethylene film, 8 mil thick, in accordance with ANSI/AWWA C1 05/A21.5 and securely fastened to the adjacent PVC pipe to the satisfaction of the Engineer. Bedding, haunching, and initial backfill shall consist of CA -7 coarse aggregate gradation. Bedding shall consist of 6" compacted granular bedding beneath the pipe. Haunching shall consist of the backfill from the bottom of the pipe to the spring line (centerline) of the pipe. Initial backfill includes granular backfill from the spring line of the pipe to 12" above the pipe. Initial backfill and haunching shall be placed in 6 -inch maximum layers with the backfill compacted by mechanical means. This work shall be included in the cost of the associated water main of the size and type specified. Testing. All testing and chlorination shall conform to Sections 41-2.14 and 41-2.15 of the Standard Specifications for Water and Sewer Main Construction in Illinois, the requirements of pages 51 to 56 of the Village of Oak Brook "Public Works Construction Standards", and 'Pressure Testing and Chlorination of Water Mains" included in these Special Provisions. Chlorination and testing (and re -chlorination and re -testing, if necessary) will be. paid for separately. 25 SECTION D Installation. All water main shall be laid to a minimum depth of 5.5', measured from the existing ground surface or proposed finished grade to the top of the barrel of the pipe. Final water main alignment is at the discretion of the Owner. Wherever water is encountered in the trench, it shall be removed during pipe laying and jointing operations. Provisions shall be made to prevent floating of the pipe. Any dewatering of the trenches shall be considered incidental and paid for at the Contractor's sole expense. At no time shall trench water be allowed to enter the water main. Water main shall be installed to provide a minimum of 5.5' and maximum of 8.0' of cover except at special crossings as shown on the Plans. All pipe shall be handled in such a manner as to prevent damage to the pipe or coating and shall be inspected by the Engineer for defects prior to installation. Accidental damage to the pipe or coating shall be repaired to the satisfaction of the Engineer, or be removed from the job, and the methods of handling shall be corrected to prevent further damage when called to the attention of the Contractor. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material therein shall be removed, cleaned and re-laid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug, or by other means subject to the review of the Engineer, to ensure absolute cleanliness inside the pipe. All cutting of existing water main pipe for the insertion of valves, tees or other fittings shall be performed without damage to the pipe or pipe lining, and so as to leave a smooth end at right angles to the axis of the pipe. Any damaged water main shall be re -cut and replaced by the Contractor at his sole expense. Bell repair clamps shall not be allowed. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per foot for PVC C-900 WATER MAIN of the size specified which payment will be full compensation for all bends, tees, reducers, plugs, fittings, thrust blocks, retainer glands, fasteners, encasement, bedding/haunching/initial backfill and shall include all labor, tools, equipment and incidental items necessary to complete this work as specified. EXTERNAL JOINT RESTRAINT FOR PVC C-900 WATER MAIN Description. This work shall consist of furnishing and installing a Series 1600 Bell Restraint Harness, as manufactured by EBAA Iron, or approved equal at the first joint on each side of mechanical fittings shown on the plans or as directed by the Engineer. See detail included in the Plans. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per each for EXTERNAL JOINT RESTRAINT FOR PVC C-900 WATER MAIN and shall include all materials, labor, and incidental items necessary to complete this work as specified. 26 SECTION D PRESSURE TESTING AND CHLORINATION OF WATER MAINS Pressure and Leakage Testing. Pressure testing of the water mains shall be in accordance with Section 41-2.14 of the Standard Specifications and as specified herein. After installation, all water main and service pipes, fittings, valves and hydrants shall be subjected to a minimum hydrostatic pressure and leakage test of 150 pounds per square inch (psi) for a period of not less than two (2) hours. Each section of water main and connection to be pressure tested shall be carefully filled with water to expel all entrapped air, and the test pressure shall be applied by use of a pump connected to a tap in the pipe. The tap shall consist of a Mueller H-15000 or H-15008 Corporation Stop installed with a Mueller BR2S Bronze Service Saddle — Double Strap with AWWA taper (CC) thread per SD 33 and 34 of the Village of Oak Brook 'Public Works Construction Standards" as shown in the Plans. A Copper whip and temporary hydrant which will be pressure testing, and disinfection. The maximum allowable leakage will be determined using the formula as shown in Section 41-2.14C(2) of the Standard Specifications for Water and Sewer Construction in Illinois. Chlorination. Chlorination/Disinfection of the water main system shall be accomplished by the use of liquid chlorine mixture only in accordance with Section 41- 2.15 of the Standard Specifications for Water and Sewer Construction in Illinois. Chlorination of the water main must be witnessed by a member of the municipal staff or its authorized representative. The Contractor shall coordinate with the Water Department and the Chlorination .Subcontractor and meet on site at the time of chlorinating. All work shall conform to the attached pages 51 to 56 of the Village of Oak Brook "Public Works Construction Standards". 24 hours minimum notice is required for filling and flushing new mains. The main shall be thoroughly flushed; in a manner acceptable to the Owner, prior to chlorination and prior to starting water service installation. DECHLORINATION. Chlorinated water with a concentration greater than 1 mg/L shall not be discharged to any downstream waterways. When written approval is obtained from the sanitary sewer district and the Owner, heavily chlorinated water may be disposed of to the sanitary sewer system. Prior to discharge, the Contractor shall submit sanitary sewer district approvals to Owner for review. Where discharge to sanitary sewers is impractical or when approval cannot be obtained from the sanitary sewer district, the Contractor shall utilize dechlorinating agents to lower residual chlorine levels to below 1 mg/L. Field dechlorination shall be performed in accordance with ANSI/AWWA C655-09, latest edition, for the dechlorination of chlorinated water being discharged. The Contractor is required to 27 SECTION D follow procedures including regulations, discharge site preparation, sampling and testing of discharge water, various methods of dechlorination, and dechlorination chemicals. Prior to use, dechlorinating agents and proposed dechlorinating methods shall be submitted to the Owner for review and approval. