Loading...
2014 Street Improvement Project_2014092415070366680 G\ \\00 U 0-1 Oqk\ e Village of Oak Brook 2014 -improvement ProjeGt - May 5, 2014 Bid Opening Date:— ........................................... 10:00 AM Bid Opening Time:............................................................... . age Bid Opening Location: ... ............................... ........ 5% of tBhe Amo�ulntt of Bad Bid Deposit: .....................................................100% of the Amount of Bid Performance Bond: ................................... * ' Obtain information from: Orion Galey, P.E. Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, Illinois 60018 (847)823-0500 __ Submit Bids to: Rania Serences, Senior Purchasing Assistant Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 Note: This cover sheet is an integral part of the contract documents and is, as are all of the following documents, part of any contract executed between the Village e of Oa{ Brook and any successful BIDDER. Do not detach any portion invalidation could result. Table of Contents SECTION A. NOTICE TO BIDDERS SECTION B. BID SECTION C SCHEDULE OOFSPRICESTO DERS TAB 1 SECTION D. SPECIFICATIONS, SPECIAL PROVISION SECTION E. SPECIAL CONDITIONS TAB 2 DUPAGE COUNTY PREVAILING WAGES TAB 3 GEOTECHNICAL REPORT TAB 4 IDOT HIGHWAY STANDARDS TAB 5 SECTION F. STATEMENT OF BIDDER'S QUALIFICATIONS SECTION G. REFERENCES SECTION H. BID CERTIFICATION SECTION L CONTRACT SECTION J. CONTRACT BOND April 11, 2014 Ms. Holly Bratanick The Daily Herald P.O. Box 280 Arlington Heights, IL 60006 Dear Ms. Bratanick: Please publish the following legal notice on April 16, 2014. NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: 2014 Street Improvement Project Sealed bids will be received by Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 d k Brook publicly opoad, Oak ened in the SamulL 60523 el E. DeanuBoa d Room at that time am prevailing time, and p Y P k (checks made payable to the Village obe rf Oak Brook) or bid bond for not less than panied by a bank cashier's check, certified fv e percent (5%) of he payable amount bid. e at the ces of Bid Packages, including plans and 9575specifications,.Hgins Road, Rosare lemont, Illinois' 60018. Christopher B. Burke Engineering, Ltd., 9575 W. Higgins Copies of the Bid Package may be obtained for a non-refundable fee of $75. Contract gins documents may be examined at Christopher oftheBurke Engineering, current Contractor's "Certificate ray or'9Certificate of Road, Rosemont, Illinois 60018. A copy Eligibility" ing the bidpackage.noForDthis project, the rContractor shall rtation sbe qualified before alified o obtaining bid in IDOT's Section 003 Hot -Mix Asphalt (HMA) Plant Mix types of construction. No bid ids Brook for�allperiodtof ninety (90) days'ng of after the scheduled Village of Oak be uled t me of opening bds iThe nformVage of Oak Brookality in bidding and t raccept the bid deemed eserves the rigto reject most advantageous to i to waive any Charlotte Pruss Village Clerk Section B Bid VILLAGE OF OAK BROOK STATE OF ILLINOIS 2014 Street Improvement Project �. 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. other expense To provide allsupervision, upvisio wobork covered'by the specifications al, equipment and all in this B d Package. items to completely perform The undersigned submits herewith his bid for the indicated items on the attached Bid Form (Schedule of Prices). 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 es, use of all tools land equipment, s cost also superes intendence, overhead insurance, royalties, texpense atall profition s and all other work, services and conditions necessarily involved in the work to be done documents considered ls to be furnished ally and collectively. tAll bids shall bhe e held valid for contract of the period of ninety (90) days after the bid due date. g 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 substantially complete said contract in strict accordance with its terms and conditions. The work specified on Golf Road shall be completed by July 3, 2014. The remaining work shall be completed within 40 working days, unless additional time shall be granted by the Village in accordance with the provisions of the specifications. Punchlist items must be completed within 10 calendar days of receipt of the final punchlist letter. Parkway restoration of sod may be delayed until September should the Contractor not have the ability to install prior to July 1. Should the contractor fail to complete the work by said time 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 ($ — bid —bona dor If check h 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. 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. AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE R W Dunteman Company 600 South Lombard PO Box 1129 Addison IL 60101 as Principal, hereinafter called the Principal, and Continental Casualty Company 333 S. Wabash Ave. Chicago, IL 60604 a corporation duly organized under the laws of the State of IL 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 2014 Street Improvement 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 5th day of May M 2014 _ by: fnne� Roland W. Dunteman, III resident AIA UVUU1V 1NIr INSTITUTE OF AVE., N.W., WASHINGTON, D.C. 20006 G -23208-B ss. STATE OF Illinois COUNTY OF , Cook I, Ann Marie Waters Notary Public of Cook County, in the State of Illinois , do hereby certify that Kimberly R Holmes Attomey-in-Fact, of the Continental Casualty 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 Continental Casualty Com any 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, this5th_ day of May A.D., 2014 III Notary Pu c `Anri Marie Waters My Commission expires: May 17 2017 ` OFFICIAL SEAL ANN MARIE WATERS NOTARY PUBLIC -STATE OF ILLINOIS MY COMMISSION EXPIRES:07105117 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Reading, Pennsylvania, Pennsylvania ie tnois reicago, and State of Illinois, "he CNA Companies"),ae duly organized and existinginsurance ompan es havingtheipr principal offices n the City of Ch and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Karen A Ryan, William Cahill, Esther C Jimenez, Kimberly Sawicki, William P Weible, Deborah A Campbell, Leigh Ann Francis, Kimberly R Holmes, Melissa Newman, Mary Anne Sylos, Ann Marie Waters, Individually of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 22nd day of April, 2014. Continental Casualty Company 00,Asujk)�� %RSUBgN IoM9° National Fire Insurance Company of Hartford QxCY'yn, oav°Rgr `' 4Paruflat Company of Readi ennsylvania tl+ YN (0 Tz/ULY 31, MAR, • "ice President State of South Dakota, County of Minnehaha, ss: On this 22nd day of April, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania described tesinstrument; t se the salsaffixed to the said insnum tt are such corporate seals thahey we oafxedpursuanto knows authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR �No RYPUSLIC S L SEAL SOUTH DAKOTAFlow- Y Notary Public Mohr M Commission Expires June 23, 2015 7. CERTIFICATE any of I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illiiinsurance Pennsylvania ny,Tonal Fire company do hereby certify that Illinois insurance company, and American Casualty Company of Reading,Pennsylvania, Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Ma insurance companies this 5th day of Y �CASUgtT %ASU,94*0. C�YNPPNY OFgF� F fi OPPoR $q = OOAPORgTE �; G ag� p p YNC 9rF0 • 7 Z 9 4 JULY 31, oU SEAL b� s 1997 nM Form F6853-412012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania am D. of ssistant Secretary Firm Name. R.W Dunteman Com an City, Sign (.large Printed: Roland W Dunteman III Telephone: If a Corporation. ATTEST: Irandrgraf ret Section C Instructions to Bidders 1. RECEIPT OF BID: May 5, 2014 at 10:00 am 2. BASIS OF Sealed bids will be received until the above noted time and date. 3. DESCRIPTION OF IMPROVEMENTS The improvements consist of seven (7) project areas described as the 2014 Street Improvement Project. The project areas and proposed improvements are as follows: Area 1 (Coolidge Street): st The proposed improvemens willilua 1 Oesquare yards of pavement S h 2.5"rhot hot -mix Street to the terminus; approximatelyace course,avement asphalt binder course and 2" hot -mix asphalt s p oposed crosssectionwill consist removal and replacement (where necessary). of eoa9 foot wide turnaround shall be provided at the north tercross slope lminus.th a ' improvementsgwill dalso l slop ll include installation of new 8" storm sewers, installation of drainage structures, and a necessary restoration. Area 2 (35th Street): TThehis is wore ill involve street shall be widened 'an additionalof 35th rfooteet fon erom ther side to maintain Road west a 20 foot wide cross section. The widening will involve removing the outer 3 feet on either side of the existing pavement and constructing 6 d eanfoot 3" hot -mix p asphalt tbinder widening will include aggregate base course, type B, be cour oe. The reaining pavement f will cover the longitudinal dinal joint andehot-mishallx asphalt levmilleeling binder reflective 2C hot contr mix asphalt will b shoulders led aand all necessary restorationcross the entire width of pavement, will on will alsobe wideaggregate shoulders or included. Area 3 (Golf Drive): Golf Drive improvements will involve the resurfacing of Golf Drive from Yohe rk rking lot and aRoad ccessothe end of the Oak road from the parkingrlot to the north endook Golf Course of the driving tlrange.o The resurfacing ng ac area, approximately 1,780 square yarandinvolves hot mixhot-mix asphaltsu rfatcesurface cou se, 2". The hot -mix asphalt leveling binder, 1", reconstruction area, approximately 2,925 square_ involves full depth pavement removal, hot -mix asphalt binder course, 4" and hot - .5". mix asphalt surface course, 1 Lot Area 4 (Butler Government Center Parking ort): of the Butler Government Center This area includes reconstructing a p The proposed (Village Hall) parking lot as shown in the attached location map. improvement will include full depth removal of the existing asphalt pavement (3") and removal of an additional 2 -inch of aggregate base course in order to provide for the installation of a new 5 -inch pavement section through the parking areas. The proposed pavement section will consist of 3 -inches of hot -mix asphalt binder course and 2 -inches of hot -mix asphalt surface course. The drive lanes shall include 3" surface removal, V hot -mix asphalt leveling binder, and 2' hot -mix asphalt surface course. Area 5 (Fire Station #2): This area involves full depth PCC pavement patching of cracked sections of the rear access drive of Fire Station #2. Area 6 (Well House Parking Lot): This area includes reconstructing the wellhouse access drive and parking lot, nt removal, 2'/<" hot -mix asphalt binder course and The work involves full depth paveme 1 3/4' hot -mix asphalt surface course. Area 7 (Woodside Estates Subdivision): This area includes miscellaneous hot -mix asphalt surface patching of deteriorated pavement. Patching will involve 2" surface removal and placement of hot - mix asphalt surface course. The locations will be determined in the field by the Engineer. Work will also include all incidental and collateral work necessary to complete the improvement as shown as described herein. 4_ PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before May 5, 2014 at 10:00 am at which time it will be publicly opened and read in the S. E. Dean Board Room of the Village Hall. Bids received after this time will not be considered and will be returned unopened. B. Each bid shall be submitted on the exact form furnished. All blank spaces for bid prices, unit costs and alternates must be filled in --in ink --in both words and figures (as stipulated). In case of any discrepancy in the amount bid, the prices expressed in written words shall govern. Bids which are noticeably unbalanced may be voided at the sole discretion of the Village. Each bid must be nk accompanied ed check in the amount of 5% of he bid acashier's (checksmade payable to the Village 'oIf Oak Brook). C.. Each bidder must complete, execute and submit with its bid a certification that contractor is not barred from public contracting due to bid -rigging or bid rotating convictions on the form included with the bidding documents. WI following s: 1. Bid. 2, Bid Bond, or other Bid Security as required. 3. References 4. Statement of Bidder's Qualifications, 5. Bid Certification. 6. Contract (Signed) E, The Contract Bond (Performance and Payment) is provided as information, and will be completed by the successful bidder only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. F. The bid shall be submitted in an opaque sealed envelope on or before the of the vidual, firm, s bmittingdthe Bid and he Bid Name e"2014 Streelt improvement Project" ration and shall Project G. Bidders may attach separate sheets to the bid for the purpose of explanation, exception, alternate bid and to cover unit prices, if needed. H. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may be withrawn or modified exct where the ccontracthas been delayed for after period' of more opening an ninaward of ety (90) days. I. In submitting this bid, the bidder further declares that the only person or party interested in the proposal as principals are those named herein; and that the bid is made without collusion with any other person, firm or corporation. this re J. The age, andhehaslares that familiarizedehi'mself withas l all of thedlocal conditions Package, affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. K. The hrnsh bidder further understands allrsne necessary machinery, tools, apparatus, and eother means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. L that The bidder otherwise idd further agres tby'ext as Village deductions, iextend o including ngelim shorten of k one or more of the items, as provided in the specifications; he will perform the work as altered, increased or decreased. llage resentative may at any time M The ingbidder the progress off the wok covered by this during 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. N. The bidder further agrees to execute all documents within iall Package, obtain a Certificate of Insurance for this work and present f these documents within fifteen (15) days after receipt of the Notice of Award to the Village. p. The bidder further agrees that the Village representative may at any time b during the progress of the work covered y this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. p. The bidder further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed mount a by ng Village, in the penal amount of 100% of the paymentact af for la or, materials. the faithful performance of the work and payment apparatus fixtures, machine ,and sub__ contractorsin accordance with the terms of the Contract. not than ten (10) ys after to begin wo Q receiptdof thThe bir e Noticerthergrees to proceed, unless kotherwi later provided, and oaexecute 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. 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 bidder further agrees that if the Village decides to extend or shorten the work, or otherwise alters it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased. M. The bidder further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as donot 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. N. The bidder further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after receipt of the Notice of Award to the Village. 0. The bidder further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. p, The bidder further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the ount of 100% of the Contract af �ulabornt uamatea is Village, in the penal am the faithful performance of the work and payment apparatus fixtures, machinery, and subcontractors in accordance with the terms of the Contract. Q. The bidder further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. R. By submitting a bid, the bidder understands and agrees that, if his bid is the Village for he any dams to ages snter into a the Villageontract forthwith, may he shall be liable to may thereby suffer- s. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. T. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other r proposed contract documents, he may written request for an interpretation thereof. The person ittiinof the g the request will be responsible for its prompt delivery. Any documents will be made only by addendum duly issued by the Village, and a copy of such addendum will be delivered to each person receiving a set of such documents. The Village will not be responsible for any other explanation or interpretation of the Bid Package. 5, SUBSTITUTIONS: A. Certain materials and equipment are specified rfo mance manufand acturer or not fort ade the name to establish standards of qualityand pe purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to of the award ofthe immed ately trt, The er of after wall titutions requuestedall be bidsaandtebefo egral art the the bid, appearing signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base unit cost and the total cost. D, In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: ized showing manufacturer name, 1. Each proposed subsi1Ounit clost andrtotaI cost. The bidder shall prepare catalog number, quantity, the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions. g. CONDITIONS:_ A. The Village is exempt from Federal excise tax (#36-600-9534) id can) and the Illinois Retailer's Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. urchase may be hat ion for p B. To be valid the being be in price e of d so teach unit tthe cost of delivery (FOB made, there9nclude Destination). the the C. The Villagebid hall reserve item at the pricess to atedd or �nditemizat on of the Abid and/or alternate Y D. All bids shall be good for ninety (90) days from the date of the bid opening. 7, BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. F. sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village. g. GUARANTEE: will guarantee all work for a period of one (1) year Contractor (successful bidder) against faulty material and/or work ea` s asst the date of finp. ial acceptance of the Contract Bond will extend to one (1) y P defect entire work by the President and Board of Trustees of the Village. If any 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. pAY_ MEN The Village of of the month. For consideration nonofoneoof these dates,ices on the payment ond d payme fourth Tuesday foueen ys or to the second or request must be received later men equestslshallabe iinrlaccordance with the fourth Tuesday of the month.h. All payment applicable portions of the specifications (see Section D of this Bid Package) 10. INDEMNIFICATION: The Contractor shall cerectofd mnify, save, Officials, employees,end and volunteers holdforever agentsrfromsthe and Village and/or its officers, penalties, causes of action, costs against all liabilities, obligations, claims, damages, p including without limitation court costs, insurance deductibles and and expenses, attorney's fees and expenses, which the Village ordsustain,00r for which the employees, volunteers and agents may Village and/or its officers, officials, accident,ury t000r death of persons orlunteers and agents aloss of become obligated by reason for any 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, ofrthe Contractor'sthis officers, employees subcontractors, Agreement by virtue of any act or omission of any sub ontractors, 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. Jiil The contractor shall ehold the t, fixtugreshorrmless for any and lclaims achinery fum shed to thecont contractor for material, apparatus,of the purpose of performing the work under the contract; and the pm ntsuffelydirect o and indirect damages to any person, firm, company Po or sustained on account of the performance of such work during the time the contract is in force. 11. INSURANCE: iL be presented to Certificates of Insurance and Additional Insured Endorsement shall the Village within fifteen (15) days after the receipt by the contractor of the Notice of age Award and the and execute the contract no will the bid guaraact it being understood and ntee be returned reed that the 'llun I will not app roved b the Village. acceptable insurance certificates are received and app Y of Each contractor performing any work pursuant to mt contract as w h thpu suae t Oak Brook and each permittee working under a p the provisions of Title 1, Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the cor ontract ermit arise ms f or injuries to persons or damages to propertywhichmay fom orr in connerance against ction onwith the performance of the agent W�epresentatfvesoemployees or subcontractohs contractor, permittee, or their A contractor or permittee shall maintain insurance with limits no less than: ily A, General Liability - $2,000,000 combined single limit that when the per occurrence for boded injury, personal injury and property damage, provided cost of the work in question does not exceed $25,000, the required limit shall be $1,000,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such ers, officials, deductible or self-insured voluneereteor'theon as re d sVillage,s the 't hall procure eabond �cguaranteeing employ this Bid e, and shall be subject p roval by the Village Attorney before ubject to a ° 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: The CONTRACTOR will not discriminate against any employee or applicant for birth, aemlomeage or handicap ounrel ted torbonlancestry, a f de occupationaplace of qualifications. 14. t-_Mrw T 1V1S1N 1 " . - - UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. 15 110 17 This provision applies to all labor, whether skilled, semi -skilled or unskilled, whether manual or non -manual. 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 Bidaaopov ern of cattorneyneby an evidenc ng attorney-in-fact, sign there theshall attached to 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. NONDISCRIMINATING: The Vendor, its employees and subcontractors,agrees provisionst.tc of the nlll wfull discrimination and agrees to comply with applicable nois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance Prevailingwith The prevailing wage vola es a federa$ law,order, o0r)rulinga herexcept where a rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 18. COPIES OF DOCUMENTS The number of copies of Contract required to be executed is as follows: a) Three (3) 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 seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to CONTRACTOR. The performance of the services described herein shall not be construed as creating any joint employment relationship between the CONTRACTOR and the VILLAGE, and the VILLAGE is not and will not be liable for any obligations incurred by the CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the VILLAGE and the CONTRACTOR. 20. ASSIGNMENT Neither the VILLAGE nor the CONTRACTOR shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld. 21. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance and enforcement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. Village of Oak t# Item. No. 20201200 20800150 21101615 25000110 0 *252 100 00 30300001 01 35101800 44000100 44000153 44000157 44000160 44201690 44300200 48100500 5421365 Schedule of Prices Route 2014 Street Imov rements County DuPaoe Local Agency village of Oak Brook Section _--_ Unit Items MOVAL A REND DISPOSAL OF UNSUITABLE CU YD MATERIAL CU YD TRENCH BACKFILL SQ YD TOPSOIL FURNISH AND PLACE, 4" ACRE SEEDING, CLASS 1A SO YD SODDING CU YD AGGREGATE SUBGRADE IMPROVEMENT SO YD AGG BASE COURSE TYPE B 6" HOT -MIX ASPHALT SURFACE REMOVAL —BUTT JOINT PAVEMENT REMOVAL HOT —MIX ASPHALT SURFACE REMOVAL, V HOT —MIX ASPHALT SURFACE REMOVAL, 2" HOT —MIX ASPHALT SURFACE REMOVAL, 3" CLASS D PATCH 6" CRACK CONTROL TREATMENT STRIP REFLECTIVE LD AGGREGATE SHOUERS, TYPE A, 6" 4 PRECAST REINFORCED CONCRETE FLARED END SECTIONS 8" INLET TYPE B, 24" DIA (SPECIAL) W1 TYPE 8 FRAME 60240302 & GRATE INLET TYPE B, 36" DIA (SPECIAL) W1 TYPE 8 FRAME 60240301 & GRATE 78000100. THERMOPLASTIC PAVEMENT MARKING — 0 LETTERS AND SYMBOLS 78000200 THERMOPLASTIC PAVEMENT MARKING — LINE 4" MARKING —LINE 12 78000500 THERMOPLASTIC PAVEMENT " 78000650 THERMOPLASTIC PAVEMENT MARKING — LINE 24" NON -TRACKING BITUMINOUS MATERIALS (PRIME X40600120 COAT SO YD y II Unit I Total Quantit price SO YD SO YD SQ YD SO YD SQ YD FOOT SO YD 1375 a0,�� a�hjDh•o�` 110 Sb. 3S h3Q S 1595 l tv° 11 1 �5i v 0.35 1ST 4460 575 la.�o 1141,5 1375 �1.a5 aq ai° 3390 EACH EACH EACH SQ FT FOOT FOOT FOOT 230 6581 �, lot) 76 33q 2050 2990 �•�y a0• 4065 3,45 925 \ 0 1ST 4460 4 710 2 �Q,vo 8 (�p�a,vo 2 1,`aJ. 73 3475 Q 0 315 310 1 l 56 LBS I 10588 II 0,10+ I I0' Bidders Total For Page 1 Bidders Proposal for Making Entire 13. The undersigned further agrees that if awarded the contract for the sections contained l for he multiple bid following combinations, the he will perform the work in accordance with the requirements of each individual prop schedule below. Schedule of Multiple Bids Total Sections Included in Combination Combination Letter BLR 12222 (Rev. 4101109) N:\OAKBROOK\130227\Sp"",Schednle of Prices. do" Unit Quantity Unit Price Total Item. Items _ N o. 5 INCH REMOVAL AND SO FT 392 �,�o "X424002 0 PCC SIDEWALK REPLACEMENT EACH 18 3b'S,t�o (0 50.00 "X602520 DRAINAGE STRUCTURE TO BE ADJUSTED AND 170 35-10 5\Ol6-1, 00 *X606038 COMB CURB AND GUTTER REMOVAL FOOT 0 REPLACEMENT SPECIAL AND PROTECTION, (SPECIAL) L SUM 1 04or.d° *X701021 TRAFFIC CONTROL REMOVAL AND REPLACEMENT SQ YD 186 �,00 Qi7��,oc *XX00343 PCC DRIVEWAY DRIVEWAY REMOVAL AND SO YD 143 QQ, °�o -7 1x),40 *XX00694 HOT -MIX ASPHALT 7 REPLACEMENT L SUM 1 34 0' 00 430,E *Z001379 CONSTRUCTION LAYOUT FOOT 760 1�4 b 'SDA N/A STORM SEWERS, PVC, SDR -21, 8" FOOT 325 ��110 la ate• *N/A CURB REMOVAL AND REPLACEMENT TYPE B, 6' S4 b SSS SO FT 10750 ) t *N/A DITCH REGRADING SO FT 1000 A� (C QS0 *N/A PCC SHOULDER, SPECIAL AND REPLACE PCC DRIVEWAY SQ YD 1200 00q 100 llO J c *N/A REMOVE PAVEMENT„ 10 -INCH WI FIBERS 0.35 j,�iDQOa ��aa'�i• C *N/A MULCHING, SPECIAL ACRE TON 615 ,4o S Sb.c *N/A LEVEL BINDER COURSE N50, SPECIAL TON 1415 (A,44 6,56, *N/A HMA BINDER COURSE IL -19.0 N50, SPECIAL TON 1826 1'00 (2q tb4b *N/A HMA SURFACE COURSE "D" N50, SPECIAL Carried forward from page 1 Bidders Proposal for Making Entire 13. The undersigned further agrees that if awarded the contract for the sections contained l for he multiple bid following combinations, the he will perform the work in accordance with the requirements of each individual prop schedule below. Schedule of Multiple Bids Total Sections Included in Combination Combination Letter BLR 12222 (Rev. 4101109) N:\OAKBROOK\130227\Sp"",Schednle of Prices. do" Section D Specifications Detailed Specifications are contained in this Section D. In the event that any conflict exists with any part or parts of the various contract documents, the following order shall govern: I. Plans shall take precedence, then 2, Special Provisions, then 3. Village of Oak Brook "Public Works Construction Standards", then 4. Standard Specifications/Standard Drawings Page 1 VILLAGE OF OAK BROOK STATE OF ILLINOIS 2014 Street Improvement Project The following Specifications and other provisions together with Special Provisions, and all provisions contained in this Bid Package, shall govern the construction of the proposed improvement and are a part of the Contract. "Stnda ad d Bridge nstruction", adopted A. Jana aryrd1st, 2012, published bySpecifiations for othe Illi D Illinois Department ent of Transportation (IDOT). B. "Supplemental Specifications and Recurring Special Provisions", adopted January 1st, 2014, published by [DOT. C. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by IDOT. D. "Bureau of Design and Environment, Special Provisions", adopted subsequent to issuance of Supplemental Specifications and Recurring Special Provisions. E. "Manual on Uniform Traffic Control Devices for Streets and Highways", adopted by ]DOT. Before submitting the proposal, bidders should read all the above mentioned documents along with the Special Provisions and familiarize themselves with all requirements of same. Before submitting proposals, bidders should visit the site of the proposed work, verify all site conditions and also conditions under which said work must be conducted. Submission of a Proposal implies that the bidder is fully conversant with all requirements of Standard Specifications, Special Provisions, Standard Drawings, and site conditions. No claim for additional compensation will be considered or paid because of the Contractor's negligence or failure to be so informed. Page 2 TABLE OF CONTENTS TAB 1 4 DEFINITION OF TERMS ............... I.................... . CLARIFICATION OF CONTRACT DOCUMENTS..................................................... ... 5 ................................................ 5 LOCATION OF IMPROVEMENT.............................................................................5 PERMIT........................................................................................................................... 5 CONTRACT TIME .............................................. SURVEY CONTROL POINTS......................................................................................... VANDALISM....................................................................................................................6 MAINTENANCE OF ROADWAYS..................................................................................6 PUBLIC CONVENIENCE AND SAFETY........................................................ 7 CHANGE IN SCOPE OF WORK.- ..................................... * ............. USE OF FIRE HYDRANTS.............................................................................................7 ..........I ........................... MAILBOXES....................................................... ................... .... . �• CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD) ..... • : ........ ._ .7 SUBSURFACE EXPLORATION DATA ........................ SITE INVESTIGATION AND CONDITIONS AFFECTING WORK ........... .:. ...::..:.:::: 8 .............................. . ...... NOISE.................................................. USE OF HEAVY EQUIPMENT, TOOLS; RESTRICTIONS ............................... :. ..10 PAVEMENTCORES.................................................................................... SUPPLEMENTAL WATERING.....................................................................................10 SODDING, SPECIAL.....................................................................................................10 SEEDING, SPECIAL.....................................................................................................11 MULCHING, SPECIAL..................................................................................................11 DITCHREGRADING.....................................................................................................12 DUSTCONTROL..........................................................................................................12 PCC SHOULDER, SPECIAL... I ..................... . . PCC SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH, SPECIAL ... ........14 CLASS D PATCHES (SPECIAL)..............................................................................14 ...... CONSTRUCTION LAYOUT .................... .. ........................................17 DRAINAGE STRUCTURES TO BE REMOVED ........... I...... INLET, SPECIAL WITH TYPE 8 FRAME AND GRATE (OF SIZE SPECIFIED)_ ........ 17 STORM SEWER, PVC, SDR 21, 8........... ..... 18 STRUCTURE TO BE ADJUSTED .......... ....... ..................... COMBINATION CONCRETE CURB AND GUTTER REMO..VA.L AND REPLACEME 19 (SPECIAL) OR CURB REMOVAL AND REPLACEMENT TYPE B, 6 HOT -MIX ASPHALT SURFACE REMOVAL (TO THE DEPTH SPECIFIED)........ 21 HOT -MIX ASPHLAT PAVEMENTS, SPECIAL ...................................... PCC, BRICK AND HMA DRIVEWAY REMOVAL AND REPLACEMENT .............. ...23 PROTECTIVE COATING AND CURRING FOR PCC.......................I.......................• .23 TRAFFIC CONTROL AND PROTECTION ................................ 28 TRAFFIC CONTROL PLAN ..................................................... Page 3 VILLAGE OF OAK BROOK STATE OF ILLINOIS SPECIAL PROVISIONS FOR 2014 STREET IMPROVEMENT PROJECT The following Special Provisions supplem2012e "Staereindard specifireftii n he for Road and Bridge Construction", adopted January 1, Specifications"); 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; and the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2014, indicated on the Check Sheet included herein; all of which apply to and govern the construction of: 2014 STREET IMPROVEMENT PROJECT for the Village of Oak Brook, Illinois. provisions included herein apply to and govern the proposed These special improvement desi an2014 S rt oparts ted pa0of saidRspecifncationOs; said special ' provisions take conflict with any p precedent and shall govern. DEFINITION OF TERMS In addition to the definitions included in Section 101 1f the "Standard follow ngflshtould ions for be Road and Bridge Construction", adopted January added: Engineer - shall be the firm of Christopher B. Burke Engineering, Ltd. as Engineer employed by the Owner. Owner - shall be the Village of Oak Brook. Municipality - shall be the Village of Oak Brook. Department - shall be the Village of Oak Brook. Village - shall be the Village of Oak Brook. CLARIFICATION OF CONTRACT DOCUMENTS Requests for interpretations of the Bid Documents shall be made in writing, addressed to the Village, and shall lemns tructionsat least fwll will in the form of(5) days prior to hwrittene big oaddendatol interpretations and supplemental the Bid Documents. A copy of such addendum will be mailed to all BIDDERS known to the VILLAGE. BIDDERS will provide written acknowledgment of receipt of each addendum issued with Page 4 the bid submission. Failure to acknowledge receipt of the addenda may be cause for rejection for the BID. The information shall also be placed on file and be mabe de available to the public per the Freedom of Information Act. Oral kip9 daysnpr prior totbid made. No addenda shall be issued later than three (3) opening date. LOCATION OF IMPROVEMENTS FROM TO LOCATION Dead End Adams Road 35 Street York Road Golf Club Golf Road Oak Brook Road Dead End Coolid e Villa e Hall Park Lot Fire Station #2 Lot Various Streets Well House Parkin Woodside Estates Subdivision PERMIT DuPage Highway Permit for work at on Oak Coolidge aoBrook l and County age Hall Park Lot locations and York Road at GolfRoatd et) at CONTRACT TIME For this contract, all work at Golf Road shall be completed by July 3`d. All remaining work shall be completed within 40 working days. Should the Contractor fail to complete the work as stipulated above, the Contractor shall be liable to damages to the Owner in accordance with Article 108.09, Failure to Complete the Work on Time. SURVEY CONTROL POINTS The provisions of Article 105.09 of the Standard Specifications shall be modified so that staking and restablishcontractor iilllio e resp nsibl elevations and grade of workther activities required to the the alig ent, l rThe Contractor shall assume equired td to construct the work n accordance oe with the shown on the planimensioand svations . The Engineer will be available to assist the Contractor in interpretation of the plans and layout operations. In the event any questions arise to the proposed location of any work issues 1pr'or to theexecut the opfthe of a py const uctiontope�at onsshall advise the Engineer of such Page 5 This work will not be measured or paid for separptely but shall be considered as included in and incidental to the various payrrtent items provided for herein. VAN�M called to the Special Provision for "Inspection" as well as Article Special attention is 107.30 of the "Standard Specifications": Any defaced work shallb' payment. The Village replaced by the Contractor at his sole expense prior to final pay inimize vandalism, but the of Oak Brook shall cooperate with the Contractor to m Contractor shall be ultimately responsible to correct any damage. The Village will not be responsible for the security of the work site in this regard, other than normal patrolling and response to emergencies. The cost of additional security required to meet this provision shall be solely the Contractor's responsibility. MAINTENANCE OF ROADWAYS egins on this project, the Contractor shall assume Beginning on the date that work b responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary ut not by the eer,.btenanclinclude trol e of roadways will operations.now removal nd will be provided the Contractor asnrequiirred Protectiono by the Engineer. PUBLIC CONVENIENCE AND SAFETY f the "Standard Specifications for In addition to the requirements of Article 107.09 o Road and Bridge Construction", the Contractor shall maintain entrances and side roads along the proposed improvement; interferencewith shall be kept movementsffic a minimum. inconvenience to owners of abutting property and p Any delays or inconveniences caused the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. so en holes in the The and that aril Contractor orris to plan is work removedtfrom the pavement dhat there will be no ung non work hours. ement During all construction operations, the Contractor will be required to provide, erect and maintain proper signage and barricades plus provide flagmen as necessary for safe traffic control. All provisions relating to traffic control, signage, barricades and the use of flagmen shall be subject to the approval and the direction of the Engineer. The Contractor will not be allowed to close any street to through travel without the prior approval of the Engineer. The Contractor will be required to provide all warning signs, Page 6 barricades, traffic cones, flagmen and other appurtenances as the Engineer deems necessary to guarantee the safety of motorists and pedestrians during construction. This work will not be paid for separately but shall be considered as incidental to the Contract and no extra compensation will be allowed. CHANGE IN SCOPE OF WORK The Village reserves the right to decrease the