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per lump sum for PRESSURE TESTING AND CHLORINATION OF WATER MAINS. This price shall include the cost of all materials, labor, tools, and equipment required for filling, flushing, hydrostatic pressure tests, leakage tests, disinfecting of the water main, and field dechlorination. This item shall include any and all items such as water pumps, gauges, meters, temporary hydrants, taps, service saddles, corporation stops, copper whips, temporary blind flanges, laboratory test costs, subsequent removal of all temporary items, and all other items necessary to complete this work as specified. TRACER CABLE AND CONDUIT This work shall consist of furnishing and installing 1" coilable nonmetallic conduit side by side with the PVC water main and furnishing and installing electric tracer cable in the conduit. The minimum conduit wall thickness shall be SDR13.5. This work shall be done in accordance with Section 810 and 817 of the IDOT Standard Specifications and as specified herein. The conduit shall be fastened to the PVC water main with a method acceptable to the Village and installed in the same trench as the water main. The conduit shall be terminated at each end in a flush mount access box. Tracer wire shall be terminated at each end in a flush mount access box. Access Box shall have a cast iron lid that can be locked and opened with a standard pentagon head key wrench. Tracer wires shall be stripped and attached to stainless steel screws mounted to the underside of the lid. Three -feet of slack shall be left in wire length so cover can be lifted with wire intact. Tracer wire access box shall be located directly in front of fire hydrants or where indicated by the Engineer and be set to grade. Tracer Wire Access Boxes shall not be located in pavement unless specified by the Engineer. The tracer wire shall be #10 solid insulated copper wire installed in a 1" coilable nonmetallic conduit. Tracer wire and conduit will be measured per lineal foot of constructed PVC water main. Vertical length for access box terminations will not be measured for payment and shall be included in the cost of Tracer Wire Access Box. Splicing of wires between access boxes will not be permitted. Conduit shall extend into a terminate within the access box. Methods of splicing conduit shall be submitted to the Village for approval prior to performing any splicing. Only water proof splicing kits may be used. 28 SECTION D Tracer wire access box shall be of domestic manufacture and equal to Valvco TWAB (See detail included in Plan). This work shall be measured and paid for at the contract unit price per foot for TRACER WIRE IN CONDUIT and per each for TRACER WIRE ACCESS BOX which price shall be considered payment in full for completing this work as shown on the plans and as directed by the Engineer. CONNECTION TO EXISTING MAINS/SERVICES Description. This work shall consist of connecting the proposed water main improvement to the existing water main in accordance with the requirements of Section 41.2-11 of the Standard Specifications and with the details shown on the plans. Connections will be constructed in locates shown on the plans or as directed by the Engineer. NON -PRESSURE CONNECTIONS "A" AND "B" AND WATER SERVICE CONNECTION, 6" This work shall include all necessary fittings, retainer glands, select granular backfill, labor, and equipment required to complete the work. Closing of the existing valves to isolate the connections shall be coordinated by the Contractor and performed by the Village of Oak Brook. To reduce the inconvenience to the public, the Contractor shall procure all material for the connection in advance and perform as much preparation work as possible prior to requesting a shutdown of the existing water main section. Any pipe that is unable to be chlorinated after installation shall be thoroughly disinfected and rinsed on the surface prior to installation. All work shall be done to the satisfaction of the Village Water Department and conform to the attached Village of Oak Brook "Public Works Construction Standards" and AWWA requirements. Notification to Village: The Contractor shall notify the Village 48 hours prior to any water main or service shutdown. This work will be paid for at the contract unit price per Lump Sum for NON -PRESSURE WATER MAIN CONNECTION, of the designated letter, and WATER SERVICE CONNECTION, 6", which payment will be full compensation for all fittings materials, trench backfill, labor, tools, and incidentals to complete these items. 29 SECTION D X0323677 — STREET SWEEPING This work shall be completed in accordance with Section 107.15 of the IDOT Standard Specifications except as modified herein. At the end of each day, the Contractor shall be responsible for cleaning the pavement of all dirt and debris from any vehicular traffic in addition to his own equipment. The Contractor shall be responsible to reduce the amount of dust on roadways within or adjacent to the limits of construction caused by dirt and debris tracked by traffic from within the limits of construction. The cost of all work mentioned above shall be incidental to the unit prices bid. If, in the opinion of the Village of Oak Brook or Engineer, street sweeping is required beyond the limits of the Contractors responsibility, the sweeping will be paid for as STREET SWEEPING. The Contractor shall report to the Engineer when the sweeper arrives and departs the site each day. The Contractor shall also submit the subcontractor's invoices to the Engineer; STREET SWEEPING will not be quantified for payment unless Sweeping invoices are received. Travel time will not be paid for. Street sweeping beyond the limits of the Contractors responsibility will be paid for at the Contractors unit price per hour for STREET SWEEPING which price shall include all labor, material, and equipment as specified herein. X0324636 - WATER VALVE BOXES TO BE ABANDONED This work shall consist of filling existing valve boxes with their associated riser boxes as shown on the plans or as directed by the engineer. All work shall be accomplished, measured, and paid for in accordance with the requirements of Section 605 of the IDOT Standard Specifications, except as modified herein. Prior to filling valve boxes, the old valves shall be closed and abandoned in place. The top section of the valve box along with the cap shall be removed and disposed of proper]. The remaining portion of the box shall be filled with CLSM. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for WATER VALVE BOXES TO BE ABANDONED which the price shall be payment in full for completing this work as specific, including the cost of CLSM. 30 SECTION D X0549200 — CLEANING PAVED DITCH Description. This work shall consist of cleaning existing paved ditches which have accumulated silt, debris and vegetation over time, at locations shown in the plans, and as directed by the Engineer. After the work is completed, the entire paved ditch shall be free and clear of all silt, debris, and vegetation. Any damage to the existing items due to the Contractor's operations shall be removed and replaced at no additional expense. Disposal of removed material shall be incidental to the appropriate pay item. Method of Measurement and Basis of Payment. This work will be measured for payment in feet for CLEANING PAVED DITCH, which price shall include all materials, labor and equipment necessary to provide cleaning of existing paved ditch at locations shown in the plans, as specified herein, and as directed by the engineer. X2080250—TRENCH BACKFILL, SPECIAL Description. The provisions of Section 208 of the IDOT Standard Specifications shall be modified such that the material used for trench backfill shall be CA -6 coarse aggregate. The trench backfill shall be compacted only by Methods 1 or 2 as defined in Article 550.07 of the ]DOT Standard Specifications and as approved by the Engineer. The standard test to define maximum densities of all compaction work shall be ASTM 01557. All densities shall be expressed as a percentage of the maximum density obtained in the laboratory by the ASTM 01557 standard procedure. Each layer shall be compacted by mechanical means to 95 percent of the maximum dry density. The bedding, haunching and backfilling for pipe installation shall be as shown on the Drawings and as specified in Section 20 of the Water and Sewer Specifications except as modified in these Special Provisions. Bedding and haunching material will not be measured for payment but will be considered included in the cost of the associated pipe. Where flexible or ductile iron pipe is used, the selected granular material required for initial backfill, from the springline of the pipe to 12 inches above the pipe, will not be eligible for payment but shall be considered included in the cost of the associated pipe being installed such as POLYVINYL CHLORIDE PIPE WATER MAIN, of the diameter specified. Screenings, crushed concrete, soil and/or blast furnace slag are not acceptable materials and will not be permitted. For bedding, haunching, and initial backfill requirements, refer to the pipe bedding details shown in the Plans and associated specifications found in these Special Provisions. 