contract quantities in order to meet budgetary constraints. No compensation will be allowed to the Contractor for decrease in quantities and anticipated profits. USE OF FIRE HYDRANTS In addition to the requirements of Article 107.18 of the Standard Specifications, construction water must be obtained from a tank truck and not from municipal fire l be made with the V Brook Public Works Department, filling003 Joria tank e Boulevuck ard, Oak Brook, Ill nois.illage of Oak MAILBOX Adjacent to the construction operations (not limited to sewer installation, grinding, paving, driveway work, curb and gutter removal and replacement) and off the back of curb are decorative mailbox structures. If necessary to protect a mailbox, proposed sewer lines may be rerouted around such structures upon written approval from the Engineer. It shall be the Contractor's responsibility to protect these decorative mailboxes while performing work adjacent to them. The cost to protect these mailboxes shall be included in damage overall to these mailboxes cthe tand aused blynthe Contractor during e measured paid the for separately. Any contract shall be repaired by the Contractor to the satisfaction of the Engineer and at no additional cost to the Village or Resident. The Village shall provide the contractor with an Uncontaminated Soil Certification form LPC 663 and is not aware of any contaminated soils. The Village will assume responsibility for reasonable extras, if contaminated soils exist, but will not assume responsibility for failed attempts to deliver contaminated soils to a CCDD dump site. SUBSURFACE EXPLORATION DATA Limited investigation of subsurface conditions at the proposed site of Work has been made for the purpose of design. The Village of Oak Brook, Testing Service Corporation, and Christopher B. Burke Engineering, Ltd. assume no responsibility whatsoever with respect to the sufficiency or accuracy of these preliminary investigations, nor their interpretation, and there is no guarantee, either expressed or Page -7 representative of those existing throughout the art of it, or that unforeseen developments may occur. Imp that conditions indicated are Work or any p „ccrrTlNG WORK SITE INVESTIGATION d, The BIDDER acknowledg es that, prior to submission of its that it has investigate a general and local conditions necessary to ascertain the nature and location if the or including but not limited to (1) location and load confirmed, verified as correct and satisfied itself as to thavement, shoulders, curb and onding P upon transportation, which can affect the adwaystsutoities, corresponding bearing P capacity of existing and water main, gutter, sanitary serer, storm sewers, 2 the availability of laboorswalar physical and storage of materials; () river stages, tides, disposal, handling round and existing 3 uncertainties r weather, riot to and power and roads; () 4 the conformation and conditions of the 9 7 the conditions at the site; () ui ment and facilities needed p onds; (5) the character u eq P proposal, detention p g subsurface conditions labor set'forthf in Bld Prop during work performance; () e ui ment, to complete all of the Work as qualities of all materials, t P condition, compatibility, quantities and q s and specifications that are necessary g the location, plans and drawing quality required under the Contract Documents; and ( )The configuration of all existing utilities fiandrm -Infrastructure satisfied tselfBassDto tthelcharacterJqto gee config obstacles or conditions inspection be of surface and subsurface materials, ascertainable from an that it has verified as correct, co and quantity ce well as from the drawings, all exploratory work done, if any, encountered insofar as this information is reasonably ny, as well The BIDDER further of the site, including art of the bidding verified as correct and ecifications made a P investigated, confirmed, plans and sp ort. Any failure of the BIDDER to take the acknowledges that it has revie\ naal rep satisfied itself as to the g ed in this paragraph will not relieve the BIDDER fro actions described and acknowfd erly the difficulty and cost of successfully performing onsibility for estimating properly successfully perform the Ltd. a without ERdassuume onal responsibility for proceeding ineering, the Work, Christopher B. Burke Eng the BIDDER based on expense to the OWNER' conclusions or interpretations made by Ltd. or the OWNER of no responsibility for any Christopher B. Burke Engineering' ineering, Ltd. assume or Christopher B. Burke Eng information made available by reached or representation made concerning fo before the project. Nor do y understanding of its officers or agents responsibility for OWNER any conditions which can affect the Work by any tante of the bid offer and execution his contract.contract, unless that understanding 0 acceptance ressly stated representation is exp NOISE continue to cause to be made or any person to make, se which disturbs the A. It shall be unlawful for 'nue any loud, unnecessary, prolonged or unusual noi conte peace of others. Page 8 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) USE OF HEAVY EQUIPMENT TOOLS; RESTRICTIONS Except as provided in subsections B, C and D 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 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 subsections B, C and D 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 Manager 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: Page 9 1. The party seeking the waiver will suffer a unique or unusual hardship unless the waiver is granted; and 2. The granting of a waiver will not cause a substantial or undue adverse impact upon adjacent property or upon the public health, safety and welfare. The Village Manager may attach to such waiver all conditions he deems necessary to protect the public health, safety or welfare. PAVEMENT CORES The Village of Oak Brook performed pavement cores on all streets which are to be rehabilitated under this contract. A copy of the geotechnical testing report has been included in Tab 3. SUPPLEMENTAL WATERING Description. This work shall consist of applying additional water to newly sodded areas as directed by the ENGINEER in accordance with Section 252 of the Standard Specification. Water shall be applied at a rate of 15 L/sq m (3 gal/sq yd) or as directed by the ENGINEER. The CONTRACTOR shall provide the meter readings of the usage of water on a daily basis to the ENGINEER. Method of Measurement and Basis of Payment. This work shall be calculated and paid for at the contract unit price per unit of SUPPLEMENTAL WATERING based on the amount sod installed which includes all labor, material and equipment. SODDING, SPECIAL Description. This work shall consist of preparing the ground surface, furnishing and placing pulverized topsoil to a 6" depth, fertilizing the areas to be sodded as specified in the plans and furnishing and placing sod. All work shall be in accordance with the applicable portions of Sections 211 and 252 of the Standard Specifications. In addition to the applicable portions of Section 107 of the Standard Specifications, all other areas shall be restored to their conditions prior to construction. The contractor shall grade all ditch lines which are disturbed during construction to ensure proper drainage exists after construction. Restoration at locations of underground construction shall take place after the trench has settled. Within the County right-of-way the sod shall be of the salt -tolerant variety. At all other locations, the sod shall be Kentucky Blue Grass. Page 10 Watering shall be done as directed by the Engineer, in accordance with Articles 252.08 and 252.09 of the Standard Specifications. Any additional watering requested by the Engineer shall be paid for at the contract unit price for SUPPLEMENTAL WATERING in accordance with Articles 252.09 and 252.13 of the "Standard Specifications for Road and Bridge Construction". The sodded areas shall be guaranteed by the Contractor for a period of one (1) year after installation. During this period all defective areas caused by inadequate watering, salt damage, pedestrian and traffic damage or other reasons shall be repaired at the Contractor's expense. Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in square yards and shall be paid for at the contract unit price per square yard for SODDING, SPECIAL, which price shall be full compensation for all labor, equipment, and material including fertilizer and furnishing and placing topsoil to complete the work as specified in these special provisions. Maximum payment width is 2 feet behind any curb and gutter repair and 1 foot on either side of any sidewalk and driveway replacement. SEEDING, SPECIAL Description. This work shall consist of preparing the seed bed and placing seed and fertilizer nutrients. 270 pounds of fertilizer nutrients shall be applied at a 1:1:1 ratio. All work shall be in accordance with Sections 250 of the Standard Specifications. Method of Measurement and Basis of Payment . This work shall be measured in place and the area calculated in ACRE and shall be paid for at the contract unit price per ACRE for SEEDING, SPECIAL, which price shall be full compensation for all labor, equipment, and material including fertilizer and preparation of the bed to complete the work as specified in these special provisions. Maximum payment width is 2 feet behind any curb and gutter repair and 1.5 feet on either side of any sidewalk or driveway replacement. MULCHING, SPECIAL Description. The work shall consist of applying Pennmulch Seed Accelerator 0.7-1-0.4 by Lebanon Turf or approved equal. Pennmulch must be applied with a calibrated applicator as recommended by the manufacturer at a rate of 65 lbs/MSF. Area shall be irrigated with 0.2 — 0.4 inches of water shall be applied after Pennmulch is placed. Pennmulch shall be placed after September 15 t. Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in ACRE and shall be paid for at the contract unit price per ACRE for MULCHING, SPECIAL, which price shall be full compensation for all Page 11 labor, equipment, and material to place Pennmulch Seed Accelerator 0.7-1-0.4 or approved equal and watering. Maximum payment width is 2 feet behind any curb and gutter repair and 1.5 feet on either side of any sidewalk or driveway replacement. DITCH REGRADING Description. This work shall consist of final shaping and grading of lawn areas disturbed during construction operations or in adjacent areas determined by the Engineer in order to provide for proper drainage. This work shall be completed in accordance with Sections 212 of the STANDARD SPECIFICATIONS and as specified herein. Construction Requirements. This work shall be completed in accordance with the following: 1. Final shaping and trimming shall be performed in accordance with Section 212 of the STANDARD SPECIFICATIONS. All lawn areas disturbed during construction or adjacent areas lacking proper drainage shall be shaped and trimmed by filling or cutting surface irregularities. The final grades shall be determined in the field by the Engineer. Ditches shall be restored to provide positive drainage where no curb exists. 2. This work includes all excavating and disposal of material in accordance with provisions included herein. The cost for excavating and disposal of material will not be paid for separately but shall be considered included in the contract cost for DITCH REGRADING. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per square foot of DITCH REGRADING which shall include any necessary material, labor or equipment to complete the work. DUST CONTROL Description. Contractor shall provide necessary measures to mitigate dust as directed by the Engineer. Construction Requirements. This work shall include but is not limited to street sweeping of all affected roads with sweeper that is equipped with a functional water source. Method of Measurement. This work will not be paid for separately but shall be considered included in the cost of the contract. Page 12 PCC SHOULDER, SPECIAL Description. This work shall consist of placing portland cement concrete sidewalk on a compacted subbase and shall be performed in accordance with Sections 311 and 424 of the Standard Specifications with the following alterations. Construction Requirements. Shoulders shall be 4 -inches thick placed on a minimum of 2 -inches of Subbase Granular Material, Type B. All exposed surfaces of newly placed concrete shall have a rough broom finish only. No use of finishing tools will be required. Method of Measurement. Portland cement concrete shoulder will be measured for payment in place, and the area computed in square feet. Basis of Payment. This work will be paid for at the contract unit price per square foot for PCC SHOULDERS, SPECIAL which price shall include all special texturing, variable height edge treatment, and compacted subbase granular material. PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH, SPECIAL Description. This work shall consist of removing and placing Portland cement concrete sidewalk on a compacted subbase and shall be performed in accordance with Sections 311 and 424 of the Standard Specifications with the following alterations. Construction Requirements. Sidewalks shall be placed on a minimum of 2 -inches of Subbase Granular Material, Type B. Expansion joints shall be placed at intervals of not more than 50 feet. At driveway apron locations, the depth of concrete shall be increased to 6 -inches. All required excavation shall be included. Any tree roots encountered during sidewalk installation shall be sawcut and removed by the Contractor. During sidewalk removal or replacement, any damage to the parkway (sod) from forms, concrete trucks, or construction traffic in addition to the 1' maximum payment width shall be repaired by the Contractor at no cost to the owner. All exposed surfaces of newly placed concrete shall be cured by the application of a curing and sealing compound in accordance with Article 420.18 of the Standard Specifications and the manufacturer's recommendations for which no additional compensation will be made. The curing and sealing compound shall be "Super Rez Seal" produced by the Euclid Chemical Company, or an approved equal. The concrete shall be cured in accordance with Article 1020.13 of the Standard Specifications. Page 13 Method of Measurement. Portland cement concrete sidewalk will be measured for payment in place, and the area computed in square feet. Basis of Payment. This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH SPECIAL, which price shall include all removal, disposal, required expansion joints, special texturing, variable height edge treatment at sidewalk ramps, additional thickness at driveway aprons, protective curing coat, compacted subbase granular material, and required excavation. CLASS D PATCHES (SPECIAL) Description. This work shall consist of patching pavement at locations marked by the Engineer. This work shall be done in accordance with Section 442 of the Standard Specifications except that the four types, namely Type I, Type ll, Type III and Type IV have been combined under the pay item Class D Patches, Special, of the thickness specified. Furthermore, when removing pavement, the use of any type of concrete breakers which might damage the underground public or private utilities will not be permitted Under no circumstances will the use of a frost ball be permitted. Locations of Class D Patches shall be determined by the Engineer and marked in the field. The existing pavement including the base and bituminous surface shall be removed to the specified depth below the ground surface and replaced with hot -mix asphalt, as specified in Section 406. The surface of the patch shall meet the surface of the ground bituminous surface. Measurement and Payment. This work will be paid for at the contract unit price per square yard for CLASS D PATCHES (SPECIAL) of the thickness specified, which price shall include the removal of the existing pavement base and bituminous surface, and sub -grade as directed by the engineer and the placement and compaction of the specified bituminous mixture up to the ground bituminous surface. CONSTRUCTION LAYOUT The Contractor shall be required to furnish and place construction layout stakes for this project. The Engineer will provide adequate reference points to the centerline of survey and benchmarks as shown in the plans and listed herein. Any additional control points set by the Engineer will be identified in the field to the Contractor and all field notes will be kept in the office of the Resident Engineer. The Contractor shall provide field forces, equipment and material to set all additional stakes for this project, which are needed to establish offset stakes, reference points, and any other horizontal or vertical controls, including supplementary benchmarks, necessary to secure a correct layout of the work. Stakes for line and grade of pavement Page 14 Contractor. The additional restaking done by the Contractor will be paid for in accordance with 109.04 of the Standard Specifications. h. The Engineer will accept responsibility for the accuracy of the initial control points as provided herein. It is not the responsibility of the Engineer, except as provided herein, to check the correctness of the Contractor's stakes; however, any errors that are apparent will be immediately called to the Contractor's attention and s(he) shall be required to make the necessary correction before the stakes are used for construction purposes. j. Where the plan quantities for excavation are to be used as the final, pay quantities, the Engineer will make sufficient checks to determine if the work has been completed in substantial conformance with the plan cross sections. Responsibility of the Contractor a. The Contractor shall establish from the given survey points and benchmarks all the control points necessary to construct the individual project elements. S(he) shall provide the Engineer adequate control in close proximity to each individual element to allow adequate checking of construction operations. This includes, but is not limited to, line and grade stakes, line and grade nails in form work, and/or filed or etched marks in substantially completed construction work. It is the Contractor's responsibility to tie in centerline control points in order to preserve them during construction operations. L At the completion of the grading operations, the Contractor will be required to set stakes at 30 m (100 ft.) station intervals along each profile grade line. These stakes will be used for final cross sectioning by the Engineer. C. All work shall be in accordance with normally accepted self -checking surveying practices. Field notes shall be kept in standard survey field notebooks and those books shall become the property of the Engineer at the completion of the project. All notes shall be neat, orderly and in accepted form. d. For highway structure staking, the Contractor shall use diligent care and appropriate accuracy. Points shall be positioned to allow reuse throughout the construction accuracy. Prior to the beginning of construction activities, all structure centerlines and pier lines are to be established by the Contractor and checked by the engineer. The Contractor shall provide a detailed structure layout showing span dimensions, staking lines and offset distances. Page 16 Measurement and Payment. This item will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT, which prices shall be payment in full for all services, materials, labor and other items required to complete the work. DRAINAGE STRUCTURES TO BE REMOVED Description. This work shall consist of removing and disposing of existing manholes, catch basins, inlets, and water valves in accordance with Section 605 of the Standard Specifications and as specified herein. Construction Requirements. In addition to the requirements of Article 605.03 of the Standard Specifications, the Contractor shall saw cut a square area around the structure to be removed of sufficient size to both remove the structure and to construct the replacement structure. If a new structure is not to be installed at the same location, excavated areas around the structure shall be backfilled with compacted CA -7. This backfill shall be included in the cost for DRAINAGE STRUCTURE TO BE REMOVED. All existing frames, and grates that are removed shall be delivered to the Public Works Department for their use. Any costs associated with the delivery shall be included in the cost for DRAINAGE STRUCTURE TO BE REMOVED. Basis of Payment. This work shall be measured and paid for at the contract unit price per each for DRAINAGE STRUCTURES TO BE REMOVED. The word STRUCTURE shall be understood to mean manhole, catch basin, inlet, and water valves as the case may be. INLET SPECIAL WITH TYPE 8 FRAME AND GRATE (of the size specified) Description. This work shall consist of furnishing, excavation, installation and backfilling INLET of the diameter indicated where directed by the Engineer, this item shall be performed in accordance with applicable provision of Section 602 of the "Standard Specifications for Road and Bridge Construction". Basis of Payment. This work will be paid for at the contract unit price each for INLET TYPE A, 24" DIA and INLET TYPE B, 36" DIA". Frame and grate and adjustment shall also be included. Basis of Payment. This work will be paid for at the contract unit price each for INLET 24" DIA or 36" DIA, WITH. Frame and grate and adjustment shall be included in the price. STORM SEWER PVC, SDR 21, 8" Page 17 Description. This work shall consist of installing storm sewer in accordance with Section 550 of the Standard Specifications and as specified herein except shall be SDR 21 or an approved equal. Construction Requirements. In addition to the requirements of Article 1040.03 and Section 550 of the Standard Specifications, the storm sewer shall be stubbed out from all inlets a minimum of two (2) feet from the back of curb or as indicated on the plans and directed by the ENGINEER. Backfilling of storm sewer shall be completed in accordance with article 550.07 of the standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the sewer run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM d-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re -graded and compacted to the satisfaction of the Engineer at the contractor's expense. Connections required to install the new storm sewer into existing storm sewer structures as shown shall be included in the cost STORM SEWER PVC, SDR 21, 8" and will not be paid for separately. Basis of Payment. This work shall be paid for at the contract unit price foot for STORM SEWER PVC, SDR 21, 8". STRUCTURE TO BE ADJUSTED Description. This work shall consist of adjusting valve vaults, catch basins, manholes and inlets and patching of adjacent pavement as required, in accordance with Section 602 and Section 442 of the Standard Specifications and as specified herein. For structures on radii, Contractor shall be responsible for offsetting the existing back of curb to assure that the new frame is placed in the same location. Rubber adjustment rings are to be used on all structure adjustments. Intra -Riser `Multi - Purpose Rubber Adjustment Risers' or an approved equal are to be used. Construction adhesive will be placed between each ring and below the frame. The patching shall match the type and cross section of the adjacent pavement. The pavement shall be saw cut the full depth of the pavement to ensure square and sturdy edges prior to the placement of the patch. This work will be incidental to the cost of this item and will not be paid for separately. Page 18 Basis of Payment. This work will be measured and paid for at the contract unit price per each for STRUCTURE TO BE ADJUSTED. COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL) or CURB REMOVAL. -AND REPLACEMENT TYPE B, 6" Description. This work shall consist of the removal of the existing curb and gutter and the construction of new concrete curb and gutter to match the adjacent existing curb type including all necessary excavation, embankment and subbase granular material as shown in the detail on the plans and in accordance with Sections 606, 202, 205 and 311 of the Standard Specifications and as specified herein. Construction Requirements. In addition to the requirements of Article 606.06 of the Standard Specifications the Contractor shall excavate all material necessary to build the proposed curb and gutter and proposed subbase in accordance with Section 202 of the Standard Specifications. The proposed subbase shall be subbase granular material, Type B of the thickness shown on the plans in accordance with Section 311 of the Standard Specifications. Backfill behind the proposed back of curb shall be in accordance with Section 205 of the Standard Specifications. Any existing pavement removed adjacent to the new curb and gutter shall be replaced with Class SI concrete. PCC base shall be poured separately from the curb patch, after the front form has been removed. Expansion joints shall be placed at a maximum spacing of 45 feet and on each side of a curb drainage structure. Expansion joints shall be constructed with 2 - #6 epoxy coated smooth (18" long) dowel bars coated smooth dowel bar, 18" long. Contraction joints shall be placed at a maximum spacing of 20 feet. Contractor shall use full forms - 9" at edge of pavement. The Contractor may use angle irons at the back of curb provided that the irons are in new condition and are not warped or disfigured in any way. This determination will be at the sole discretion of the Engineer. For brick, brick pavers, flagstone or similar decorative driveways, the Contractor shall carefully remove only that which is necessary to construct the adjacent curb and gutter or driveway. The existing material shall be carefully stored and replaced after the adjacent curb and gutter or driveway is completed. In some locations, the Contractor may have to provide additional material. The additional brick, pavers or flagstone must match the existing and be approved by the Engineer before installation. The Contractor shall provide a 2" thick sand base or equal to the thickness of the existing base whichever is greater. This work will not be paid for separately but shall be included in this pay item. All curb and gutter shall be saw cut prior to removal. It shall be the responsibility of the Contractor to obtain a clean, vertical, full depth and uniform cut through the entire cross section of the curb and gutter. Curb and gutter shall be removed by jack hammering in place; a grade -all may not be used. The Contractor shall remove the existing curb and Page 19 gutter with extreme care. Driveway aprons shall not be removed for curb and gutter forming purposes unless directed by the Engineer." Any damage beyond the marked limits of removal to adiacent curb and gutter, driveway, pavement or structure will result in additional removal of damaged areas to be removed and replaced at the expense of the Contractor. The Contractor shall ensure the highest workmanship possible. The Contractor shall be required to remove and replace at no additional cost to the Village, all areas of curb and gutter in which the quality of workmanship is deemed deficient by the Engineer. repairs to the satisfaction of the Engineer at no additional cost to the Village. The top 4" of the back of the curb shall be mortared with smooth brush finish after the forms are removed. The Contractor shall ensure there is no honeycombing along the back face of the curb. If honeycombing is identified by the Engineer after the forms are removed, the Contractor will be responsible for completing necessary repairs to the satisfaction of the Engineer at no additional cost to the Village. Method of Measurement and Basis of Payment. Combination concrete curb and gutter and all saw cutting, excavation, subbase material, Class SI concrete, and backfill necessary to construct the work as specified herein shall be measured and paid for at the contract unit price per foot for COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL) or CURB REMOVAL AND REPLACEMENT, TYPE B, 6" of the type specified. HOT -MIX ASPHALT SURFACE REMOVAL (TO THE DEPTH SPECIFIED) Description. This work shall be constructed in accordance with Section 440 of the Standard Specifications. This work shall be done by a machine capable of cold milling minimum 6 feet wide in one pass. A machine that can mill a full lane width would be preferred, but not required. This work shall include saw cutting and butt joints at all limits of paving where abutting existing pavement. Construction Requirements. The existing hot -mix asphalt surface shall be removed to the specified depth. The grindings shall be removed from site and the surface mechanically broomed until the surface is complete free of any loose material and debris. All rubber sealant adjacent to the curb and gutter that is not removed during milling operations shall be removed by hand at no additional cost to the Village. The hot -mix asphalt resurfacing shall be placed within 14 calendar days after the pavement surface has been milled. After 10 calendar days, if the bituminous surface has not been placed the Contractor shall maintain the entire base course at his own expense and in a manner satisfactory to the Engineer. Maintenance shall include the immediate repair of any defective or damaged portions of the base course due to climatic conditions or traffic. Page 20 Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per square yard of HOT -MIX ASPHALT SURFACE REMOVAL TO THE DEPTH SPECIFIED which shall include saw cutting, butt joints, removal of butt joints, all labor and equipment necessary to complete the above work. HOT -MIX ASPHALT PAVEMENTS, SPECIAL LEVELING BINDER (MACHINE METHOD), N50, SPECIAL HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL HOT -MIX ASPHALT BINDER COURSE, IL -19.0, N50, SPECIAL Description and Materials. The Village has implemented the following material and installation standards that shall take precedence over [DOT Standards. Hot -mix asphalt pavements shall be constructed in accordance with Section 406 and other applicable sections of the Standard Specifications, Chapter 37 of the Bureau of Local Roads and Streets Manual and the following: 1. PG asphalt shall be PG58-28 for new pavements built over aggregate base and PG58-22 for overlays on top of existing asphalt pavement 2. Re -proportioning of IDOT verified mix designs may be allowed and must be approved by the Engineer. One field TSR test by the Contractor will be required to validate changes • N50, Leveling binder shall have a minimum of 40% passing the #8 sieve. • N50, IL -19.0 mm Binder course shall have a minimum of 40% passing the #4 sieve. • N50, IL -9.5 mm Surface course shall have a minimum of 40% passing the #8 sieve. 3. Pneumatic tired roller is required on all lifts, all mixes, except surface courses. 4. Auger extensions are required on all lifts, all mixes. 5. Reverse augers must be installed properly. 6. Paving of the full roadway width shall be completed at the end of each day. Longitudinal joints shall be closed daily and within one truck load of HMA to prevent cold joints. Any violation shall require saw cutting edge back 3" to expose straight edge, shall be tack coated twice, and will be straight and uniform. 7. The requirements of Section 1031 of the Standard Specifications shall be modified as follows: • Maximum RAP or FRAP percentage shall be 20% for all mixes. • No RAS shall be used in any mixes. 8. AC voids shall be 3.5%. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per ton for LEVELING BINDER (MACHINE METHOD), N50, SPECIAL, HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL or Page 21 HOT -MIX ASPHALT BINDER COURSE, IL -19.0, N50, SPECIAL which price shall include all equipment and materials required to complete the work as described herein. PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT BRICK DRIVEWAY REMOVAL AND REPLACEMENT or HOT -MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT Description. This work shall consist of patching existing HMA or P.C.C. driveway pavement at locations as directed by the Engineer, in accordance with Sections 301, 351, 406 and 423 of the Standard Specifications and as specified herein or replacement of brick driveway. Construction Requirements. The Contractor shall remove existing driveway pavement (concrete or asphalt -not aggregate base) and, if necessary, excavate in accordance with Sections 440 and 202 of the Standard Specifications in order to achieve appropriate finished grades. In areas adjacent to new curb, Contractor shall add Stone (CA -6) where necessary and had compact prior to the placement of PCC or asphalt. The proposed driveway patching shall consist of: A) 6" Portland Cement Concrete and 3" Aggregate Base Course, Type B if the existing driveway is P.C.C.; or B) 4" Hot -Mix Asphalt Surface Course, Mix "C", N50 and 5" Aggregate Base Course, Type B if the existing driveway is Hot -Mix Asphalt; or C) Replace existing brick and 3" of sand in identical pattern if the existing driveway is Brick. If brick is cracked or damaged, the contractor is responsible for replacing with similar size and color brick. All sawcutting; driveway pavement removal; preparation and compaction of the existing stone base; 4" Hot -Mix Asphalt Surface Course, Mix "C°, N50, Brick and P.C.C. Driveway pavement will not be paid for separately but shall be included in this pay item. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per square yard for PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT, BRICK DRIVEWAY REMOVAL AND REPLACEMENT or HOT -MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT, as the case may be, which price shall be payment in full for constructing this item as specified, including all materials, labor and equipment. Page 22 PROTECTIVE COAT AND CURING OF P.C. CONCRETE This work shall consist of applying a combination curing and protective membrane to Portland cement concrete. All exposed surfaces of newly placed concrete shall be cured by the application of a curing and sealing compound in accordance with Article 420.18 of the Standard Specifications and the manufacturer's recommendations. The curing and sealing compound shall cure clear and not exhibit a white color upon completion of curing. The concrete shall be cured in accordance with Article 1020.13 of the Standard Specifications. This work will be measured and paid for at the contract unit price per square yard for PROTECTIVE COAT, which price shall be payment in full for furnishing all materials, labor and equipment necessary to complete the work. TRAFFIC CONTROL AND PROTECTION The Traffic Control and Protection shall meet the requirements of Article 701, Work Zone Traffic Control and Article 702, Work Zone Traffic Control Devices of the Standard Specifications for Road and Bridge Construction adopted January 1, 2007. 701.01 Description" shall be replaced with the following: 701.01 Description This item of work shall include furnishing, installing, maintaining, replacing, relocating and removing all traffic control devices used for the purpose of regulating, warning or directing traffic during the construction or maintenance of this improvement. Traffic Control and Protection shall be provided as called for in the Plans, these Special Provisions, applicable Highway Standards, applicable sections of the Standard Specifications, or as directed by the Engineer. The governing factor in the execution and staging of work for this project is to provide the motoring public with the safest possible travel conditions along the roadway through the construction zone. The Contractor shall arrange his operations to keep the closing of any lane of the roadway to a minimum. Traffic Control Devices include signs and their supports, signals, pavement markings, barricades with sand bags, channelized devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of regulating, detouring, warning or guiding traffic through or around the construction zone. 701.04 General," section "(b)" paragraph 4 shall be replaced with the following: Page 23 The Contractor is required to conduct routine inspections of the work site at a frequency that will allow for the timely replacement of any traffic control device that has become displaced, worn or damaged to the extent that it no longer conforms to the shape, dimensions, color and operational requirements of the MUTCD, the Traffic Control Standards or will no longer present a neat appearance to motorists. A sufficient quantity of replacement devices, based on vulnerability to damage, shall be readily available to meet this requirement. The Contractor shall be responsible for the proper location, installation and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignments consistent with barricade placement at all times. The Contractor shall immediately remove, cover or turn from view of the motorists all traffic control devices which are inconsistent with detour or lane assignment patterns and conflicting conditions during the transition from one construction stage to another. When the Contractor elects to cover conflicting or inappropriate signing, materials used shall totally block out reflectivity of the sign and shall cover the entire sign. The method used for covering the signing shall meet with the approval of the Engineer. The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic detour pattern. When directed by the Engineer, the Contractor shall remove all traffic control devices which were furnished, installed and maintained by him under this contract, and such devices shall remain the property of the Contractor. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. The Contractor shall ensure that all traffic control devices installed by him are operational, functional and effective 24 -hours a day, including Sundays and holidays. "701.04 General" shall be modified by adding the following section (G) PUBLIC SAFETY AND CONVENIENCE: The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall dispatch men, materials, and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Village or its representative concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. Personal vehicles shall not park within the right-of-way except in specific areas designated by the Engineer. All roads shall remain open to traffic, the Contractor, may close one lane due to construction only between the hours of 9:00 a.m. and 3:00 p.m. Page 24 on two lane roads, and shall maintain at least one lane in each direction on four or more lane roads, during the construction of this project. The Contractor shall also maintain entrances and side roads along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused by the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. On two lane roads, 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 pavement during non - work hours. On four or more lane highways, there shall be no open holes in the pavement being used by the traveling public. Lane closures, if allowed, will be in accordance with the applicable standards, any staging details shown in the plans and other applicable contract documents. The Contractor shall remove all equipment from the shoulders and medians after work hours. No road closures or restrictions shall be permitted except those covered by Standard Designs without written approval by the Engineer. 701.04 General' shall be modified by adding the following section: (H) DEFICIENCY CHARGE: The primary concern of the Village is to maintain a safe travel way for the public and a safe environment for the worker in the construction zone. The Contractor is expected to comply with the Standard Specifications, contract plans, these Special Provisions, and directions from the Engineer concerning traffic control protection. The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall immediately respond correcting traffic control deficiencies by dispatching men, materials and equipment to correct such deficiencies. If the Contractor fails to begin corrections to the traffic control deficiencies within two (2) hours of the initial attempt of notification by the Village or its representative or fails to restore the traffic control and protection compliance with the specifications within eight (8) hours of the original attempt of notification, the Engineer may execute such work as deemed necessary to correct the deficiencies. The cost thereof shall be deducted from monies due or which may be due the Contractor. Failure to comply with directions from the Engineer for corrections or modifications to the traffic control and protection will result in a charge of $500.00 per calendar day. Page 25 This charge is separate from the cost of any corrective work ordered. The contractor shall not be relieved of any contractual responsibilities by the Village's action. "701.07 Method of Measurement" is replaced in its entirety by the following: 701.07 METHOD OF MEASUREMENT These items of work will be measured on a lump sum basis for furnishing, installing, maintaining, replacing, relocating and removing the traffic control devices required in the Plans and these Special Provisions. 701.08 Basis of Payment" is replaced in its entirety by the following 701.08 BASIS OF PAYMENT This work will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION, which shall be payment 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. The salvage value of the materials removed shall be reflected in the bid price for this item. Delays to the Contractor caused by complying with these requirements will be considered incidental to the item for Traffic Control and Protection, and no additional compensation will be allowed. If the Engineer, shall require additional traffic control to be installed in accordance with standards and/or designs other that those included in the Plans. The standards and/or designs will be made available to the Contractor at least one week in advance of the change in traffic control. Payment for any additional traffic control required will be in accordance with Article 109.04 of the 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. Revisions or modifications to the traffic control shown on the contract shall be submitted by the Contractor for approval by the Engineer. No additional payment will be made for a Contractor requested modification. In the event the sum total value of all work items for which traffic control and protection is required is increased or decreased by more than ten percent (10%), the contract bid price for Traffic Control and Protection will be adjusted as follows: Adjusted contract price = .25P + .75P [1±(X-0.1] Where "P" is the contract price for Traffic Control and Protection Difference between original and final sum total value of all work items for which traffic Where "X"= control and protection is required. Original sum total value of all work for Page 26 which traffic control and protection is required. The value of the work items used in calculating the increase and decrease will include only items which have been added to or deducted from the contract under Article 104.02 of the Standard Specifications and only items which require use of Traffic Control and Protection. In the event the Department cancels or alters any portion of the contract which results in elimination or noncompletion of any portion of the work, payment for partially completed work will be made in accordance with Article 104.02 of the Standard Specifications. 702.03 Channeling Devices" section "(b)", paragraph 1 shall be replaced with the following: (b) Barricades Type 1 and Type 1A Barricades are intended for use on lower speed roads and shall not be used where the normal posted speed limit is 45 m.p.h. or greater. The normal posted speed limit for construction area is 40 m.p.h. Type 1 and Type 2 Barricades shall not be intermixed within an individual string of barricades. Type 3 Barricades shall be used for road and lane closures and shall not be used for channelization or delineation. Any drop off greater than 75 mm (three inches), but less than 150 mm (six inches), within 2.5 m (eight feet) of the pavement edge shall be protected by Type 1 or 2 barricades equipped with mono -directional steady burn lights at 30 m (100 foot) center to center spacing. If the drop off within 2.5 m (eight feet) of the pavement edge exceeds 150 mm (six inches), the barricades mentioned above shall be paced at 15 m (50 foot) center to center spacing. Barricades that must be placed in excavated areas shall have a leg extension installed such that the top of the barricade is in compliance with the height requirements of Standard 702001-05. All Type 1 and Type 2 barricades, shall be equipped with a steady burn light when used during hours of darkness unless otherwise stated herein. Check barricades shall be placed in work areas perpendicular to traffic every 300 m (1,000 feet), one per lane and per shoulder, to prevent motorists from using work areas as a traveled way. Two additional check barricades shall be placed in advance of each patch excavation or any other hazard in the work area, the first at the edge of the open traffic lane and the second centered in the closed lane. Check barricades shall be Type 1 or 2 and equipped with a flashing light. "702.03 Channeling Devices" section "(c)" Vertical Panels, add the following Page 27 All vertical panels shall be equipped with a steady burn light when used during the hours of darkness unless otherwise stated herein or in the Plans. 702.05 Signs" section "(a)" add as paragraph 7: Construction signs referring to daytime lane closures during working hours shall be removed, covered, or turned away from the view of the motorists during non -working hours. TRAFFIC CONTROL PLAN Traffic Control shall be according to the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, and the Special Provisions contained herein. Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. STANDARDS: 701301-04 Lane Closure, 2L, 2W, Short Time Operations 701501-06 Lane Closure, 2L, 2W Undivided for Speeds < 45 MPH 701801-04 Lane Closure, Multilane 1 W or 2W Crosswalk or Sidewalk Closure 701901-01 Traffic Control Devices SPECIAL PROVISIONS Sec 701 Work Zone Traffic Control and Protection Sec 1106 Work Zone Traffic Control Devices Check Sheet LRS 3 Work Zone Traffic Control Check Sheet LRS 4 Flaggers in Work Zones BDE 80209 Personal Protective Equipment BDE 80183 Reflective Sheeting on Channelizing Devices DETAILS: TC 10 Traffic Control and Protection for Side Roads, Intersections, and Driveways TC 13 District One Typical Pavement Markings Page 28 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 shall be approved as an installer by the manufacturer. The Contractor must also be IDOT prequalified to bid in Section 003 (HMA Plant Mix) types of construction which shall be strictly enforced for all bidders. 2. EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER: The Contractor shall provide the Engineer the name and telephone number of an individual in his direct employ who will be available twenty-four (24) hours a day, seven (7) days a week, to receive notification of any deficiencies regarding traffic control and protection and shall dispatch men, materials and equipment to correct any such deficiencies. The contractor shall respond to any call from the Village concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two (2) hours from the time of notification. 3. 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. 4. TAX EXEMPTION: The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailers Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. Page 29 Du Page Count} Prevailing )Adage for April 2014 Page 1 of 6 Du Page County Prevailing Wage for April 2014 (See explanation of column headings at bottom of wage) Trade Name RG TYP C Base ERMAN M -F>8 OSA OSH H/W Pensn Vac Trng ======------ ----- ASBESTOS ABT -GEN -- --- ALL - 37.100 ----- 37.600 ----- 1.5 1.5 - --- 2.0 --- 13.38 9.520 0.000 0.500 ASBESTOS ABT -MEC BLD 35.100 37.600 1.5 1.5 2.0 11.17 10.76 0.000 0.720 BOILERMAKER BLD 44.240 48.220 2.0 2.0 2.0 6.970 17.54 0.000 0.350 BRICK MASON BLD 41.580 45.740.1.5 1.5 2.0 9.700 12.80 0.000 1.040 CARPENTER ALL 42.520 44.520 1.5 1.5 2.0 13.29 12.75 0.000 0.630 CEMENT MASON ALL 38.500 40.500 2.0 1.5 2.0 12.16 16.25 0.000 0.430 CERAMIC TILE FNSHER BLD 34.810 0.000 2.0 1.5 2.0 10.20 7.830 0.000 0.640 COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2.0 9.550 15.16 1.250 0.610 ELECTRIC PWR EQMT OP ALL 36.610 49.750 1.5 1.5 2.0 5.000 11.35 0.000 0.270 ELECTRIC PWR GRNDMAN ALL 28.310 49.750 1.5 1.5 2.0 5.000 8.780 0.000 0.210 ELECTRIC PWR LINEMAN ALL 43.830 49.750 1.5 1.5 2.0 5.000 13.58 0.000 0.330 ELECTRIC PWR TRK DRV ALL 29.310 49.750 1.5 1.5 2.0 5.000 9.090 0.000 0.220 ELECTRICIAN BLD 37.160 40.880 1.5 1.5 2.0 9.550 17.39 4.480 0.680 ELEVATOR CONSTRUCTOR BLD 49.900 56.140 2.0 2.0 2.0 12.73 13.46 3.990 0.600 FENCE ERECTOR NE ALL 34.840 36.840 1.5 1.5 2.0 12.86 10.67 0.000 0.300 FENCE ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 9.390 17.69 0.000 0.400 GLAZIER BLD 40.000 41.500 1.5 2.0 2.0 12.49 15.99 0.000 0.940 HT/FROST INSULATOR BLD 46.950 49.450 1.5 1.5 2.0 11.17 11.96 0.000 0.720 IRON WORKER E ALL 42.070 44.070 2.0 2.0 2.0 13.45 19.59 0.000 0.350 IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 9.390 17.69 0.000 0.400 LABORER ALL 37.000 37.750 1.5 1.5 2.0 13.38 9.520 0.000 0.500 LATHER ALL 42.520 44.520 1.5 1.5 2.0 13.29 12.75 0.000 0.630 MACHINIST BLD 43.920 46.420 1.5 1.5 2.0 6.760 8.950 1.850 0.000 MARBLE FINISHERS ALL 30.520 0.000 1.5 1.5 2.0 9.700 12.55 0.000 0.590 MARBLE MASON BLD 40.780 44.660 1.5 1.5 2.0 9.700 12.71 0.000 0.740 MATERIAL TESTER I ALL 27.000 0.000 1.5 1.5 2.0 13.38 9.520 0.000 0.500 MATERIALS TESTER iI ALL 32.000 0.000 1.5 1.5 2.0 13.38 9.520 0.000 0.500 MIT.LWRIGHT ALL 42.520 44.520 1.5 1.5 2.0 13.29 12.75 0.000 0.630 OPERATING ENGINEER BLD 1 46.100 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 2 44.800 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 3 42.250 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 4 40.500 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 5 49.850 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 6 47.100 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER BLD 7 49.100 50.100 2.0 2.0 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 1 44.300 48.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 2 43.750 48.300 1_5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 3 41.700 48.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 4 40.300 48.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 5 39.100 48.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 6 47.300 48.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 7 45.300 46.300 1.5 1.5 2.0 16.60 11.05 1.900 1.250 ORNAMNTL IRON WORKER E ALL 42.900 45.400 2.0 2.0 2.0 13.11 16.40 0.000 0.600 ORNAMNTL IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 9.390 17.69 0.000 0.400 PAINTER ALL 40.980 42.980 1.5 1.5 1.5 10.00 8.200 0.000 1.350 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 42.520 44.520 1.5 1.5 2.0 13.29 12.75 0.000 0.630 PIPEFITTER BLD 41.200 43.200 1.5 1.5 2.0 9.750 17.59 0.000 1.710 PLASTERER BLD 41.250 43.760 1.5 1.5 2.0 9.700 13.08 0.000 0.980 PLUMBER BLD 41.200 43.200 1.5 1.5 2.0 9.750 17.59 0.000 1.710 ROOFER BLD 39.200 42.200 1.5 1.5 2.0 8.280 9.690 0.000 0.430 SHEETMETAL WORKER BLD 43.250 45.250 1.5 1.5 2.0 10.65 12.90 0.000 0.820 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 10.75 8.850 0.000 0.450 http://www.illiDois.gov/idol/Laws-Rules/CONMED/Rates/14-04Apr/DU_PAGE9.htm 4/17/2014 Du Page County Prevailing Wage for April 2014 Page 2 of 6 STEEL ERECTOR E ALL 42.070 44.070 2.0 2.0 2.0 13.45 19.59 0.000 0.350 STEEL ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 9.390 17.69 0.000 0.400 STONE MASON BLD 41.580 45.740 1.5 1.5 2.0 9.700 12.80 0.000 1.040 SURVEY WORKER ALL 37.000 37.750 1.5 1.5 2.0 12.97 9.930 0.000 0.500 TERRAZZO FINISHER SLD 36.040 0,000 1.5 1.5 2.0 10.20 9.900 0.000 0.540 TERRAZZO MASON BLD 39.880 42.880 1.5 1.5 2.0 10.20 11.25 0.000 0.700 TILE MASON BLD 41.840 45.840 2.0 1.5 2.0 10.20 9.560 0.000 0.880 TRAFFIC SAFETY WRKR HWY 28.250 29.850 1.5 1.5 2.0 4.896 4.175 0.000 0.000 TRUCK DRIVER ALL 1 32.550 33.100 1.5 1.5 2.0 6.,500 4.350 0.000 0.150 TRUCK DRIVER ALL 2 32.700 33,100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 4 33.100 33.100.1.5 1.5 2.0 6.500 4.350 0.000 0.150 TUCKPOINTER BLD 40.950 41.950 1.5 1.5 2.0 9.700 11.93 0.000 0.630 Legend: RG (Raga on7 TYP (Trade Type - All,Bighway,Bu11dlsq, Floating, Oil 6 Chip,Rivers) C (Class) Base (Base Hage Rare) FRMPN (Foreman Rate) M -FIB OT required for any hour greater than 6 worked each day, Mon through Fri. OSP. )overtime (OT) is required for every hour worked on Saturday) OSB (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health L Welfare Insurance) Penen (Pension) Vac (vacation) Trng (Training) Explanations DUPAGE COUNTY IRON WORKERS AND FENCE ERECTOR (WEST) - West of Route 53. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common, practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile -like units; all mixtures in tile like form of cement, metals, and http://,Aw",.illinois.gov/idol(Lam,s-Rules/CONNED/Rates/14-04Apr/DU_PAGE9.htm 4/17/2014 Du Page County Prevailing Wage for April 2014 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 the 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. 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, waning 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), carrots, sanionya, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for anv of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATER7S.L 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 Page 3 of 6 http://www.illinois.gov/idoULaws-Rules/CONA4ED/Rates/14-04Apr/DU_PAGE9.htm 4/17/2014 Du Page County Prevailing R/age for April 2014 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); Crater Crane; Spider Crane;,Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self -Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Crates Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip -Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock. Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Grabill. Class 7. Mechanics; welders. OPERETING 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: Crater Crane: Spider Crane; Crusher, Stone, etc.; Derricks, Pll; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self -Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Crates Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; Snow Maltese; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Page 4 of 6 http://cA-A-A,.illinois.goN,/idol/Laws-Rules/COT\WD/Rates/14-04Apr/DU_PAGE9.htm 4/17/2014 Du Page County Prevailing Wage for April 2014 Page 5 of 6 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 Endlomder Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster, Hydro Excavating (excluding hose work); Laser Screed; Ali Locomotives, Dinky; Off -Road Hauling Units (including articulating) Non Self -Loading Ejection Dump; Pump Cretes: Squeeze Crates - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self -Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheers 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); Convevor, Portable; Farm -Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post -Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick, Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TRUCK DRIVER - BUILDING, HEAVY" AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck. Washers; Carry -ails; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2 -man operation; Pavement Breakers; Pale Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Shipman; 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 Arles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar http://v,-A-A,.illinois.gov/idol/Laws-Rules/CONNED/Rates/14-04Apr/DU_PAGE9.htm 4/17/2014 Du Page County Prevailing M7age for April 2014 equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1 -man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self -loading equipment like P.B. and trucks with scoops on the front. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-722-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck. driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector IP'. Page 6 of 6 hnp://,A-uryv.illinois.gov/idoULaws-Rules/CONA4ED/Rates/14-04,Apr/DU_PACTE9.htm 4/17/2014 2014 Street Improvement Project Coolidge Street, Golf :: • - ' • • Local Office December 19, 2013 TESTING SERVICE CORPORATION Corporate Office: 360 S. Main Place, Carol Stream, IL 60188-2404 630.462.2600 a Fax 630.653.2986 Mr. Orion Galey Local Office: 457 E. Gunderson Drive, Carol Stream, IL 60188-2492 Christopher B. Burke Engineering, Ltd. 630.653.3920 o Fax 630.653.2726 9575 West Higgins Road Suite 600 Rosemont, IL 60018-4920 Re: L -81,112A Potentially Impacted Property Evaluation for LPC -662 & LPC -663 2014 Street Improvement Project Coolidge Street, Golf Drive & Access Road Oak Brook, IL Dear Mr. Galey: Testing Service Corporation (TSC) has completed a "Potentially Impacted Property" (PIP) evaluation and performed sampling and laboratory analyses for Coolidge Street, Golf Drive and Access Road associated with the 2014 Street Improvement Project. The scope of the project was outlined in TSC Proposal No. 51,952 dated November 13, 2013. The source site is comprised of Coolidge Street from 31" Street north to its dead-end; Golf Drive; and an Access Road within Butler National Golf Club located on the west side of York Road, approximately one-half mile north of 3151 Street. A Core Location Plan included with this report for reference. Records Review In accordance with Illinois Administrative Code 35 Part 1100, TSC evaluated the historical uses of the source site, on behalf of the owner. This was done to identify potential contamination sources, from both the source site and from adjoining properties which may cause the source site to be considered a PIP. TSC researched the history of the source site by reviewing historical topographic maps dating back to 1938. Based on this information, Coolidge Street, Golf Drive and Access Road consisted of a farm field before becoming a residential street and/or the Butler National Golf Club. TSC evaluated current Federal and State environmental agency records for the source site and the surrounding vicinity by obtaining a Radius Map Report from Environmental Data Resources, Inc (EDR) A review of the Radius Map Report assisted in identifying potential contamination sources, both at the source site and from adjoining properties, which may cause the source site to be considered a PIP. The radius map search was centered between Golf Drive and Coolidge Street. The search distance of the Radius Map Report was expanded by'/4 mile to encompass the entire source site. Providing a Full Range of Geotechnical Engineering, EnvironmentalServices, and Construction Materials Engineering & Testing Carol Stream, IL 0 Bloomington, IL a DeKalb, IL o Gurnee, IL 0 Shorewood, IL 0 Rockford, IL Christopher B. Burke Engineering, Ltd. PIP for Coolidge Street, Golf Drive & Access Road L -81,1 12A - December 19, 2013 The EDR Radius Map Report identifies twelve (12) listings within the expanded search radius. The detailed listing showed that diesel fuel and gasoline underground storage tanks (UST) were located on the golf course property which possibly,adjoin Golf Drive and/or an Access Road with the Butler National Golf Club as follows: EDR Map ID B5 - 2616 York Road is identified as Butler National Golf Club. This site was identified in UST and BOL data bases as having three (3) USTs which were identified as containing Gasoline or Diesel Fuel. These USTs have since been removed. Based on this information Golf Drive and the access road within the Butler National Golf Club are considered to be a Potentially Impacted Property and are therefore excluded from the LPC -662 form. None of the other listed facilities are located within a block of Coolidge Street. None of the facilities identified on the Orphan Summary are located within a block of Coolidge Street. A copy of the EDR Radius Map Report Summary and Map Listing for Coolidge Street, Golf Drive and Access Road are attached. pH Sampling A total of six (6) pavement cores (Cores 1, 2 and 7-10) were taken along Coolidge Street, Golf Drive and the Access Road within Butler National Golf Club. Subgrade samples were also taken each core location using hand -auger methods. The subgrade sample from Core 2 along Coolidge Street was taken for analysis of pH. The sample was delivered to First Environmental Laboratories, Inc following standard chain -of -custody procedures. The analytical results indicate that the pH concentration was 8.17, i.e. within the acceptable range of between 6.25 and 9.0. PIP Conclusion & LPC -662 Form Based on a review of the historical maps indicating that Coolidge Street (i.e. from 31s` Street north to its dead-end) was a farm field prior to becoming a subdivision road and the EDR Radius Map Report, it is not considered a Potentially Impacted Property. TSC has completed the LPC -662 form for Coolidge Street for the owner's signature. Please have the Owner sign the attached LPC -662 form provided with this report. The signed LPC -662 form along with analytical data should be provided to the Uncontaminated Soil Fill Operation. LPC -663 SamDllnq & Analysis TSC has determined that Golf Drive and the access road are considered to be a Potentially Impacted Property, based on the three (3) removed USTs which contained diesel fuel and gasoline at 2616 York Road know as Butler National Golf Club. To evaluate the PIP, TSC collected subgrade soil samples at Cores 7-10 located along Golf Drive and the access road. The samples were collected by hand -auger methods and were screened using a Mini RAE 3000 photo -ionization detector (PID), which detected no readings exceeding background condition of 0.2 ppm. -2- Christopher B. Burke Engineering, Ltd. PIP for Coolidge Street, Golf Drive & Access Road L -81.112A - December 19, 2013 rsc Two (2) soil samples representative of the soil to possibly be excavated for disposal were selected for analytical testing. Samples C -8/S-1 and C -91S-1 (consisting of native clay soils) were property preserved and delivered to First Environment Laboratories for further testing using standard chain of custody procedures. The samples were analyzed for BTEX, MTBE, PNAs, Lead and pH which are the release indicator parameters for gasoline and diesel fuel. The analytical results are presented in the First Environment Laboratories Report dated December 17, 2013. They were compared to the Maximum Allowable Concentrations (MACs) of Chemical Constituents in Uncontaminated Soil Used as Fill Material At Regulated Fill Operations as presented in 35 IAC 1100 Subpart F. The analytical results indicate that all parameters meet their respective MACs. The pH concentrations of 7.57 and 8.22 are within the acceptable range of between 6.25 and 9.0. The soils along Golf Drive and the access road may be classified as uncontaminated based on the soil screening, soil sampling and analysis performed. Attached is a copy of the TEPA Form LPC -663, a Uncontaminated Soil Certification signed by a Licensed Professional Engineer, along with the analytical report and chain of custody. If conditions other than those exhibited in the subgrade soil samples are found, please contact us to perform a follow-up survey. Also note that although the chemical analysis from the representative samples meets the MACs, disposal facilities screen each load with a photo -ionization detector that detects VOCs, which will determine the final acceptance of individual loads. It has been a pleasure to assist you with this work. Please call if there are any questions or if we can be of further service. Respectfully submitted, TESTING SERVICE CORPORATION Timothy R. Peceniak, P.E. Project Engineer Registered Professional Engineer Illinois No. 062-061269 TRP:trp Enc, Form LPC -662 Analytical Reports and Chain of Custody Form LPC -663 Analytical Report and Chain of Custody Core Location Plan General Conditions -3- Illinois Environmental Protection Agency Page lof2 Bureau of Land • 1021 North Grand Avenue East • P.O. Box 19276 • Springfield o Illinois • 62794-9276 Source Site Certification by Owner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC -662 Revised in accordance with 35 111, Adm. Code 1100, as amended by PCB R2012-009 (eff. Aug. 27, 2012) This certification form is to be used by source site owners and operators to certify, pursuant to 35 III. Adm. Code 1100.205(a)(1) (A), that soil (i) was removed from a site that is not potentially impacted property and is presumed to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 217/524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. 1. Source Location Information - (Describe the location of the source of the uncontaminated soil) Project Name: 2014 Street Improvement Project Office Phone Number, if available: Physical Site Location (Street, Road): Coolidge St. north of 31st Street City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd) to five decimal places (e.g., 40.67890, -90.12345): Latitude: 41.83384 Longitude: -87.92996 (Decimal Degrees) (-Decimal Degrees) Identify how the lat/long data were determined: ❑ GPS ® Map Interpolation ❑ Photo Interpolation ❑ Survey ❑ Other IEPA Site Number(s), if assigned: BOL: None BOW: None BOA: None II. Owner/Operator Information for Source Site Site Owner Name: Village of Oak Brook Street Address: 1200 Oak Brook Road PO Box: City: Oak Brook Zip Code: 60523 Name: Street Address: PO Box: State: IL City: Phone: 630-368-5130 Contact: Mr. Michael Hullihan Email, if available: Zip Code: _ Contact: _ Email, if available: Site Operator Phone: State: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act (415 ILCS 5/4, 5/39). Failure to disclose this information may result In: a civil penalty of not to exceed $50,000 for the violation and an additional civil IL 532-1855 penalty of not to exceed $10,000 for each day during which the violation continues (415 ILCS 5/42). This form has been approved by LPC 348 Rev. 10/2013 the Forms Management Center. Page 2 of 2 Project Name: 2014 Street Improvement Project Latitude: 41.83384 Longitude: -87.92996 (Decimal Degrees) (-Decimal Degrees) Source Site Certification II(. Descriptions of Current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.' Attach additional information as needed. The description must take into account, at a minimum, the following for the source site and for nearby property: (1) use of the properties for commercial or industrial purposes; (2) the use, storage or disposal of chemical or petroleum products in individual containers greater than 5 gallons or collectively more than 50 gallons; (3) the current or past presence of any storage tanks (above ground or underground); (4) any waste storage, treatment or disposal at the properties; (5) any reported releases or any environmental cleanup or removal of contaminants; (6) any environmental liens or governmental notification of environmental violations; (7) any contamination in a well that exceeds the Board's groundwater quality standards; (8) the use, storage, or disposal of transformers or capacitors manufactured before 1979; and (9) any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 23 Coolidge St. extends north from 31st St. to the dead end, and is considered a residential road. Historical topographic maps indicate Coolidge Street has been residential road since the 1950's and a farm field before that. The EDR Radius Map was obtained and expanded by 114 mile to encompass the entire road. No properties which adjoin the Coolidge St. are identified on any environmental databases. Golf Dr, the access road for Butler National Golf Club were part of the golf club since the 1970's and a farm field before that. The Butler National Golf Club addressed 2616 York Road was identified as having three (3) USTs containing Gasoline or Diesel Fuel. Based on this Golf Dr. and the access road is PIP and excluded from LPC -662 form. `The description must be sufficient to demonstrate that the source site is not potentially impacted property, thereby allowing the source site owner or operator to provide this certification. IV. Soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting documentation. Number of pages attached: 4 One (1) soil sample was analyzed for pH at First Environmental Laboratories, Inc. The analytical results are presented in the report dated December 19, 2013. The pH concentration was 8.1 1, which is within the acceptable range between 6.25 and 9.0. V. Source Site Owner, Operator or Authorized Representative's Certification Statement and Signature In accordance with the Illinois Environmental Protection Act [415 ILCS 5122.51 or 22.51aj and 35 Ill. Adm. Code 1100.205(a), I (owner, operator or authorized representataive of source site) certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. 1 further certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. Additionally, I certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this form. Furthermore, I certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief, true, accurate and complete. Any person who knowingly makes a false, fictitious, or fraudulent material statement, orally or in writing, to the Ilfinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony, (415 ILCS 5144(h)) C' Owner C' Owner's Duly Authorized Representative Printed Name C Operator (` Operator's Duly Authorized Representative Signature Date 2014 Street Improvement Project York Road / Windsor Drive Oak Brook, IL 60523 Inquiry Number: 3789906,1s November 19, 2013 440 Wheelers Farms Road ® Milford, CT 06461 E R Environmental Data Resources Inc vAu Freesm800mai.co2.0050 loll Fr FO .NULLPvc TABLE OF CONTENTS SECTION PAGE Executive Summary------------------------ --------------------- ESI OverviewMap----------------------------------------------------------- 2 DetailMap---------------------------------------------------- 3 Map Findings Summary ---------------------------------------------------- 4 MapFindings------------------------------------------------------------ 7 Orphan Summary--------------------------------------------------------- 25 Government Records Searched/Data Currency Tracking-------------------------- GR -1 GEOCHECK ADDENDUM GeoCheck - Not Requested Thank you for your business. Please contact EDR at 1.800-352-01)50 with any questions or comments, Disclaimer - Copyright and Trademark Notice This Report contains certain information obtained from a variety of public and other sources reasonably available to Environmental Data Resources, Inc. It cannot be concluded from this Report that coverage information for the target and surrounding pr as does not exist from other source$. NO WARRANTY EXPRESSED OR IMPLIED, IS MADE WHATSOEVER IN CONNECTION WITH THIS REPORT. ENVIRONMENTAL DATA RESOURCES, INC. SPECIFICALLY DISCLAIMS THE MAKING OF ANY SUCH WARRANTIES, INCLUDING WITHOUT LIMITATION, MERCHANTABILITY OR FITNESS FOR A PARTICULAR USE OR PURPOSE. ALL RISK IS ASSUMED BY THE USER. IN NO EVENT SHALL ENVIRONMENTAL DATA RESOURCES, INC. BE LIABLE TO ANYONE, WHETHER ARISING OUT OF ERRORS OR OMISSIONS, NEGLIGENCE, ACCIDENT OR ANY OTHER CAUSE, FOR ANY LOSS OF DAMAGE, INCLUDING, WITHOUT LIMITATION, SPECIAL, INCIDENTAL, CONSEQUENTIAL, OR EXEMPLARY DAMAGES. ANY LIABILITY ON THE PART OF ENVIRONMENTAL DATA RESOURCES, INC. IS STRICTLY LIMITED TO A REFUND OF THE AMOUNT PAID FOR THIS REPORT. Purchaser accepts this Report "AS IS". Any analyses, estimates, ratings, environmental risk levels or risk codes provided in this Report are provided for Illustrative purposes only, and are not Intended to provide, nor should they be interpreted as providing any facts regarding, or prediction or forecast of, any environmental risk for any property. Only a Phase I Environmental Site Assessment performed by an environmental professional can provide Information regarding the environmental risk for any property. Additionally, the Information provided in this Report is not to be construed as legal advice. Copyright 2013 by Environmental Data Resources, Inc. All rights reserved. Reproduction in any media or format, in whole or in part, of any report or map of Environmental Data Resources, Inc., or Its affiliates, is prohibited withouL prior written permission. EOR and its logos (including Sanborn and Sanborn Map are trademarks of Environmental Data Resources, Inc. or its affiliates. All other trademarks used herein are the roe of their res ecbve owners, TC3789906.1s Page 1 EXECUTIVE SUMMARY A search of available environmental records was conducted by Environmental Data Resources, Inc (EDR). The report was designed to assist parties seeking to meet the search requirements of EPA's Standards and Practices for All Appropriate Inquiries (40 CFR Part 312), the ASTM Standard Practice for Environmental Site Assessments (E 1527-05) or custom requirements developed for the evaluation of environmental risk associated with a parcel of real estate. ADDRESS YORK ROAD 1 WINDSOR DRIVE OAK BROOK, IL 60523 Latitude (North): 41.8371000-41' 50' 13.56" Longitude (West): 87,9304000 - 87' 55'49,44" Universal Tranverse Mercator: Zone 16 UTM X (Meters): 422747.8 UTM Y (Meters): 4631895.0 Elevation: 669 ft, above sea level USGS TOPOGRAPHIC MAP ASSOCIATED WITH TARGET PROPERTY Target Property: TP Source: USGS 7.5 min quad index AERIAL PHOTDGRAPHY IN THIS REPORT Photo Year: 2012 Source: USDA TC3789996.15 EXECUTIVE SUMMARY 7 Target Property Address: YORK ROAD /WINDSOR DRIVE OAK BROOK, IL 60523 Click on Map ID to see full detail. MAP A2 BUTLER JR HIGH SCHOD A3 BUTLER JR HIGH A4 BUTLER JR HIGH SCHOO 135 BUTLER NATIONAL GOLF Be BUTLER NATIONAL GOLF C7 Lower C8 DOYER ST LIFT STATIC C9 YORK & DOVER PUMPING 10 SEXTON JOHN 11 CBI SERVICES 12 XEROX CORP CHICAGO P 2818 YORK RD 2801 YORK 2601 YORK RD 2801 YORK 2616 YORK RD 2616 YORK RD 3 DOVER DR 1 DOVER ST 1 N DOVER DR 900 JORIE BLVD 800 JORIE BLVD. 100 WINDSOR DR MAPPED SITES SUMMARY RELATIVE FINDS Lower RCRA-CESQG Lower IL BOL Lower It. UST, IL BOL Lower FINDS Lower EDR US Hist Auto Stat Lower RCRA•CESQG, FINDS Lower IL UST Lower CERC-NFRAP Lower IL LUST, IL SPILLS, IL BOL Lower CERC-NFRAP, CORRACTS, RCRA NonGen I NLR, US ENG... Higher DIST (ft.) DIRECTI( 5B4, NE 637, HE 637, NE 637, NE 1260, NNE 1280, NNE 2392, NNE 2433, NNE 2462, NNE 3756, NW 3064, NW 5959, NNE 3789906,ls Page 2 EXECUTIVE SUMMARY TARGET PROPERTY SEARCH RESULTS The target property was not listed in any of the databases searched by EDR. SURROUNDING SITES: SEARCH RESULTS Surrounding sites were Identified in the following databases. Elevations have been determined from the USGS Digital Elevation Model and should be evaluated on a relative (not an absolute) basis. Relative elevation information between sites of close proximity should be field verified. Sites with an elevation equal to or higher than the target property have been differentiated below from sites with an elevation lower than the target property. Page numbers and map identification numbers refer to the EDR Radius Map report where detailed data on individual sites can be reviewed. Sites listed in bold italics are in multiple databases. Unmappable (orphan) sites are not considered In the foregoing analysis. STANDARD ENVIRONMENTAL RECORDS Federal CERCLIS NFRAP site List CERC-NFRAP: A review of the CERC-NFRAP list, as provided by EDR, and dated 04/26/2013 has revealed that there is 1 CERC-NFRAP site within approximately 0.75 miles of the target property. Lower Elevation Address Direction I Distance Map ID Page SEXTON JOHN 900 JORIE BLVD NW 112 - 1 (0.711 mi.) 10 B Federal RCRA CORRACTS facilities list CORRACTS: A review of the CORRACTS list, as provided by EDR, and dated 07/1112013 has revealed that there is 1 CORRACTS site within approximately 1.25 miles of the target property. Equal/Higher Elevatlon Address Direction / Distance Map ID Page XEROX CORP CHICAGO P 100 WINDSOR OR NNE 1 • 2 (1,120 mi.) 12 0 Federal RCRA generators list RCRA-CESQG: A review of the RCRA-CESQG list, as provided by EDR, and dated 0 711 112 01 3 has revealed that there are 2 RCRA-CESQG sites within approximately 0.5 miles of the target property. Lower Elevation Address Direction / Distance Map ID Page BUTLER JR HIGH 2801 YORK RD NE 0 - 1/8 (0.121 mi.) A3 7 DOYER ST LIFT STATIO 1 DOVER ST NNE 1/4 -1/2 (0.461 ml.) 08 8 TC3789998.1s EXECUTIVE SUMK%RY3 EXECUTIVE SUMMARY State and tribal leaking storage tank lists IL LUST: A review of the IL LUST list, as provided by EDR, and dated 08120/2013 has revealed that there is 1 IL LUST site within approximately 0.75 miles of the target property. Lower Elevation Address Direction / Distance Lower Elevation Address Direction / Distance Map ID Page CBI SERVICES 800 JORIE BLVD. NW 112 -1(0.732 mi.) 11 9 NFA/NFR Letter: 04/01/199 BUTLER JR HIGH SCHOO 2801 YORK NE 0 -118 (0.121 ml.) State and tribal registered storage tank lists 7 IL UST: A review of the IL UST list, as provided by FOR, and dated 07105/2013 has revealed that there B6 are 2 IL UST sites within approximately 0.5 miles of the target property. IL BOL: A review of the IL BOL list, as provided by EDR, and dated 06128!2013 has revealed that Lower Elevation Address Direction / Distance Map ID Page BUTLER NATIONAL GOLF 2616 YORK RD NNE 118.114 (0.239 mI) B5 7 YORK & DOVER PUMPING 1 N DOVER OR NNE 114 - V2 (0.466 mi.) C9 8 ADDITIONAL ENVIRONMENTAL RECORDS Other Ascertainable Records FINDS: A review of the FINDS list, as provided by EDR, and dated 0310812D13 has revealed that there are 3 FINDS sites within approximately 0.25 miles of the target property. Lower Elevation Address Direction / Distance Map ID Page SUSAN COHEN PROPERTY 2816 YORK RD NE 0 - V8 (0.111 mi.) Al 7 BUTLER JR HIGH SCHOO 2801 YORK NE 0 -118 (0.121 ml.) A2 7 BUTLER NATIONAL GOLF 2616 YORK RD NNE 1/8 - 1/4 (0.242 ml.) B6 8 IL BOL: A review of the IL BOL list, as provided by EDR, and dated 06128!2013 has revealed that there are 2 IL BOL sites within approximately 0.25 miles of the target property. Lower Elevation Address Direction / Distance Map ID Page BUTLER JR HIGH SCHOO 2801 YORK NE 0- 1/8 (0.121 mi.) A4 7 BUTLER NATIONAL GOLF 2616 YORK RD NNE 1/8. 