31 SECTION D Trench backfill shall consist of select granular backfill material (CA -6) and shall be installed at locations shown in the Drawings to the proposed subgrade elevation. The select granular backfill material shall be placed in 6 -inch maximum layers of the specified materials as shown on the Drawings and compacted by mechanical means from one foot above the top of the pipe to proposed subgrade of the roadway, roadway surface, or proposed bottom of topsoil where applicable. Native backfill material (common) excavated from the site or the trench shall be placed back into the trench when and where common backfill is shown on the Drawings or 5' beyond the limits of any proposed curb and gutter, driveway, or sidewalk. Only select material free of organics, rocks, and debris shall be place back into the trench and only as approved by the ENGINEER. The common backfill material shall be placed in one foot layers and compacted by Methods 1, 2, or 3 as defined in Article 550.07 of the ]DOT Standard Specifications from one foot above the top of the pipe to the bottom of required topsoil. Each layer shall be compacted to 90 percent of the maximum dry density and/or compacted to the approval of the Engineer. Native backfill material will not be paid for separately, but shall be included in the cost of the associated pipe. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per cubic yard for TRENCH BACKFILL, SPECIAL in accordance with Articles 208.03 and 208.04 of the Standards Specifications. X2130010 — EXPLORATION TRENCH, SPECIAL Description. This work consists of excavating a trench at the locations directed by the ENGINEER for the purpose of locating existing tile and utility lines within the construction limits of the proposed improvement. This work shall conform to the requirements of Section 213 of the IDOT Standard Specifications except as herein modified. The trench shall be deep enough to expose any utility in question, and the width of the trench shall be sufficient to allow proper investigation to determine existing conditions and if there are any utilities that may need to be relocated. The exploration trench shall be backfilled with trench backfill meeting the requirements of TRENCH BACKFILL, SPECIAL, of these Special Provisions, the cost of which shall be included in the item of EXPLORATION TRENCH. SPECIAL. An estimated length of exploration trench as been shown in the summary of quantities to establish a unit price only, and payment shall be based on the actual length of trench explored without a change in unit price because of adjustment in plan quantities. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per foot for EXPLORATION TRENCH, SPECIAL, and no extra compensation will be allowed for any delays, inconveniences or damage sustained by the CONTRACTOR in performing the work. 32 SECTION D X4240430 — PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SPECIAL Description. This work consists of the installation of a Portland Cement Concrete Sidewalk on a compacted aggregate base in accordance with Section 424 of the IDOT Standard Specifications. At driveway apron locations, the depth of concrete shall be increased to 6 inches minimum for residential driveways and 7 inches minimum for non-residential driveways. Thickened sidewalk shall be considered incidental to the cost of this item. No additional compensation will be allowed. All PCC sidewalks shall be placed on 4 inches of compacted aggregate base course, Type B. Aggregate base course will not be paid for separately, but shall be considered included in the cost of the associated sidewalk or pavement. The ENGINEER shall observe existing or compacted sub -base material prior to each concrete pour. Expansion joints shall be placed at intervals of not more than 50 feet and against all existing concrete structures. Expansion joints shall be placed where the sidewalk abuts existing sidewalk, driveway pavement, and curb and gutter. Sidewalk ramps shall be constructed according to the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Curing and protection shall be in accordance with Article 1020.13(a) and 1020.13(c). All concrete work shall be done with the highest workmanship possible, including but not limited to, smooth side finishes and top of work matching straight line between ends. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH, SPECIAL of the thickness specified which shall include all required labor, equipment, and materials necessary to construct the sidewalk (at the specified depth) and prepared aggregate base course. Detectable warnings (per BDE 80146) will be paid for as TACTILE/DETECTABLE WARNING SURFACE in accordance with these Special Provisions. BITUMINOUS BIKE PATH, 4" Description. This work consists of the installation of a Bituminous Bike Path on an acceptable subgrade in accordance with the Standard Specifications and the Village of Oak Brook "Public Works Construction Standards". The ENGINEER shall observe existing or compacted sub -base material prior to installing the bituminous concrete surface course, Mixture C, Class I, Type 3. The work shall be constructed in 2 lifts, each shall be a nominal thickness of two inches (2"). 33 SECTION D Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square foot for BITUMINOUS BIKE PATH of the thickness specified which shall include all required labor, equipment, and materials necessary to construct the path (at the specified depth) and prepared subgrade. X4404400 — PAVEMENT REMOVAL (SPECIAL) Description. This work consists of furnishing equipment, labor, tools and materials necessary for the removal and satisfactory disposal of all existing bituminous and concrete pavement composition in accordance with the applicable requirements of Section 440 of the [DOT Standard Specifications for Road and Bridge Construction except as follows: This work shall include complete removal of the existing pavement, sub -base, subgrade, and proposed excavation to the proposed subgrade elevation shown in the Plans. Excavation and grading for the proposed subgrade improvement to the full width of the proposed aggregate subgrade for the proposed combination concrete curb and gutter and pavement shall be performed in accordance with Section 202 of the Standard Specification except that earth excavation will not be paid for separately but shall be included in the cost of PAVEMENT REMOVAL (SPECIAL). Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square yard for PAVEMENT REMOVAL (SPECIAL). This cost shall include removal and disposal of the existing bituminous and concrete pavement composition, sub -base, and subgrade materials to the final subgrade elevation required to construct the proposed pavement and sub -base structure. X5610651 — ABANDON EXISTING WATER MAIN FILL WITH CLSM Description. This work consists abandoning existing water main at the locations shown on the plans or as directed by the Engineer. Abandoning of the water mains and shall consist of cutting, capping, and/or plugging the main, and filling the water main with controlled low -strength material backfill (CLSM). Filling the existing water main with CLSM backfill shall be in accordance with Section 593 of the IDOT Standard Specifications. Method of Measurement and Basis of Payment. This work will be measured for payment at the contract unit price foot for ABANDON EXISTING WATER MAIN, FILL WITH CLSM, which price shall be payment in full for all materials, labor, tools, equipment and incidentals necessary to complete this work, including cutting sections of pipe, dewatering the abandoned line, capping or plugging pipes, and filling the water main with CLSM backfill. 34 SECTION D X7010216 — TRAFFIC CONTROL AND PROTECTION, (SPECIAL) The CONTRACTOR shall be responsible for all signing and traffic control required for this project in accordance with the latest revision of the State of Illinois Manual on Uniform Traffic Control Devices and in accordance with Section 701 of the IDOT Standard Specifications for Road and Bridge Construction, except as herein modified. Special attention is called to Article 107.09 and Section 701 of the [DOT Standard Specifications and the following Highway Standards, Supplemental Specifications, Details, Quality Standard for Work Zone Traffic Control Devices, and Recurring Special Provisions contained herein relating to traffic control. Standards 701601-07, 701701-08, and 701901-02 Special Provisions LRS -3 and LRS -4, Maintenance of Roadways, Personal Protective Equipment, Reflective Sheeting on Channeling Devices This special provision amends the provisions of Articles 701.04 of the Standard Specifications for Road and Bridge Construction adopted January 1, 2007. The CONTRACTOR shall also provide a list of two (2) persons who can be called on a twenty-four (24) hour basis to handle barricading or other problems relating to the construction activity. These emergency response persons shall be capable of responding within one hour after notification by the ENGINEER. If there has been no response within one hour after notification, the ENGINEER will have the authority to enforce monetary deductions to the CONTRACTOR in accordance with Article 105.03 (b) Traffic Control Deficiency Deduction of the Standard Specifications for Road and Bridge Construction. All signs except those referring to daily lane closures shall be post mounted in accordance with Standard 720001. Any traffic control devices required by the ENGINEER to implement the Traffic Control Plan as shown in the Plans and specifications of the contract shall be considered included in the lump sum cost of TRAFFIC CONTROL AND PROTECTION, (SPECIAL) or the pay item for the associated Highway Standard found in the Plans and specifications. If the ENGINEER requires additional work involving a substantial change of location and/or work which differs in design and/or work requiring a change in the type of construction, as stated in Article 104.02(d) of the IDOT Standard Specifications the standards and/or the designs, other than those required in the Plans, will be made 35 SECTION D available to the CONTRACTOR at least one week in advance of the change in traffic control. Payment for any additional traffic control required for the reasons listed above will be in accordance with Article 109.04 of the IDOT Standard Specifications. Revisions in the phasing of construction or maintenance operations, requested by the CONTRACTOR, may require traffic control to be installed in accordance with Standards and/or designs other than those included in the Plans. The CONTRACTOR shall submit revisions or modifications to the traffic control plan shown in the contract to the ENGINEER for approval. No additional payment will be made for a CONTRACTOR requested modification. Method of Measurement and Basis of Payment. Article 701.20 "Basis of Payment" shall be modified with the following: This work will be paid for at the contract unit price per lump sum for TRAFFIC CONTROL AND PROTECTION, (SPECIAL). The payment will be in full for all labor, materials, transportation, and incidentals necessary to furnish, install, maintain, replace, relocate and remove all traffic control devices indicated in the Plans and specifications. Z0001050 —AGGREGATE SUBGRADE 12" Description. This work shall be done in accordance with the applicable portions of Section 207 of the IDOT Standard Specifications. The material shall conform to Article 1004.06 of the IDOT Standard Specifications except as follows: 1. Crushed Stone Sieve Size Percent Passing 6" 97 ± 3 4" 90 ± 10 2" 45 ± 25 #200 5 ± 5 The Aggregate Subgrade shall be placed in lifts consisting of a 9 -inch and variable nominal thickness lower lift and a 3 -inch nominal thickness top lift of capping aggregate having a gradation of CA -6. A vibratory roller meeting the requirements of Article 1101.01 of the IDOT Standard Specifications shall be used to roll each lift of material to obtain the desired keying or interlock and necessary compaction. The ENGINEER will verify that adequate compaction has been obtained. The lower lifts shall be placed in 6 -inch maximum layers of the specified materials as shown on the Drawings or as directed by the ENGINEER. Each lift shall be rolled with a vibratory roller meeting the requirements of Article 1101.01 of the ]DOT Standard Specifications. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per square yard for AGGREGATE SUBGRADE 12" measured in place, which price shall include the capping aggregate and all work as described herein. 36 SECTION D Z0013798 —CONSTRUCTION LAYOUT This Special Provision amends the provisions of the IDOT Standard and shall amend or supersede the provisions of Article 105.09 Survey Control Points. 105.09 Construction Layout Stakes. The CONTRACTOR will be required to furnish and place construction layout stakes for this project, locate and reference the centerline of survey, and centerline at all intersecting roads and streets, and establish bench marks along the line of the improvement outside construction limits. Locating and referencing the centerline of survey shall consist of locating and referencing control points such as point of curvature, point of tangent, and any sufficient points on tangent to provide for proper construction of radiuses. Control points shall be identified in the field to the ENGINEER and the field notes shall be kept in the office of the ENGINEER. The CONTRACTOR shall provide field forces and set all additional stakes for this project, including interchanges, which are needed to establish offset stakes, reference points, slope stakes, pavement and curb line and grade, stakes for bridges, culverts, sewers and drainage structures, paved gutters, walls, monuments, fence, right-of-way lines, and any other horizontal or vertical controls, including supplementary bench marks, necessary to secure a correct layout of the work. Grading slope stakes shall be set at sufficient intervals (not to exceed 30 meters (100 feet)) to accurately outline the slopes. Stakes for line and grade of pavement and/or curb shall be set at sufficient station intervals (not to exceed 15 meters (50 feet)) to assure substantial conformance to plan line and grade. Staking of right-of-way lines shall consist of placing tall stakes, properly identified and readily discernible, at points of change in width or direction of the right-of-way and at points along the line so that at least two stakes can