114 (0.239 mt.) B5 7 TC3789906.1s EXECUTIVE SUMMARY 4 EXECUTIVE SUMMARY EDR HIGH RISK HISTORICAL RECORDS EDR Exclusive Records EDR US Hist Auto Stat: A review of the EDR US Hist Auto Stat list, as provided by EDR, has revealed that there is 1 EDR US Hist Auto Stat site within approximately 0.5 miles of the target property. Lower Elevation Address Direction / Distance Map ID Page Not reported 3 DOVER DR NNE 1/4 .112 (0.453 mi.) C7 a TC3789908,5s EXECUTIVE SUMMARY 5 N 0 J Z m N J a K K m m m m m m om m mo m m m m m m m m m m m m m m m m m m m m m m m mm m om m m m� LL N N y o H N N N N N M N N N N N N N N N N N N o N N N o N IJ . b m m m m m. m m m m. n m. m n. n m m n .. m e e e e e m. m ... m b m m 0 L C 0 m Q Y O N F m m F W W W W W W N Wro Q W m W W Z m U a Z n 0 ZY ZO O Z W K m m rc K K m m K a F Z K rt 6 m m O F 0 W Y o5 rd e5 M K K o N O N 3�oww n mnm � w mmmw a'y3 N K mVl W W OLoW M N w W W itmi a W nM N{ ne� Z N U O 6 K K U O %d O 3 O w z O N O M z K $Z a m G U U F ¢ O Z x < 0 0U z O Z F V m O Z W aaa' Q N p 0'"D m JaO mO J F F wW(J9 JNw WFY aU WmJ K m U' N JJ 2rc 63 mJ NO FLLWVi N Z6WU' JR%iOaNY 6aOwO m a W>¢Z _ O ` U Om J Q t3NO OF� Z wYNaO Nw W Z J 4_NN W S K W Z F y m o o "zo m� O w z o v w?0v s o 3 m 3 3 m o w¢¢ w v i i n m"m�Po',-egi�m� m a<v a <a a e'vmi inm mmmo� mo o � `O °Jn Nroo� vmi .�-m o n �'m mwmmm o0 0 o mmmm°' o o v� o e N m m m m������ n ''� n S n M m N N N M M M m M M N m N N N m m N N N m m M M m N N N M m a r m p e` l0 Cl M M M M M M M M M M m m M M M M M CJ M W � � inNNNN Nf9- Ny NN Ny l9 -N NhyNN N-(�(q NV)iq y- yyNinhM N N 7 Y W m m Y Y Y Y Y Y Y Y Y FFI-I-1000000000 0 w YY rcm�mi=wz¢rcrc�wrc�ttrc��ma¢rc °o ammmmmmmmmo�rcrcwwoa >> Q 3 v v¢>> a>>>>>>>>>> rc a 3 3 3 3 3 3 3 3 3 tt>>> ¢arc a 2 2 y 0 y- FOS S S 2 2 2 2 x- x x S S x i 2 m O wwi3332JwJJ JJJJJJJJJJY OO�� O O J 1J J O O ff� z 7 Zm NZ C YQ wwwwwwwwwwwww0 SJ mwwwPio> OVERVIEW MAP - 3789906.1 s rt ]argot rroparty e Sites at elevations higher khan or equal to the target property Indian Reservations BIA o Sites at elevations lower than County Boundary the targetproparty fU Power transmission lines I Manufactured Gas Plants Oil S Gas pipelines from USGS National Priority List Sites [FA [FA 100 -year flood zone - Dept. Defense Sites ® 606 -year flood zone F9 National wetland Inventory Thls report Includes Interactive Map Layers to dispiaandlor tilde map Information. Tire legeoLncludes only those Icons for the default map vlom SITE NAME: 2014 Street Improvement Project CLIENT: Testing Service Cor oration ADDRESS: York Road I Windsor Drive CONTACT: Timothy R. Peceniak Oak Brook IL 60523 INQUIRY N: 3789906.ts LAT/LONG: 41.8371 187.9304 DATE: November 19, 2013 2:31 pm CoDJ*�OhIG 201D EDR Inc g20fE lak N6s ReL 01/iW9. DETAIL MAP - 37899O6.1s >< iaeyer rropeny CLIENT: Testing Service Cor oration ADDRESS: York Road! Windsor Drive 6 Sites at elevations higher than INQUIRY #: 3789906.1s IAT/LONG: 41.8371 187.9304 or equal to the target properly Indian Reservations BIA Capnhhl i2DIJ EOR.Iiwc201Dieb Wks flet DI2W3. Sites at elevations lower than 011 & Gas pipelines from USGS the target property ® lwyear flood zone 1 Manufactured Gas Plants ® SOD -year hood zone ' El Sensitive Receptors National Priority Ust Sites ® National Welland Inventory Dept. Defense Sites This report Includes interactive Map Layers to display and/or Inde map Information. The legend includes only those icons for the default map view. SITE NAME: 2014 Street improvement Project CLIENT: Testing Service Cor oration ADDRESS: York Road! Windsor Drive CONTACT: Timothy R. Pecenlak Oak Brook IL 60523 INQUIRY #: 3789906.1s IAT/LONG: 41.8371 187.9304 DATE: November 19, 2013 2:33 pm Capnhhl i2DIJ EOR.Iiwc201Dieb Wks flet DI2W3. F77MAP FINDINGS SUMMARY Search Distance Target Total Database (Miles) Property < 118 118-1/4 114-1/2 112-1 > 1 Plotted STANDARD ENVIRONMENTAL RECORDS Federal NPL site list NPL 1.250 0 0 0 0 0 0 Proposed NPL 1.250 0 0 0 0 0 0 NPL LIENS 0.250 0 0 NR NR NR 0 Federal Delisted NPL site list Delisted NPL 1.250 0 0 0 0 0 0 Federal CERCUS list CERCLIS 0.750 0 0 0 0 NR 0 FEDERAL FACILITY 0.750 0 0 0 0 NR 0 Federal CERCLIS NFRAP site List CERC-NFRAP 0.750 0 0 0 1 NR 1 Federal RCRA CORRA CTS facilities list CORRACTS 1.250 0 0 0 0 1 1 Federal RCRA non-CORRACTS TSD facilities list RCRA-TSDF 0.750 0 0 0 0 NR 0 Federal RCRA generators list RCRA-LQG 0.500 0 0 0 NR NR 0 RCRA-SQG 0,500 0 0 0 NR NR 0 RCRA-CESQG 0.500 1 0 1 NR NR 2 Federal institutional controls / engineering controls registries US ENG CONTROLS 0.750 0 0 0 0 NR 0 US INST CONTROL 0.750 0 0 0 0 NR 0 LUCIS 0.750 0 0 0 0 NR 0 Federal ERNS list ERNS 0.250 0 0 NR NR NR 0 State- and tribal - equivalent CERCUS IL SSU 1.250 0 0 0 0 0 0 State and tribal landfill and/or solid waste disposal site lists IL SWFILF 0.750 0 0 0 0 NR 0 IL LF SPECIAL WASTE 0.750 0 0 0 0 NR 0 IL NIPC 0.750 0 0 0 0 NR 0 IL CCDD 0.750 0 0 0 0 NR 0 State and tribal leaking storage tank lists IL LUST 0.750 0 0 0 1 NR i TC3789906.1s Page4 MAP FINDINGS SUMMARY Search Distance Target Total Database (Mlles) Property < 118 1/8-1/4 1f4 - 112 1/2-1 > 1 Plotted IL LUST TRUST 0.750 0 0 0 0 NR 0 INDIAN LUST 0.750 0 0 0 0 NR 0 State and tribal registered storage tank lists IL UST 0.500 0 1 1 NR NR 2 INDIAN UST 0.500 0 0 0 NR NR 0 FEMA UST 0.500 0 0 0 NR NR 0 State and tribal institutional control /engineering control registries IL ENG CONTROLS 0.750 0 0 0 0 NR 0 IL INST CONTROL 0.750 0 0 0 0 NR 0 State and tribal voluntary cleanup sites IL SRP 0.750 0 0 0 0 NR 0 INDIAN VCP 0.750 0 0 0 0 NR 0 State and tribal Brownfie/ds sites IL BROWNFIELDS 0.750 0 0 0 0 NR 0 ADDITIONAL ENVIRONMENTAL RECORDS Local Brownfield lists US BROWNFIELD$ 0.750 0 0 0 0 NR 0 Local Lists of Landfifl / Solid Waste Disposal Sites ODI 0-750 0 0 0 0 NR 0 DEBRIS REGION 9 0.750 0 0 0 0 NR 0 INDIAN ODI 0.750 0 0 0 0 NR 0 Local Lists of Hazardous waste/ Contaminated Sites US CDL 0.250 0 0 NR NR NR 0 IL CDL 0.250 0 0 NR NR NR 0 US HIST CDL 0.250 0 0 NR NR NR 0 Local Land Records LIENS 2 0.250 0 0 NR NR NR 0 Records of Emergency Release Reports HMIRS 0.250 0 0 NR NR NR 0 It. SPILLS 0.250 0 0 NR NR NR 0 IL SPILLS 90 0.250 0 0 NR NR NR 0 Other Ascertainable Records RCRA NonGen I NLR 0.500 0 0 0 NR NR 0 DOT OPS 0.250 0 0 NR NR NR 0 DOD 1.250 0 0 0 0 0 0 FUDS 1.250 0 0 0 0 0 0 TC3789906.1s Page5 MAP FINDINGS SUMMARY NOTES: TP = Target Property NR = Not Requested at this Search Distance Sites may be listed in more than one database Total Plotted 0 0 TC3789906.1s Page6 Search Distance Target Database (Miles) Property < 1/8 1/8-1/4 114-1/2 1/2-1 > 1 CONSENT 1.250 0 0 0 0 0 ROD 1.250 0 0 0 0 0 UMTRA 0.750 0 0 0 0 NR US MINES 0.500 0 0 0 NR NR TRIS 0.250 0 0 NR NR NR TSCA 0.250 0 0 NR NR NR FTTS 0.250 0 0 NR NR NR HIST FTTS 0.250 0 0 NR NR NR SSTS 0.250 0 0 NR NR NR ICIS 0.250 0 0 NR NR NR PADS 0.250 0 0 NR NR NR ALTS 0.250 0 0 NR NR NR RADINFO 0.250 0 0 NR NR NR FINDS 0.250 2 1 NR NR NR RAATS 0.250 0 0 NR NR NR RMP 0.250 0 0 NR NR NR IL NPDES 0.250 0 0 NR NR NR IL UIC 0.250 0 0 NR NR NR IL HWAR TP NR NR NR NR NR NY MANIFEST 0.250 0 0 NR NR NR IL DRYCLEANERS 0.500 0 0 0 NR NR IL IMPDMENT 0.500 0 0 0 NR NR (LAIRS 0.250 0 0 NR NR NR IL TIER 2 0.250 0 0 NR NR NR INDIAN RESERV 1.250 0 0 0 0 0 SCRD DRYCLEANERS 0.750 0 0 0 0 NR IL BOL 0.250 1 1 NR NR NR IL PIMW 0.500 0 0 0 NR NR IL COAL ASH 0.750 0 0 0 0 NR IL Financial Assurance 0.250 0 0 NR NR NR LEAD SMELTERS 0.250 0 0 NR NR NR COAL ASH EPA 0.750 0 0 0 0 NR COAL ASH DOE 0.250 0 0 NR NR NR PCB TRANSFORMER 0.250 0 0 NR NR NR 2020 COR ACTION 0.500 0 0 0 NR NR EPA WATCH LIST 0.250 0 0 NR NR NR US AIRS 0.250 0 0 NR NR NR PRP 0.250 0 0 NR NR NR US FIN ASSUR 0.250 0 0 NR NR NR EDR HIGH RISK HISTORICAL RECORDS EDR Exclusive Records EDR MGP 1.250 0 0 0 0 0 EDR US Hist Auto Stat 0.500 0 0 1 NR NR EDR US Hist Cleaners 0.500 0 0 0 NR NR NOTES: TP = Target Property NR = Not Requested at this Search Distance Sites may be listed in more than one database Total Plotted 0 0 TC3789906.1s Page6 Map ID MAP FINDINGS _ . Direction Distance EDR ID Number Elevation Site Database(s) EPA ID Number Al SUSAN COHEN PROPERTY FINDS 1008142296 NE 2818 YORK RD N/A <116 BENSENVILLE, It, 0.111 mL 584 ft. Click here for full text details Relative: Lower A2 BUTLER JR HIGH SCHOOL FINDS 1011982332 NE 2801 YORK NIA <118 OAK BROOK, IL 0.121 mi. 637 fl. Click more for full text details Relative: Lower A3 BUTLER JR HIGH RCRA-CESQG 1012178514 NE 2801 YORK RD ILROOD155895 <Its OAKBROOK, IL 60523 0.121 ml. 637 ft, Click here for full text details Relative: Lower RCRA-CESQG EPA Id: ILROOOf55895 A4 BUTLER JR HIGH SCHOOL ILBOL 5193280429 NE 2801 YORK NIA < 118 OAK BROOK, IL 60523 0.121 ML 837 ft, here for full text details Relative: _Click Lower B5 BUTLER NATIONAL GOLF CLUB IL UST UDD0857949 NNE 2616 YORK RD IL BOL NIA 118-114 OAK BROOK, IL 60521 0.239 mi. 1260 ft. Click here for full text details Relative: Lower IL UST Status: CLOSED Facility Id: 2017908 Tank Status: Removed TC3789906.1s Page 7 Map ID - MAP FINDINGS.. . Direction Distance EDR ID Number Elevation Site Database(s) EPA ID Number B6 BUTLER NATIONAL GOLF CLUB FINDS 1008141474 NNE 2616 YORK RD NIA - 11B-114 OAK BROOK, tL 0.242 mi. 1280 ft, Click here for full text details Relative: Lower C7 EDR US Hist Auto Stat 1015398090 NNE 3 DOVER DR NIA 114.112 OAK BROOK, IL 60523 0.453 mi. 2392 ft. Click here for full text details Relative: Lower C8 DOYER ST LIFT STATION RCRA-CESQG 1004692397 NNE 1 DOVER ST FINDS ILOOOD14B577 114.112 OAKBROOK, IL 0.461 ml. 2433 ft. Click here for full text details Relative; Lower RCRA•CESQG EPA Id: 11-0000148577 C9 YORK $ DOVER PUMPING STATION IL UST U0 0 0 8 5795 3 NNE 1 N DOVER DR N/A 114.112 OAK BROOK, IL 60521 0.466 mi. 2462 ft. Click here for full text details Relative: Lower IL UST Status; CLOSED Facility Id: 2019127 Tank Status: Removed 10 SEXTON JOHN CERC-NFRAP 1003870052 NW 900 JORIE BLVD ILD980606255 112.1 OAK BROOK, IL 60621 0.711 mi. 3756 ft. Click here for full text details Relative: Lower CERC-NFRAP EPA Id: ILD980606265 TC3789906.ts Page 8 Map ID MAP FINDINGS Direction Distance EOR ID Number Elevation Site Dalabase(s) EPA ID Number 11 CBI SERVICES NW 800 JORIE BLVD. 112-1 OAK BROOK, IL 60522 0.732 mt. 3664 H. Click here for full text details Relative: Lower IL LUST NFA/NFR Letter: 0410V1991 12 XEROX CORP CHICAGO PARTS REHAB NNE 100MNDSORDR > 1 OAK BROOK, IL 1.129 mi. 5959 ff. Click here for tuft text details Relative: Higher CERC-NPRAP EPA Id: ILD098786009 RCRA NonGen I NLR EPA Id: ILD096786009 IL LUST 5103691147 ILSPILLS NIA IL BOL CERC-NFRAP 1000344152 CORRACTS ILD096786009 RCRA NonGen I NLR US ENG CONTROLS US INST CONTROL NY MANIFEST 2020 COR ACTION TC3789906.is Page 9 000000 o 0000T0000 o 21004 QQ gQ000QQ 0gQ 000000 `oo ry N N N N N N N N N N r {V N N N N N N N N N N N N NNNN LV N N N N N N N N N (V N N Q, z Q o N O N [�1 N O O N O O O O N O l` O N O N N O N O 1� aV 1� � O O M O W M T (D (� V O h N V W M O M O N 81, h �' rn rn a 000000000 ooTOOOp000000o00o'Jo00o000000000 00 N NNN N (V N N N N N (O W POO W T h T M1 V �� T h o Oo T O� tO M C] T rn h TNN W� Oi T R fn h c0 A OI O h M P O N` f4 i2J OP O N O O 0 N N N 0 0 0 0 0 0 0 = 1+ F O O p O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O mm M m M M-` M M N M M- N M M �- 00000000000TT OT000 o o 2100005042! 000000000 00 N� N N N[\ {`V NNNNNNNNNNNNN Q(O f0 r R O A M O Q (` 1-NNNNN `= O �i $`i \ O� m� N M M M M rnt0�hh 1�O W W d`MNM.-N W MT(DP M[ONNrnr�c V V 1�01DP � V'(�` I� �N 3 p LL c N U w P n N N N Q Q C¢ Q Q N N U 1= O O O N O_ O " O QFa - m d w m am 0 0 0 c aa �w �} E E E a j E E E R E Z E E E E c m a` w a` > H a o LG a o Q16 W 0 «° n a c c c a w d d c c d w R c a w c a a a a c c c E a S oc cd Udc EcO NWWWWW EW mWWW WW E Www WwWFE N 00 0 000'0ooy C _S 5 ` ca0 o .4 a 0,0o WOMWWDOWW WWZZ = -Z- -o-=_=LL-v ro L m ISI N _I L^^L p � d C p R Q 0 I 4 y J O Q •�:. g o � � a c o 02 a c o v E w VULU E ai Uw c 0, mr E c % pa Em a o. roY' ':r •�;'. m E 'O o a (> c a w m w z m nom o ro c 2, y Y v R v.T m 8 E K Q 0 t U w W Sym m o SNo - -OO'S LLE By o� =c ro mtnw U 8 E T w g R a B w y 0 c M E o N c 2 E w E d o o v« U w C9 n t` o 2•0E we c O€ wm^ K3'° 0 CE o T�0E w E m `m o or 00W R0(100° Z '.W _ oa,�Q'w mUcK> NFE �T6� �'cw o m aaU OZ w 0 oO'c-o �.- CNwOJ rntS� NCC J�9w y LLQ O OwU>'� O nyON �•c00' w 0 yo adw -1 'gym o,cs mKg�wv,�a� RSZ 2H0 c«� ` p J m o v o w c w o a o J _ Q caw n wo'o w,Rj0�:: 0 0 «`' cao W Ong 0 0 n- '^ R a Q c v N DMI c am c0c O n c Z o'j Wfm5 w'm m a y m a n n? r o= i N E cmc �•roUwU'o �o'Ury J U �acYoaWddW�rn R m Ro R.� o«3o,Yf, d«J� « @Novo c E K mN nt �« ao 0 0 0 O 0 U E w w0 K K¢ w :, v a N w n' 'C N R w m N p O w o« O W v a o o 0 R a W UEU-fnLLSN(O=U)2i JSQdfIIN R)(O Qi-»NODUoI Ufp UF-Zo W W W W W W W Z =; f LUr; z N m U N M ®W J W K. J F U LL a W C9 Z y H V N= W W =Z F ILr11 z ¢ D o � Z S m d==SSU ZZ QJO @ U W C W W �w fJIN LL O �D Q Qw KU<<KLOP aC7 WNW CbQ V - MJOOUJQ}(7 mZd NU�'y64ZKm jOO W a'KKK¢Z Q!LmNU 0U UU0 W i� _ = CJ J.=J JZ 6 Nf/�U) NF NmUUo0D0ww000000000oo W W W W W W W J JJJJJJJ_lJJJJ JJ J_J J_ _J J_J__J _J _J J_J_J_JMN N✓1 UI (n fn f/1 (/1 NVl (ONDDD In DD N a N T O m m M M n n m N M M m m M N m m n M m M M m M M N m M O M MMM -- m c M M- M M M 000000000000000000000000000000000o0`oow00000rn 000 NNNN P`N N N N NN N N N N N£1 N N N NN N N N N N N N N N N N (V N(VN`NNNLVN NN N m O O n 0 �- m N V c N V N (�` �O O� n N o O O r o M O n m M N^ N r' C 0 0 0 0 N` D O N O 0 0 [O O O O N V Iz h N f0 O m T m m nn M •- M M m M M N M n m N MMM 0 0 o 0 0 0 O o O O o 0 o O O p o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m O O o O o T O o 0 N N N N NNNNNN N(` N N N N N N N N t7 000 00000 00000000 �oo0 00 o0-0oo.o00 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m o 0 0 o rn o 0 0 NNNNN N N N N c N N N N N N N N N N N N N N N N N N N N N N NNN N r' N NNN '- N N N 35 N O O OI m o OI 1p ID O N N �Q o r o 0 0 o a o o N o 0 0 0 0 0 0 0 0c-, .- 0 i-, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LU x 0 I - a N ' J V c m N W OR a G U N N O F N R N J E D O D 9 D a a a a C N V E C C C5 C C C m Cp C Cry C Q � ry 7NN O m J J J J J J J J J m M w m E a a m cm _ 'vRbov'v 'v a@ oDDaaa'paa m ;c y LL LL T@ E C C G C C C C G C C C C C C C C C N C TQ N O'[ C C CC C C C C C J J J J J J J N p 1"_ V O C a T 0 0 0 0 0 0 0 0 0 C C C C C C C C R O N N m R Om, N N N m m OOO mK E E a 00000000 �.W�Qi% �� a¢ aa E a ¢¢¢¢ CvCn cE aO� amO > , a o@d rn o rn EWo-~[ Zyy o' roam a'Ow@ aOrno -m aqOrn aOrn icyMxn 'cm�„m arnO c 6 c c N c c c o c g c C. 0 0 E c o c 0 c c c 0 0 0 Q Q m m@ n U U c ccccc c c c c c 0ZD`6 UW�UN� U'R@cc c`ecmc c cer 'LLv�am�cmcc ZN`m _. ',.-'.�o♦V LO .2o wvm� rva mZ� ¢20 'mc �c ' c CKE'..aaac< W �U OaU U a7 W UN v2 d m mm e 2-6 o m o ami 0 0 222 0 0 0 a_ add as v o m U d m a o 0 0 0 0.0 o m y 0 0 0 0 0 0 0 9.2 �'-o+ d v m w oci w m gggqq m m ami w m c c 6 m m ooi v ooi v oo'i c c E E c c c c o U` Q Q o o O o d w K¢ K o o n� K K K K d o� E 0 o O o O o V- n.a>c>c >c E�w°aa@acaa¢a �cc Z-. ov6wc>c�?caadaa w:s w w7 via w w7wwwwwwwwWw7w <aaaaaaaa wwwwwwwww¢wozcwwwwwwwwwww LU LL N ' J V m N W OR a G U N N O F N R N J E D O D 9 D a a a a C N V E C C C5 C C C m Cp C Cry C Q � ry 7NN O m J J J J J J J J J m M w m E a a m cm _ 'vRbov'v 'v a@ oDDaaa'paa m ;c y LL LL T@ E C C G C C C C G C C C C C C C C C N C TQ N O'[ C C CC C C C C C J J J J J J J N p 1"_ O C a T 0 0 0 0 0 0 0 0 0 C C C C C C C C R O LTL c mc o m m m@ w R W W mK E E a 00000000 �.W�Qi% �� _ c p€ ..-.. @ iNN -rWWNF2C @ NW o O OQO Co Om Na�m Fwamrn- CvCn cE aO� amO > , a o@d rn o rn EWo-~[ Zyy o' roam a'Ow@ aOrno -m aqOrn aOrn icyMxn 'cm�„m arnO mO.m>>>>oc20ame -vNo222O�ooYoE `tccNRFmT "Caac=Um' 1amc- tm=`0 Farna- FT0L' ron N (o@9 yewmwtn win rn in m c" d `d c o c' aU440 / Q Q m m@ n U U c ccccc c c c c c 0ZD`6 UW�UN� U'R@cc c`ecmc c cer 'LLv�am�cmcc ZN`m _. ',.-'.�o♦V cm a'c� T m7m` mOE E E E F Ory ¢20 'mc �c ' c CKE'..aaac< W OaU U a7 W UN -wl C@ 7 7 7 7JJWN6U LL LL 7 LL IL LL LL LL LL. I S J J J J J J J J S J J 7 VJ ZLLOaLLWK>> K � !Y p, oatmm�mm > o ww Z Kms, -stn conmm.-n z ��t-���r� w¢W���W�rc�aFF m J dc� LL NV141 (!!(fi (041 Vl-41 FH N F -F -F -1-{-a a J J N F- d 4)Vi 777 7777 W N41 Ur 4) N NN4�UU W W z Z Z c m O 41 W J J J J J J J J O K 7 7 7 7 7 7 7>> cL N w KQ v OLL Zow O z 7 = �� N Z Z z z Z Z Z Z Z Z Z Z Z Z Z N 41 N W a ow y. 4F1 N N F- K ¢ a a a¢ a a a �d a¢ a a¢¢¢ o o Z w w w z F 1- � N V! U) U !] O O D O O O O O O D O O U O U O O O W 7 J d d Q V Q Ud LL d LL LL ii LLLLLL... a x x x U z z z Z z z Z Z z Z z z z z z z z z z z J J J J g Z Z O a a a a KK 7777��77» �7�7�7�a777777777»>777�77�7777» 7�7 N @ L M M MM M m M 00000 `o 0000000000000 000000 elN N{`VNN �4 �V �V �JNNNNN�NNN NAV LV �V �'N M M t7� ON '20 0Vrt ENrn Wr r0o' O6N1 QO 0M OOM MOM2 � pt m Ern N Nl� OOM NW[O 2W O) 000000 00 000000 00 -oo.-0 0 M M M N m O M 0 •- M M M M m M p M M N M M M M V O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 N N N N N N N CV NNN N NNN N N N N of � W N � N O r Ot h O O rn0 r N 61 � GOON. -O r M £'OMM N N�� �1 p Ot N h V� 61 ON NO 000000 00 000000 00 -oo.-0 0 E M r- m N N N 0 0 0 o 0 0 o O o 0 0 0 0 o O O O O O O O O o 0 0 N N N N N N N CV NNN N NNN N N N N W N T s 000000 .- o0 0 0 0 000 00 0.-.- E N Q d N W N T s v ZD LL_Z iLL ZD z �Nf1 �%f'N m ..w � ,9 0LL OO(n K O QUO W @ E 2R E 4 JfO f� O O N Q J y? ZZZZZ7. Q Q Q Q 4 Q U ONONdm N r N = � m @ LL �KKw�'i�r»?»»www O O d N N d LL y v N E d u ZD O D D D j D> D D D n U DD n D D=)= d D n D cc vwmd c cm 'm m w' d@ oaU6.