be seen distinctly from any point of the line. Right-of-way lines shall be staked at locations where construction is to be performed, prior to beginning construction. The CONTRACTOR will not be required to set additional stakes to locate a utility line which is not included as a pay item in the contract, or to determine the property line between properties. The CONTRACTOR shall be responsible for having the finished work substantially conform to the lines, grades, elevations and dimensions called for in the Plans. Any inspection or checking of the CONTRACTOR's layout by the Resident ENGINEER and the acceptance of all or any part of it shall not relieve the CONTRACTOR of his responsibility to secure the proper dimensions, grades and elevations of the several parts of the work. The CONTRACTOR shall exercise care in the preservation of stakes and bench marks, and shall have them reset at his expense when any are damaged, lost, displaced or removed. The CONTRACTOR shall use competent personnel and suitable equipment for the layout work required. The CONTRACTOR shall not engage the services of any person or persons in the employ of the Village of Oak Brook for the performance of any of the work covered by this item. It is emphasized that the establishment of the centerline of survey and benchmark circuit is critical to start up of construction and must be accomplished at the earliest 37 SECTION D possible time by the CONTRACTOR, properly documented and approved by the Resident ENGINEER as described below. Responsibility of the CONTRACTOR 1) The CONTRACTOR will locate and reference the centerline of all roads and streets except interchange ramps. The centerline of private entrances and short street intersection returns need not be located or referenced by the CONTRACTOR. Locating and referencing the centerline of survey will consist of locating and referencing the control points of the centerline such as PC's, PT's and as many POT's as are necessary to provide a line of sight. 2) Bench marks will be established along the project outside of construction lines and at each major structure over 6 meters (20 feet) in span length, and intervals not exceeding 300 meters (1000 feet) horizontally and 6 meters (20 feet) vertically. 3) Stakes set for 1) and 2) above shall be identified in the field to the ENGINEER and the field notes kept in the ENGINEER's office for reference by him. 4) The CONTRACTOR will set all other stakes necessary to establish limits and elevations of the work and shall define right-of-way for the project. 5) The right-of-way shall be considered to be defined when stakes readily discernible, have been placed at points of change in width or direction of the right-of-way line and at points along the line so that at least two such right-of-way stakes can be seen from any point on the line. The CONTRACTOR should note that utility relocation may be dependent upon the proper delineation of right-of- way. Staking of the right-of-way must be accomplished at the earliest possible time. 6) The CONTRACTOR will not be required to set additional stakes to locate a utility line or to determine the property line between properties. 7) Field notes shall be kept in standard survey field note books and these books shall become the property of the Village of Oak Brook at the completion of the project. 8) It is not considered the responsibility of the CONTRACTOR to make a detailed check of the accuracy of the Plans, however, it is expected that the CONTRACTOR will advise the Village promptly of known errors in the Plans. Method of Measurement and Basis of Payment. This item will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT, which price shall be payment in full for all services, materials, labor, equipment, tools and incidentals to complete this item. Z0019600 - DUST CONTROL WATERING Description: This work shall consist of furnishing and applying water to control dust and air -borne dirt generated by construction activities. General: This work shall be performed according to Article 107.36 of the "Standard Specifications for Road and Bridge Construction" and the following: 38 SECTION D Revise Article 107.36 of the "Standard Specifications for Road and Bridge Construction" as follows: Replace sub -paragraph (d) of under the third paragraph with the following: (d) Dust shall be controlled by the uniform application of sprinkled water and shall be applied only when directed and in a manner approved by the Engineer. All equipment used for this work shall meet with the Engineer's approval and shall be equipped with adequate measuring devices for determining the exact amount of water discharged. All water used shall be properly documented by ticket or other approved means. The Contractor is reminded of the provisions of Article 107.18 of the "Special Provisions" regarding the procurement of water from fire hydrants. Method of Measurement: This work will be measured in units of gallons of water applied. One unit is equivalent to 1,000 gallons of water applied. Basis of Payment: This work will be paid for at the contract unit price per unit for DUST CONTROL WATERING. The unit price shall include all equipment, materials and labor required to control dust. Z0062456 — TEMPORARY PAVEMENT This work consists of furnishing equipment, labor, tools and materials necessary for the temporary replacement of existing pavement composition according to the applicable requirements of Section 408 of the Standard Specifications for Road and Bridge Construction. Bituminous pavement crossings or utility trenches shown on the Plans or as determined by the ENGINEER shall not be left in gravel over any particular weekend or stoppage in work lasting longer than two (2) days. The placement and compaction of prepared aggregate sub -base shall be as specified under TRENCH BACKFILL, SPECIAL of these Special Provisions. CONTRACTOR shall take care in protecting the adjacent pavement structure to be left in place. Any damage to the existing pavement to remain in place due to CONTRACTOR's negligence shall be repaired by the CONTRACTOR at no extra cost. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square yard for TEMPORARY PAVEMENT. This cost shall include placement and compaction of 1.5 -inches of HMA to the final grade required to restore pavement composition to support vehicular traffic. 39 SECTION D PUBLIC WORKS CONSTRUCTION STANDARDS SUBDIVISION WATER MAIN CONSTRUCTION ALL WATER MAIN CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION IN ILLINOIS", FIFTH EDITION, DATED MAY 1996 AND ALL REVISIONS THERETO; THESE SPECIAL PROVISIONS; AND WITH THE VILLAGE OF OAK BROOK ORDINANCES, REQUIREMENTS AND POLICIES. 2.�i L v'v�A EIS PyIAIs" SI%AL£rE3 GE Nv TRvC EI3svP TENT LIFE-D--IC�11:]&4i' ON PIPE i'DAS�s JG v$Iii-ivlHCIlAajIC AL---ANI)l0—R I' 13Yi-D :3OIAs I -LF3 R 'ti }N `,'v['�-F�ILI"v^1'�v ui-�.ATL^-C(3d�vRRi%ii`£i-A1wL53to'�51`!c^.;�'�.T.ri-�l3-i; vtlC'�II-<E-uL-9N -COYETE AC -T -FI- T -IN S-40- -AN9l A24-,5YA-Nh'- A -GI -5 -3 -AICD -CE RENT LLNI G -TG A0ISM, -A2--%;4; RETAINER GLANDS SHALL BE USED WHERE SPECIFIED IN THE PLANS AND WHERE DIRECTED IN THE FIELD BY THE VILLAGE. `3:i'�IU1A�v�I��'E-`vv'-''�'^PEv iivz-PE3LSi'-"�r'`'I�rYLrrIE�Ez�TC-��SE�",$E-i`mYr> {4_ -14][1:7-TI'PICK)-eOWI F'6i'u'' ING- TO -A-. ISI-iu 4. THE WATER MAIN SHALL BE SUBJECTED TO A PRESSURE AND LEAKAGE TEST ACCORDING TO THE STANDARD SPECIFICATIONS EXCEPT THE WATER MAIN SHALL BE SUBJECTED TO A MINIMUM HYDROSTATIC PRESSURE OF 150 PSI FOR A PERIOD OF NOT LESS THAN TWO (2) HOURS AND LEAKAGE SHALL NOT EXCEED THE ALLOWABLE LEAKAGE AS SHOWN IN TABLE 2 OF THE STANDARD DETAILS SECTION OF VILLAGE OF OAK BROOK PUBLIC WORKS CONSTRUCTION STANDARDS. SAID PRESSURE TEST MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE'S ENGINEERING DEPARTMENT. 5. ALL NEW WATER MAIN SHALL HAVE A MINIMUM COVER OF 5'-6" (1.7 m) FROM FINISHED SURFACE ELEVATION TO TOP OF PIPE. 6. WATER MAINS AND WATER SERVICES SHALL BE INSTALLED IN SEPARATE TRENCHES AND AT LEAST 10 FEET (3.0 m) HORIZONTAL AWAY FROM STORM SEWERS AND STORM SERVICES AND FROM SANITARY SEWERS AND SANITARY SERVICES UNLESS OTHERWISE APPROVED BY THE VILLAGE IN WRITING. TRENCHES UNDER OR WITHIN 5 FEET (1.5 m) OF ROADWAYS/PATHWAYS/ DRIVEWAYS RESULTING FROM WATER MAIN OR WATER SERVICE CONSTRUCTION SHALL BE BACKFILLED, AS SOON AS PRACTICABLE, TO 5 FEET Section SUBD-WM, Page I of 6 51 AD- SECTION D (1.5 m) OUTSIDE THE ROADWAY/PATHWAY/DRIVEWAY WITH CA -6 TRENCH BACKFILL MECHAANICALLY COMPACTED IN 1 FOOT (0.3 m) LIFTS STARTING I FOOT (0.3 m) ABOVE THE TOP OF PIPE. 8, ALL RESIDENTIAL WATER SERVICES SHALL BE 11/z" (38 nvs2) MIi RAUM COPPER WATER TUBE (SEE STANDARD DETAIL) TYPE K PIPE, SORT TEMPER WITH A MINIMUM OF 4'-6" (1.4 m) COVER. NO UNIONS OR COUPLINGS ARE ALLOWED UNLESS APPROVED BY THE VILLAGE. NO SOLDER OR SWEAT JOINTS ARE. ALLOWED. 9. NO WATER SERVICE CONNECTION TAP SHALL BE MADE UNTIL THE NEWLY CONSTRUCTED WATER MAIN HAS BEEN TESTED, CHLORINATED ANT FOUND TO BE ACCEPTABLE BY THE VILLAGEv" rizE Iz"a^ "iPQ"�� ndG Pir�IT i�tz�- -D-EEN-ISSUES: NEW MATERIAL SHALL BE USED FOR THE ENTIRE SERVICE TO BE CONSTRUCTED. 10. ALL WATER MAIMS AND ALL WATER SERVICES SHALL NOT BE BACKFILLED UNTIL INSPECTED BY THE VILLAGE ENGINEERING DEPARTMENT. 11, WATER SERVICE BOXES AND HYDRANT BOXES SHALL BE ADJUSTED TO THE ELEVATIONS OF THE FINISHED GROUND SURFACE AS SOON AS CONSTRUCTION OPERATIONS PERMIT, CARE IS TO BE TAKEN IN GRADING AROUND 'THESE BOXES. ANY BOXES DAMAGED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT HIS OWN EXPENSE. 12. VALVE VAULTS SHALLBE PROVIDED -0-N L��pJ��_�u T}Iry spy^� (��r:3�zH IIIlry� -s::x153'Ii�--O� rRGPuSED `P7l`�Y le1Vf '�lrl rJ L�J�EYx�AL-IrC Lfll:lii i 1'J1\L' 1311! v'i1V2 -AUXIL—lAXl,'--VAL -TS,. VAULTS SHALL BE CONSTRUCTED OF PRECAST CONCRETE UNITS CONFORMING TO SECTION 44 IN THE "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN I ILLINOIS" AND THE VALVE VAULT DETAIL IN THE STANDARD DETAILS SECTION OF THE VILLAGE OF OAK BROOK PUBLIC WORKS CONSTRUCTION STANDARDS. ALL JOINTS OF THESE UNITS SHALL BE SET IN A BITUMINOUS MASTIC BED; MORTAR IS NOT ALLOWED. -1-3:-C-yA��``S3' IITT�,y�'-E/.�_�B vy�v/l-���;�i; BE-PP�G44uED�+-�{��,T--TAT��y��JES—ir��y�ry- NRTI uV"G'i�Cf5'JE17""l"It""tillVP i"Y-LD"'jriP "J:-'" ��%v�CAi �5H-ALS-BE--5'"IY`: (P3�mda*�PY 0- -PIEGE7,T-) ;EI NTO 6645 14. FIRE HYDRANTS SHALL ONLY BE MUELLER SUPER CENTURION MODEL NO. A- 423, COMPLYING WITH AWWA C-502 AND HAVE BREAKABLE SAFETY FLANGES, AS CURRENTLY INSTALLED IN THE VILLAGE, THE MAIN VALVE OPENING SHALL BE 5-1/4" (133 mm). TWO (2) 2-I/2" (64 mm) HOSE NOZZLES AND Section SUBD-WM, Page 2 of 6 52 41 SECTION D ONE (1) 4-1/2" (114 mm) DOSE NOZZLE SHALL BE PROVIDED. HYDRANTS SHALT. BE FURNISHED WITH A 6" (150 ums) R/W (RESILIENT WEDGE) MUELLER GATE VALVE, (MUELLER NO, A-2360-16) ATTACHED DIRECTLY TO THE HYDRANT, AND CAST IRON VALVE BOX TWO-PIECE (TYLER NO. 664S), HYDRANTS SHALL HAVE NATIONAL STANDARD THREADS AND SHALL BE PAINTED A GREEN COLOR, (GLIDDEN STRUCTURE GREEN NO. 4503, OR RUST SCAT MACK GREEN NO. 138). ALL PORT CAPS SHALL BE PAINTED A HIGHLY REFLECTIVE WHITE COLOR (3M TRAFFIC CONTROL DIVISION WHITE PAINT NO. 7216). -AL BONNIETS- -S?4ALI,BI -PAIN? D A C�JLf3R ISS A C-0PL�t 1;CL , 3TfiI T }E—I ZA��' �E3 3 �E3R-F'v'i2TfIE�'cir'y'FvlifiviATi£-1N-Cv .'�-Ac Ti'EiVILLA�CsE�xzl-i-TEPA-DEI�.1P3'�':IEiN1': WHERE THE HYDRANT IS BEING INSTALLED ADJACENT TO D.I.W.M. WRAPPED WITH POLYETHELENE ENCASEMENT, ALL METAL APPURTENANCES, INCLUDING TEE, BENDS, HYDRANT BARREL, HYDRANT LEAD, VALVE, ETC., SHALL BE WRAPPED WITH A POLYETHELENE ENCASEMENT CONFORMING TO ANSI. A21.5. ALL HYDRANT LEADS SHALL BE 6" (150 mm)�I �'v� -AND SHALL BE CONSTRUCTED WITH RETAINER GLANDS (SEE PARAGRAPH 24). ALL HYDRANTS SHALL FACE THE STREET AND SHALL BE S' (1.5 m) FROM BACK OF CURB TO FACE OF HYDRANT OR 10'(3.0 m) FROM EDGE OF PAVEMENT TO FACE. OF HYDRANT WHEN THERE IS NO CURB. -1112I).W- ,rrs"--SHA�,Iv Br_ 8RACED-ATT INTT'EP.-� 1r1A LS -OF-ATI PR`t'.3'1Mi, ET AS -40 B� I�' 9r EAE �h .I'N IST TINTB G'R Imo* "miL -4IDD DLE­ ^1 Z-TIIE-E0T -- �y"„I �"(}:- ,4�]i 4'-"''A�TY-'•f�7.�V l�'11�'".�"`t`VV"�[1I31�-n ��.0 r1Y��VrlJVll I V�1, L�F7 �'ll"�LtJL�V.tV�C.TJ �rIIALL bAGEc�`�Ez iCALL I T �ROLFTfrAT E zGl B lG --AN V�A3: JBrj rA V IDv L HAS ,h 1,.JN] 'fLF.I-OFA — 0.6 m) OP 16. THE EXACT LOCATION OF EACH B -BOX SHALL BE DETERMINED IN THE FIELD AT THE TIME OF CONSTRUCTION. B -BOXES SHALL NOT BE PLACED WITHIN DRIVEWAYS, THE DEVELOPER SHALL FURNISH TO THE VILLAGE "RECORD DRAWINGS" OF THE WATER SYSTEM AT THE COMPLETION OF THE CONSTRUCTION. SAID RECORD DRAWINGS SHALL SHOW THE LOCATION OF ALL B -BOXES. EACH B -BOX SHALL BE DIMENSIONED FROM THE TWO (2) PROPERTY CORNERS. 17. ALL WATER MAIN VALVES SHALL ONLY BE MUELLER RESILIENT SEAT GATE VALVE (RESILIENT WEDGE, R/W) FOR MECHANICAL JOINTS CONFORMING TO AWWA C11I (MUELLER NO. A-2360-20). Section SUBD-WM, Page 3 of 6 53 42 SECTION D I S. CAST IN PLACE TI3R.UST BLOCKS OR PRE -CAST UNITS SHALL BE PROVIDED AT ALL CHANGES MAIN AND OPPOSITE ALL "TEE" CONNECTIONS. BEAR AGAINST UNDISTURBED EARTH. 19. WATER MAIN FLUSHING AND CHLORINATION SOLID CONCRETE MASONRY IN ALIGNMENT OF THE WATER ALL THRUST BLOCKS SHALL A. THE WATER MAIN SHALL BE FLUSHED AND CHLORINATED IN ACCORDANCE WITH THE REQUIREMENTS OF THE VILLAGE AND THE STANDARD SPECIFICATIONS. ANY PORTION OF THE NEW WATER MAIN EXTENSION SO STERILIZED SHALL BE ISOLATED AND VALVED OFF FROM THE REST OF THE SYSTEM UNTIL A CERTIFICATE OF APPROVAL IS RECEIVED FROM THE REGULATORY AGENCIES, THE VILLAGE SHALL DECIDE THE LOCATION AND NUMBER OF TESTS TO BE DONE. B. CHLORINATION/DISINFECTION OF THE WATER MAIN SYSTEM SHALL BE ACCOMPLISHED BY CHLORINE GAS -WATER MIXTURE ONLY, C. CHLORINATION OF THE WATER MAIN MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE ENGINEERING DEPARTMENT OR ITS AUTHORIZED REPRESENTATIVE. ALL CHLORINATING PROCEDURES WILL BE COMPLETED ON EITHER A MONDAY, TUESDAY OR WEDNESDAY; NO OTHER DAYS WILL BE ALLOWED BY THE VILLAGE. 20. FOLLOWING THE DISINFECTION AND FLUSHING PROCEDURES, SAMPLES SMALL BE COLLECTED FOR BACTERIOLOGICAL ANALYSIS ON TWO (2) SUCCESSIVE DAYS, BUT NOT LESS THAN 24 HOURS APART, FROM VARIOUS POINTS DETERMINED BY THE VILLAGE ON THE NEW PORTION OF THE SYSTEM -(APPRvE?4TEI�—E I R' S2tI FEET— .50 ra?r> SUBJECT TO EACH PROJECT'S UNIQUE CHARACTERISTICS). ALL SAMPLES WILL BE COLLECTED BY THE CONTRACTOR BUT WILL BE DELIVERED TO THE VILLAGE'S STATE CERTIFIED LABORATORY FOR ANALYSIS BY A STAFF MEMBER OF THE VILLAGE'S WATER DEPARTMENT. ALL LABORATORY COSTS SHALL BE BORNE BY THE CONTRACTOR AND HE/SHE WILL ARRANGE TO BE BILLED BY EITHER THE LABORATORY OR THE VILLAGE PRIOR TO ANY WATER MAIN STERILIZATION WORK, ALL LABORATORY TEST RESULTS MUST BE FURNISHED IN WRITING TO THE VILLAGE, CHLORINATION, FLUSHING AND WATER SAMPLING SHALL ALSO INCLUDE, WHEN NECESSARY, THE REMAINING PORTIONS OF THE EXISTING WATER MAIN SYSTEM AS DETERMINED BY THE VILLAGE. Section SUBD-WM, Page 4 o£6 54 43 SECTION D 21. ALL WATER MAIN VALVES WILL BE OPERATED BY VILLAGE PERSONNEL ONLY. 22. AT THE END OF THE DAY, THE CONTRACTOR WILL BARRICADE AND FENCE ALL OPEN TRENCH EXCAVATED AREAS, ALL OPEN MANHOLE AREAS AND ALL OPEN VALVE VAULT AREAS, 23, CASTINGS FOR VAULT ACCESS, FRAME AND CLOSED LID, SHALL CONFORM TO NEENAH FOUNDRY COMPANY CATALOG NO. R-1712, OR EQUAL. THE SOLID LID (COVER) SHALL BEAR THE MARKING "WATER". CASTINGS PLACED ON PRECAST REINFORCED CONCRETE MASONRY UNITS SHALL BE SET IN A BITUMINOUS MASTIC BED; MORTAR WILL NOT BE ALLOWED, 24. PIPE FITTINGS: A. FITTINGS SHALL BE DUCTILE IRON IN ACCORDANCE WITH ANSI A21.53/AWWA C153. B. FITTING PRESSURE RATING: 350 PSI C. RETAINER GLANDS FOR MECHANICAL JOINT FITTINGS 1. MEGALUG JOINT RESTRAINT BY EBAA IRON CO. (SERIES 1100) 2. UNI -FLANGE SERIES 1400 BY FORD 3. PVC (SERIES 2000 PV) BY EBAA 4. PVC (SERIES 1500) BY FORD D. COUPLINGS FOR CONNECTING NEW WATER MAIN TO EXISTING WATER MAINS 1. TYLER/UNION SOLID SLEEVE MJ C153 LONG FITTING 2. SOME EXISTING WATER MAINS MAY HAVE NON-STANDARD EXTERNAL DIAMETERS, MEASURE EXISTING MAIMS PRIOR TO ORDERING COUPLINGS (TYLER/UNION DUAL PURPOSE), 3. ALL GLANDS MUST MEET PARAGRAPH "C" ABOVE. E. TIE RODS AND BANDS FOR RESTRAINING COUPLINGS 1, STAINLESS STEEL OR MALLEABLE IRON 2. CORROSION RESISTANT ALLOY OR COATED TO RESIST CORROSION 3. ROD DIAMETER; 3/4" (20 nun) MINIMUM 4. SUFFICIENT IN STRENGTH AND RESTRAINING ABILITY TO RESIST WORKING PRESSURES, TEST PRESSURES, AND SURGE PRESSURES IN WATER MAINS. F. VALVE/FITTING CUT -IN SLEEVES I . MUELLER H-840 (GLAND SEE "C" ABOVE) 2, TYLER/UNION DUAL PURPOSE 3. ALL GLANDS MUST MEET PARAGRAPH "C" ABOVE, G. TAPPING SLEEVE I. MUELLER H-615 2. OR APPROVED EQUAL H. ANCHORING TEE 1, TYLER MJ SWIVEL TEE Section SUBD-WM, Page 5 of 6 55 44 SECTION D 25. AFTER THE IEPA OPERATING PERMIT HAS BEEN ISSUED AND/OR WHEN APPROVED BY THE VILLAGE, ALL CORPORATION STOPS, INSTALLED FOR TESTING PURPOSES ONLY, WILL BE REMOVED BY THE CONTRACTOR AND REPLACED WITH A BRASS PLUG. THIS WORK MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE ENGINEERING DEPARTMENT. 26. WATER MAINS AND WATER SERVICES SHALL BE INSTALLED AT LEAST 10, (3.0 m) HORIZONTAL A,VAY FROM BUILDINGS AND FROM ANY DUPAGE WATER COMMISSION WATER MAIN UNLESS ADEQUATE PRECAUTIONS, AS DETERMINED BY THE VILLAGE, ARE TAKEN. 27. WHERE SPECIFIED IN THE PLANS OR WHERE DIRECTED IN THE FIELD BY THE VILLAGE, SPECIAL HYDRANT TEES SHALL BE USED WHICH CONFORM TO TYLER CATALOG NO. 5-119, OR APPROVED EQUAL, 28. WATER MAINS SHALL BE INSTALLED WITH 4 INCHES (100 mm) OF CA -6 BEDDING UNDER THE PIPE, CA -6 HAUNCHING UP TO THE MIDDLE OF THE PIPE, AND CA -6 INITIAL BACKFILL TO 1 FOOT (0.3 m) ABOVE THE TOP OF THE PIPE. Section SUBD-WM, Page 6 of 6 56 45 SECTION D 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. NO GRAFFITI: The contractor is hereby advised that no paint spray markings that are not completely necessary, of any kind will be allowed on the existing concrete curb and gutter or the bituminous roadway pavement. Stationing for reference purposes will be provided by the Engineer as necessary. H The contractor will be responsible to advise his subcontractor(s) accordingly. The contractor will also be responsible to remove, to the satisfaction of the Engineer, any markings caused by his construction activities, except JULIT locates. All costs of said clean-up shall be incidental to the contract and no additional compensation will be allowed. 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. 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. SECTION E 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. 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. PERMITS, LICENSES. AND EASEMENTS The City will obtain . permits and/or easements from the following major organizations having jurisdiction: Illinois Environmental Protection Agency, Division of Public Water Supplies The successful Bidder will be given copies of all available approvals, licenses, and easements, and shall be obligated to observe all conditions of the approvals and licenses as issues. The successful Bidder shall obtain, at their own expense, all permits and licenses that may be required to complete the contract, and/or required by municipal, State, and Federal regulations and laws. Permits and Licenses that the Contractor shall obtain include but are not limited to IDOT Region One Utility Permit, IDOT Individual Utility Permit Bond, and MOT Traffic Control Authorization Request. Forms are attached and follow after the end of Section E. SECTION E Section F Statement of Contractor's Qualifications All questions must be answered and the data aiven must be clear and comnrehensivP This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Contractor may submit any additional information he or she desires. 1. Name of Contractor: IbUb Z.hAiJ (,-e-QP- AJ �pA� =LNC. 2. Permanent main office address: 1691 E.3b t S{.3 LAISem,,Coe- PIC, TL 6057-6�, 3. When organized: 4. If a corporation, where incorporated: .T-LLI K. bIS 5. How many years have you been engaged in the contracting business under your present firm or trade name: 3 Q tje kt;S 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion)liX?P�if�l�J P - -11 6W - l L 3. t96RWc Q(�(2L �}� t�bb} SIi I13 RIPR l letinncw I� 75�5�, 113 7. General character of work performed by your company: �isDACmn, t7 8. Have you ever defaulted on a contract 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone # for each. 10. List your major equipment available for this contracthoc u�l�c l�unu� i ClCst 11. Experience in work similar in importance to this project: r- 12. Background and experience of the principal members of your organization, including the officers. �30 UeAptL ?Lx� — __ V -e '56kee-r- 13. Credit available: (`�SC7� n - Luc 6G 0J-eA i -r 14. Bank reference: Y1R'���1 iUn1� ,{� 1 t��1(�`P�1 �imf p( l -h SL SECTION F 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: qES 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. DATED at LaGp-, PL , Illinois this 2Ut"-day of 1i h 2013. SUBURBAN GENERAL CONSTRUCTION, INC. 1019 East 31st Street La Grange Park. IL 8 28 By: WuZiA;v� S PL)P- Title Pr -P-3 STATE OF ILLINOIS ) ) SS. COUNTY OF ) W l LLI pn� � Pok -L- being duly sworn deposes and says that he is the p fps of Su&j azAr i Gen.) Cc t, T Tz. 3are- and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this ZD h- day of 2013. N61ary Public, State My cbmmissiori Expires 2 SECTION F 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: Address:—a319 �o (mow Phone #: 5-x'5 ? �� Contact: 2. Company Name: Pwoz- t4- A:ac, Address: a3( Phone #: t '166 ) Contact: -7'Q1 ,-�C L3j2'f2 3. Company Name: Address: Phone #: 5l2) 6 LAP _- Contact: Contact: NR)MW 1�Q<d� A 4. Company Name: SOpti, N-7<-T-z�gApwAj `Mi06 Address: 'f%D;�-1 Phone #: Contact: 1'f( Z- 5. 5. Company Name: Address: ?)5() &. (oldft Phone #: ( .:� IL) a% -) - -?6 (o Contact: JCS Z (3A 1D 0 ( � e SECTION G 6. Company Address: Phone #: Contact: 7. Company Name: Address: Phone #: Contact: 8. Company Name: Address: Phone #: Contact: 9. Company Name: Address: Phone #: Contact: 10. Company Name: Address: Phone #: Contact: a 2 SECTION G Section H Bid Certification The undersigned, being first dulv sworn an oath. deposes and stntPc that ha hp, the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: "2013 Water Main 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 business firm is: (check one) ZCorporation Partnership Individual Firm Name: Add reSS: SUBURBAN ENAL CO S RUCTION, INC. E City, Sts Signatu ZFTIMM Title: P res I cue fy-r- SECTION H Telephone: x)60 3S'40544 Dater �) -2-0 - 1'5 SUBSCRIBED AND SWORN TO before me this 2b C day of IM PR. J4 , 20 f . mbeth J. Downing Public, State of Illinoig ssion Expires 02-19-2014 ATTEST: tvli_t_� - � SECTION H Section I Contract ZU13 Water Main Project THIS AGREEMENT, made and 2013, between the Village of Oak nd throng IN Its President and concluded this day of I Brook, a municipal corporation, acting by Board of Trustees, known as VILLAGE, and WfM 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 th�,,tLLhe entire �Id Pa kage hereto attached, approved by the VILLAGE thisOS 9day of �i b, 2013, are all essential documents of this contract and are a part hereof. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: I age erk ATTEST: VILLAGE OF OAK BROOK By r. Gopal G. Lalmalani Village President SUBURBAN GENERAL CONSTRUCTION, INC. 1019 East 31st Street LaGrange Park, IL 80528 Corporate Name By Contrac SECTION I Partners doing Business under (If a Co -Partnership) the firm name of Party of the Second Part (if an Individual) Party of the Second Part SECTION I SEXUAL HARASSMENT CERTIFICATE 15ma)\ l ftif tG hereinafter referred to as "Contractor" having submitted a bid/bid ! GOCbto�r' iyi for to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission, 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6-101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Illinois Department of Human Rights upon requegL Authored Agent of Contractor Subscribed and sworn to before me this (jhk day SECTION I CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) �U Lal w"aving executed a contract for with the VILLAGE, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5/33E-3 or 5/33E-4 of Chapter 720 of the Illinois Compiled Statutes. (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. AttestM/itness: By: Subscribed and Sworn to before me this U [_YIday C tra By: Na o ontractor's Executing Officer UJILLI krnS'_PU4- Title: PfreVdeN r Title of Contractor's Executing Officer 4 Ay Commission Expires: -SEAL- SECTION I PREVAILING WAGE AFFIDAVIT 1, UotLU ua-� � w rz-C (name of signatory), on oath hereby state and certify that CAJV 6W� 4f6pWt YA (name of Contractor), pursuant to a Contract dated f' ICUCP l 2013, with the Village of Oak Brook for the ) Project, has complied and will comply with all laws, including those relating to the employment of labor, the payment of the current general prevailing rate of hourly wages for each craft or type of worker or mechanic needed to execute the Contract or perform such work, and also the current general prevailing rate for legal holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type of worker or mechanic needed to execute the aforesaid Contract or to perform such work. b �j >ro {�-4(6t�6N (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 M Tit NAM16= MAI M16mr-awd-.111:1M• 5 SECTION I CERTIFICATION OF PAYROLL RECORDS I, W1,LLIA-M SP,)1Z- (name of person executing this certificate), do hereby certify t at I amhe duly qualified and acting eCU ic� e-fj-' (title) for n eraul , (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 cop of the r cords of all laborers, mechanics, and other workers employed by� ibevn P atA(name of contractor) on the 2013 Water Main Project (the "Project") for the Village of Oak Brook (the "Village"), including each such worker's name, address, telephone number, social security number, classification or classifications; and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each worker is not ,lass than the general prevailing rate of hourly wages required by the Act, and that �} 0&(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 A 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: I V P M G 2013 W i, L L I IA -m S P L)P -L (Prin ed Name) f (Title) Subsribed and sworn to before me this t„ day of M" 2013. Nolaiy Public, Slate of Illinois My Commission Expires 0219-2014 6 SECTION CERTIFICATION OF PAYROLL RECORDS I, W, LL/ 19Y1 S PL)1'L (name of person executing thi certificate), do hereby , t at I am, he duly qualified and acting P(S id Ny (title) for n ktrara l y (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 r cords of all laborers, mechanics, and other workers employed by bCvrl Ana (name of contractor) on the 2013 Water Main Project (the "Project") for the Village of Oak Brook (the "Village"), including each such worker's name, address, telephone number, social security number, classification or classifications; and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each worker is not ,JBss than the general prevailing rate of hourly wages required by the Act, and that } 6Z(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 A 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: I U 1 A (q l� 12013 �UL�.(rrRvv� S pUR�L (Priv ed Name) ire s (Title) Subs ribed and sworn to before me this day of M" 2013. `OFFICIAL %1A * Elizabeth J. Co ding Notary Public, State of Illinois My Commission Expires02J� 4 B SECTION I Section J Contract Bond zwi.s vvater main vroject Bond # 2171213 Subject to Adjustment Based on Final Contract Price We,Suburban General Construction, Inc. as PRINCIPAL, and North American Specialty Insurance Company as SURETY, are held and firmly bound unto the Village of Oak Br. ok Sh�reafter „ One Hun ed Forty One T ous n Six Hung referred to as 'VILLAGE) in the penal sum of Fnrty F„Jlr and 00,100 Dollars ($ 141, 644 .00 ), 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 toep rform said work in accordance with the terms of said contract, including, but not limited to the term requiring the Paymen at the prevailing rate of hourly wages, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted, except as modified by the Guarantee section of the Bid; and has further agreed that this bond shall 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, firm, company, or corporation, for the recovery of any such money. NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or SECTION J to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold VILLAGE harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 2nd day of May 2013. PRINCIPAL Suburban General Construction, Inc. (CO By: (Signature) William S. Purl President (Title) (Company Name) By: (Signature) (Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) SURETY North American Specialty Insurance Company (Name of Surety) I By: (Signature of Atto ney i a=ct) Kimberly R. Holmes Attorney -in -Fact SECTION J State of Illinois ) )SS' County of will ) I, L.M. Caron , a Notary Public in and for said county, do hereby certify that William S. Purl and Kimberly R. Holmes (names of individuals signing on behalf of Principal and Surety) who are each personally 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 forth. Given under my hand and notarial seal this 2nd day of May 2013. Notary Public My commission expires: pFFlc�-�– IA— L SEqL 08/13/2016 LM CARON NOTARY PUBLIC, STATE OF ILLINOIS My Commission Expires August 13, 2018 SECTION J NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: WILLIAM P. WEIBLE, DEBORAH A. CAMPBELL, MARY ANNE SYLOS, WILLIAM CAHILL, KIMBERLY SAWICKI, LEIGH ANN FRANCIS, KIMBERLY R. HOLMES, MELISSA NEWMAN, KAREN A. RYAN and ESTHER C. JIMENEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9's of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ""011luuulu. p0 0\At1rP1 Ipiii ON O`:Y� B ,14�:: 0RP0%•.,SG °D SEAL iA_ StcV,.P.A.ders..,SeniorVice Presidentof .Ai.&.intemaa... II..meeCompany 2i o$EALf`�';?y s sa' .ts5.i 1e79 Pry;, &Seni.rV1,.Pfalde.tof North Ameticn. Spwleltyl...... ce Company eo Imo 56NAMPS'4' By David M.Laymen, Vice Pmsident orWuhington lntemational lnsurmce Company "Mmiwua\xt•"° & vitt Resident.rNoith American Specially Inmmnce Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this26th day of June 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 26th day of June , 2012 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICW,SEALP AQP O DONNAD. SKLENS Notary Public, Suite of Illinois Donna D. Sklens, Notary Public !Ly ComJnission EXPIMS toloW015 I, Jeffrey Goldberg .the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2nd day of May , 20 13 . Jenny Goldberg, Vice President & Assistant Secretary of Wahinaten Inleleational Insurance Compony & North Americm Specielty Insurance Company