�E Doc �O' 0g c d mw mm v rnS rn rn N U 0 > Lc° CcE b o LL t 4 4 4 Q F@ m g W 4 N Q N Q Q N d C C C C C C C W C L C N d m Q d d 9 p O 10 .m d R U�@ 4 Z C C C L 0 0 0 0 '� C 0 o E o o E o UDt(t_1Di - ✓) E E E E a mee00e a odwww" o v>> c OtWyOCtl C C N C@ C@ yq m v4 mdQmo dT U o a v= ooE2 o w 22e52a a 2 2 2 > >@ w w w w w 2 rn.y a5@oot U a �D 2 m g m `o E E `0 o CU J e d C C C mc yL pc jL U fn 3 U a0 maom L O Umo vE mo B'0 EEEE E c EE° d w _'E'C' H E yLLaC@? LrnvE m eeE '5g7'5; S�IiLL '�'�'� p _Z rn LN C@ U' a <<4 c a a a 2 2 v@y i mm m2 wwwwwwwwwOmwwwOwwOwwO 000000 D Z Z Z O W D D E N d N W N T O @ ZD LL_Z iLL ZD z �Nf1 �%f'N m ..w � ,9 0LL OO(n K O QUO W wwwww LL LL4 LLLLIL 2R M U�U O i0 JfO f� O O N Q J y? ZZZZZ7. Q Q Q Q 4 Q U ONONdm N r N = � m @ LL �KKw�'i�r»?»»www O O y @ L y v N E d u ZD O D D D j D> D D D n U DD n D D=)= d D n D Doc m p c o 0 F@ m g W 4 N O- y o m u 2 V C U 9 p O 10 m �OM1i 9 E C N m N d C O C ry d dw0 T@ �w� @99 y CJUIL N O E C �z'ac a`= OtWyOCtl C C N C@ C@ yq . dT C2 E OC 0w 'C@ 0C aE V@ U JL NDOpNO O OCN wNdroNNddCd r o CU J m U fn 3 �mO a0 maom L B'0 C 60p _'E'C' H ��� UWi@ Z(O� S�IiLL '�'�'� U` W iq N/%P�4111rn1 _Z N w N o a W w J J O O U ZD LL_Z iLL ZD z �Nf1 �%f'N CJ m ..w @ n ,9 0LL OO(n K O QUO W wwwww LL LL4 LLLLIL 2R M U�U O i0 JfO f� O O N Q Q��0 J0NfUZ tt K O Z.Z ZZZZZ7. Q Q Q Q 4 Q No ONONdm N r �a K20oF. v_)UF-<¢mUw �KKw�'i�r»?»»www bzzER3: ow «z'�m u ZD D D n D D D D D D D D D j D> D D D n U z z a ?i DD n D D=)= d D n D TCD Map ID MAP FINDINGS Tank Status: 1260 fl. Direction 1000 Relative: Diesel Fuel Distance Lower UST: FUR ID Number Elevation Site Databases) EPA ID Number B5 BUTLER NATIONAL GOLF CLUB IL UST 0000857949 NNE - 2616 YORK RD IL BOL NIA 118.1/4 OAK BROOK, IL 60521 0.239 ml. 1 Tank Status: 1260 fl. Site 1 of 2 in cluster B 1000 Relative: Diesel Fuel Last Used Dale: Lower UST: 4/1411986 Red Tag Issue Date: Facility ID: 2017908 Actual: Facility Status: CLOSED 665 ft. Facility Type: GOLF COURSE Not reported Owner id: 00002206 Not reported Owner Name: Buller Nall Golf Club Not reported Owner Address: 2616 York Rd Owner Cily,SLZip: Oak Brook, IL 60521 Tank Number: 1 Tank Status: Removed Tank Capacity. 1000 Tank Substance: Diesel Fuel Last Used Dale: 1/29/1993 OSFM First Notify Dale: 4/1411986 Red Tag Issue Date: Not reported Install Date: 3111982 Green Tag Decal: Not reported Green Tag Issue Date: Not reported Green Tag Expire Date: Not reported Self Service Permit Inspection Date:Not reported Self Service Permit Expire Date: Not reported Fee Due: Not reported Tank Number: 2 Tank Status: Removed Tank Capacity: 2000 Tank Substance: Gasoline Last Used Date: 1/29/1993 OSFM First Notify Date: 4/14/1986 Red Tag Issue Date: Not reported Install Dale: 3/1/1982 Green Tag Decal: Not reported Green Tag Issue Date: Not reported Green Tag Expire Date: Not reported Self Service Permit Inspection Date:Not reported Self Service Permit Expire Date: Not reported Fee Due: Not reported Tank Number: 3 Tank Status: Removed Tank Capacity: 1000 Tank Substance: Gasoline Last Used Date: 1129/1993 OSFM First Notify Dale: 4/14/1986 Red Tag Issue Date: Not reported Install Date: 3/1/1982 Green Tag Decal: Not reported Green Tag issue Date: Not reported Green Tag Expire Dale: Not reported Self Service Permit Inspection Date:Nol reported Page:1 Map ID MAP FINDINGS Direction Distance EDR ID Number Elevation Site Databases) EPA ID Number SBif Servico Permit Expire Dale: Not reported Fee Due: Not reported BOL: Site Id: 170000559982 Inv Num: 0430705054 Interest Name: Butler National Goll Club Interest Type: BOL Media Code: LAND Page:2 Map ID MAP FINDINGS Direction Distance Elevation Site B6 BUTLER NATIONAL GOLF CLUB NNE 2616 YORK RD 1/8.114 OAK BROOK, IL 0.242 ml. 1280 N. Site 2 of in cluster B Relative: Lower FINDS: Actual: Registry ID: 110018382132 665 ft. Environmental InteresUlnformation System ACES (Illinois -Agency Compliance And Enforcement System) is the Illinois EPA Project to facilitate the permitting operations FOR ID Number Daeloase(s) EPA ID Number FINDS 1008141474 NfA Page: 1 First Environmental Laboratories, Inc. IL SLAPINELACAccreditation ft 100292 1600 Shore Road, Naperville, Illinois 60563 - Phone (630) 778.1200 - Fax (630) 778-1233 December 16, 2013 Mr, Dave Hurst TESTING SERVICE CORP. 360 So. Main Place Carol Stream, IL 60188 Project ID: 81112 First Environmental File ID: 13-6805 Date Received: December 09, 2013 Dear Mr, Dave Hurst: The above referenced project was analyzed as directed on the enclosed chain of custody record. All Quality Control criteria as outlined in the methods and current IL ELAP/NELAP have been met unless otherwise noted. QA/QC documentation and raw data will remain on file for future reference. Our accreditation number is 100292 and our current certificate is number 003242: effective 09/03/2013 through 02/28/2014. I thank you for the opportunity to be of service to you and look forward to working with you again in the future. Should you have any questions regarding any of the enclosed analytical data or need additional information, please contact me. at (630) 778-1200. Sincerely, Stan ZE Project Page I ora First --- V_ Environmental Laboratories, Inc. IL FLAP / NELAC Accreditation # 100292 AIM 1600 Shore Road -Naperville. Illinois 60563 • Phone (630) 7784200 - Fax (630) 778-1233 Case Narrative TESTING SRRVICR CORP. Project ID: 81112 First Environmental File ID: 13-6805 Date Received: December 09, 2013 All quality control criteria, as outlined in the methods, have been met except as noted below or on the following analytical report. < Analyte not detected at or above the reporting limit. L+ LCS recovery outside control limps; high hies. D Analyte detected in associated method blank. I L- i LCS recovery outside control limits; low bias. t C Mentilicafion confirmed by GCMS. I M MS recovery outside control limits; LCS acceptable. D surrogates diluted out; recovery not available. M+ MS recovery outside control limiislnfgh bias; LCS acceptable. 8 Estimated result; concentration exceeds calibration range, I M- �. MS recovery outside control limits low bias; LCS acceptable. F Field measnremenl N Analyle is not part of our NELAC accreditation. Analyte was not detected using a library search rontine; No ND ! calibration standard was analyzed. G Snrrogaterecovery outside control limits; matrix effect. P Chemical preservation pH adjusted in lab. H Analysis or extraction holding time exceeded. Q •_.. 'Cue anafyle was determined by e GC/MS database search. ! Estimated resell; concentration is less than onlib range. S Analyte was sub -contracted to another laboratory for analysis. K ` RPD outside control limits, - T Sample temperature upon receipt exceeded 0.6°C RL Routine Reporting Limit (Lowest muoma that can be • detected when routine weights/volumes are used without eigh w ! Reporting limit elevated due to samplematrix. dilution.) - Sample Batch Comments: Date and time of sample collection was not provided. Page 2or3 _= First Environmental Laboratories, Inc. ILELAP/NELACAccreditationl 100292 1600 Shore Road • Naparville, Illinois 60563 • Phone (630) 778-1200 • Pax (630) 778-1233 Analytical Report Client: TESTING SERVICE CORP. Date Received: 12/09/13 Project ID: 81112 Date Reported: 12/16/13 Results are reported on an "as received" basis, Lab No: Sample ID: Analyte Result R.L. Units Flags PH @ 25°C, 1:2 Method: 9045C 13-6805-001 C-2 S-1 Date Collected: Time Collected: Analysis Date: 12/16/13 1:30 PM PH @ 25°C, 1:2 8.17 Units -------------------- --- ............... .............. .............. --- ........ .............. ...._......------- --------- ...._..........---------._..... 13-6805-002 C4 S-1 Date Collected: Time Collected: Analysis Date: 12/16/13 1;30 PM PH @ 25°C, 1:2 .-- .......... .............._.._-..-_....... "-'-"----'..__..-.--......... 13-6805-003 C-15 S-1 Date Collected: Analysis Date: 12/16/13 1:30 PM PH @ 25°C, 1:2 7.65 ....-'Time Collected: 8.46 Units Units .................. ................ Page 3of3 11 a vi M � o o a a � R O .✓� Li r� h O N ��c�'a'-G .spy R a R OO a R U x N 'J o o 11 L�� \ '\ O � � IY N it � tl u qqN U 4 Illinois Environmental Protection Agency Page' oft .W Bureau of Land e 1021 North Grand Avenue East - P,O. Box 19276 • Springfield • Illinois • 62794-9276 Uncontaminated Soil Certification by Licensed Professional Engineer or Licensed Professional Geologist for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC -663 Revised in accordance with 35 ill. Adm. Code 1100, as amended by PCB R2012-009 (eff. Aug. 27, 2012) This certiffcafion form is to be used by professional engineers and professional geologists to certify, pursuant to 35 III. Adm. Code 1100.205(a)(1)(B), that soil (i) is uncontaminated soil and (ii) is within a pH range of 6.26 to 9.0. If you have questions about this form, please telephone the Bureau of Land Permit Section at 217!524-3300. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris (CCDD) fill operations or uncontaminated soil fill operations. I. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2014 Street Improvement Project Office Phone Number, if available: Physical Site Location (address, inclduf ing number and street): Golf Drive & an access road within Butler National Golf Club City: Oak Brook State: IL Zip Code: 60523 County: DuPage Township: York Lat/Long of approximate center of site in decimal degrees (DD.ddddd) to five decimal places (e.g., 40.67890, -90.12345): Latitude: 41.84019° Longitude: -87.93039° (Decimal Degrees) (-Decimal Degrees) Identify how the Iaillong data were determined: ❑ GPS ® Map Interpolation ❑ Photo Interpolation ❑ Survey ❑ Other IEPA Site Number(s), if assigned: BOL: None BOW: None II. Owner/Operator Information for Source Site Site Owner Name: Street Address: PO Box: City: Zip Code: Phone: Contact: _ Email, if available: Name: Street Address: BOA: None Site Operator PO Box: State: City: Zip Code: Phone: Contact: _ Email, if available: State: This Agency is authorized to require this information under Section 4 and Title X of the Environmental Protection Act (415 ILCS 514, 5139). Failure to disclose this information may result in: a civil penalty of not to exceed $50,000 for the violation and an additional civil penalty of IL 532-2922 not to exceed $10,000 for each day during which the violation continues (4151LCS 5/42). This form has been approved by the Forms LPC 663 Rev. 812012 Management Center. Page 2 of 2 Project Name: 2014 Street Improvement Project Latitude: 41.84019° Longitude: -87.93039° Uncontaminated Site Certification III. Basis for Certification and Attachments For each item listed below, reference the attachments to this form that provide the required information. a. A Description of the soil sample points and how they were determined to be sufficient in number and appropriately located 35 III, Adm. Code 1100.610(a)j: Cores 7-10 were located along Golf Drive and an access road within Sutler National Golf Club, approximately one-half mile north of 31st Street as indicated on the Core Location Plan attached. Two (2) test specimens were collected from C -8/S-1 and C -9/S-1 (consisting native clay soils) as part of this LPC -663 investigation. b. Analytical soil testing results to show that soil chemical constituents comply with the maximum allowable concentrations established pursuant to 35 III, Adm. Code Part 1100, Subpart F and that the soil pH is within the range of 6.25 to 9.0, including the documentation of chain of custody control, a copy of the lab analysis; the accreditation status of the laboratory performing the analysis; and certification by an authorized agent of the laboratory that the analysis has been performed in accordance with the Agency's rules for the accreditation of environmental and the scope of the accreditation 135 lll. Adm. Code 1100.201(g), 1100.205(a), 1100.610]: The analytical test results were compared to the Maximum Allowable Concentrations of Chemical Constituents (MACS) listed in 35 IAC 1100 Subpart F. The sample was found to meet the MACS and on this basis the evaluated soil may be classified as uncontaminated. IV. Certification Statement, Signature and Seal of Licensed Professional Engineer or Licensed Professional Geologist I. Timothy R. Peceniak (name of licensed professional engineer or geologist) certify under penalty of law that the information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief, true, accurate and complete, in accordance with the Environmental Protection Act (415 ILCS 5/22.51 or 22.51 a] and 35 III. Adm. Code 1100.205(a), I certify that the soil from this site is uncontaminated soil. I also certify that the soil pH is within the range of 6.25 to 9.0. in addition, I certify that the soil has not been removed from the site as part of a cleanup or removal of contaminants. All necessary documentation is attached. Any person who knowingly makes a false, fictitious, or fraudulent material statement, orally or in writing, to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Class 3 felony. (415 ILCS 5144(h)) Company Name: Testing Service Corporation Street Address: 457 East Gunderson Drive City: Phone: Carol Stream 630-653-3920 Timothy R. Peceniak, P.E. PrZ,,M,)V Licensed Professional Engineer or Licensed Professional Geologist Signature: State: IL Zip Code: 60188 a REGISTERED 51r i PROFESSIONAL In. ENGINEER la_\�Go•° '•4lllll 114Iloo \ L.�.G. Seal: First r Environmental Laboratories, Inc. iLELAP/NELACAccreditation #100292 1600 Shore Road - Naperville, Illinois 60563 - Phone (630) 7784200 • Pax (630) 778-1233 December 17, 2013 Mr, Dave Hurst TESTING SERVICE CORP. 360 So. Main Place Carol Stream, IL 60188 Project ID: 81112 First Environmental File ID: 13.6826 Date Received: December 10, 2013 Dear Mr. Dave Hurst: The above referenced project was analyzed as directed on the enclosed chain of custody record. All Quality Control criteria as outlined in the methods and current IL ELAP/NELAP have been met unless otherwise noted. QAlQC documentation and raw data will remain on file for future reference. Our accreditation number is 100292 and our current certificate is number 003242: effective 09/0312013 through 02/28/2014. I thank you for the opportunity to be, of sen+ice to you and look forward to working with you again in the future. Should you have any questions regarding any of the enclosed analytical data or need additional information, please contact me at (630) 778-1200. Sincerely, Pop ! of First Environmental Laboratories, Inc. IL FLAP / NELAC Accreditation It 100292 1600 Shore Road - Naperville, Illinois 60563 • Phone (630) 776-1200 - Fax (630) 778-1233 Case Narrative TESTING SERVICE CORP, Project ID; 81112 First Environmental File ID; 13-6826 Date Received; December 10, 2013 All quality control criteria, as outlined in the methods, have been met except as noted below or on the following analytical report. < I Analyte not detected at or above the reporting limit. L+ LCS recovery outside control limits; high bias. B Analyte detected in associated method blank. L- i LCS recovery outside control limits; low bias. I C I Identification continued by GUMS. . M +. MS recovery outside council limits; LCS acceptable. D Surrogates diluted out; recovery not available. M+ MS recovery outside control limits high bias; LCS acceptable, E Estimated result; concentration exceeds calibration mage. i M- MS recovery outside control limits low bias; LCS acceptable. P ! Field measurement. N Analyte is not pan ofour NELAC accreditation. ---1- - _. ND Analyte was not detected using n library search routine; No j calibration standard was analyzed. G I Surrogate recovery outside control limits; matrix attest. P i Chemical preservation pH adjusted in inn. H Analysis or extraction holding time exceeded. Q The umlyte was determined by a GUMS database search. J I Estimated result; coacentmtion is loss than calib range. S Analyte was sub-mnlracicd to another laboratory for analysis. K RPD outside control limits. 1' Sample temperature upon receipt exceeded 6.9C Routine Reporting Limit (Lowest amount ilial can be RL i detected when muline weighlslvolumes arc used without w Reporting limit elevated due to sample matrix. dilution.). .._ _... _ Sample Batch Comments: Time of sample collection was not provided. Page 2or4 - - First Environmental Laboratories, Inc. IL ELAP / NELAC Accreditation # 100292 160D Shore Road - Naperville, Illinois 60563 • Phone (630) 778-1200 - Fax (630) 778.1233 Polynuclear Aromatic Hydrocarbons Analytical Report Preparation Method 3540C Analysis Date: 12/13/13 Client; TESTING SERVICE CORP. Preparation Date: 12/11/13 Date Collected: 12/03/13 Project ID: 81112 Acenaphthylene Time Collected: 50 ug/kg Sample ID: C-8, S-1 < 50 Date Received: 12/10/13 Sample No: 13-6826-001 8.7 ug/kg Date Reported: 12/17/13 Results are reported on a dry weight basis. Benzo(b)fluoranthene 15 11 ug/kg Analyte Result R.L. Units Flags Solids, Total Method; 2540B Chrysene < 50 Analysis Date: 12/11/13 Dlbenzo(a,h)anthracene < 20 20 ug/kg Total Solids 83.18 % Fluorene, BTEX Organic Compounds Method: 5035A/8260B Indeno(1,2,3-cd)pyrene < 29 Analysis Date: 12/12/13 Naphthalene < 25 25 ug/kg Benzene < 5,0 5.0 ug/kg Pyrene Ethylbenzene < 5.0 5.0 ug/kg Method: 6010B Methyl-tort-butylother (MTBE) < 5.0 5.0 uglkg Preparation Date: 12/16/13 Toluene < 5.0 5.0 ug/kg Xylene, Total < 5.0 5.0 ug/kg Polynuclear Aromatic Hydrocarbons Method: 8270C Preparation Method 3540C Analysis Date: 12/13/13 Preparation Date: 12/11/13 Acenaphthene < 50 50 ug/kg Acenaphthylene < 50 50 ug/kg Anthracene < 50 50 ug/kg Benzo(a)anthracene 16.4 8.7 ug/kg Benzo(a)pyrene 18 15 ug/kg Benzo(b)fluoranthene 15 11 ug/kg Beuzo(k)fluoranthene 14 11 ug/kg Benzo(ghi)perylene < 50 50 ug/kg Chrysene < 50 50 ug/kg Dlbenzo(a,h)anthracene < 20 20 ug/kg Fluoranthene < 50 50 ug/kg Fluorene, < 50 50 ug/kg Indeno(1,2,3-cd)pyrene < 29 29 ug/kg Naphthalene < 25 25 ug/kg Phenanthrene < 50 50 ug/kg Pyrene < 50 50 uglkg Total Metals Method: 6010B Preparation Method 3050B Analysis Date: 12/16/13 Preparation Date: 12/16/13 Lead 15.9 0.2 mg/kg pH @ 25°C, 1:2 Method: 9045C Analysis Date: 12/16/13 13:30 pH @ 25°C, 1:2 7.57 Units Page 3 of 4 First --_ Environmental Laboratories, Inc. IL BLAP / NELAC Accreditation 4 100292 4—M ms 1600 Shore Road - Naperville, Illinois 60563 - Phone (630) 778-1200 - Fax (630) 778.1233 Polynuclear Aromatic Hydrocarbons Analytical Report Preparation Method 3540C Client: TESTING SERVICE CORP. Date Collected: 12/03/13 Project ID: 81112 < Time Collected; 50 ug/kg Sample ID; C-9, 8-1 < Date Received: 12/10/13 Sample No; 13-6826.002 < Date Reported; 12/17/13 Results are reported on a dry weight basis. < 8.7 8.7 ug/kg Analyte Result R.L, Units Flags Solids, Total Method: 2540B 11 11 ug/kg Analysis Date: 12/11/13 < Il I1 ug/kg Total Solids 80.72 50 50 ug/kg BTEX Organic Compounds Method: 5035A/8260B 50 50 ug/kg Analysis Date: 12/12/13 < 20 20 ug/kg Benzene < 5.0 5.0 ug/kg 50 ug/kg Ethylbenzene < 5.0 5.0 ug/kg 50 ug/kg Methyl-telt-butylether (MTBE) < 5.0 5.0 ug/kg 29 ug/kg Toluene < 5.0 5.0 ug/kg 25 ug/kg Xylene, Total < 5.0 5.0 ug/kg 50 ug/kg Polynuclear Aromatic Hydrocarbons Method; 8270C Preparation Method 3540C Analysis Date: 12/13/13 Preparation Date: 12/11/13 Acenaphthene < 50 50 ug/kg Acenaphthylene < 50 50 ug/kg Anthracene < 50 50 ug/kg Benzo(a)anthracenc < 8.7 8.7 ug/kg Benzo(a)pyrene < 15 15 ug/kg Benzo(b)fluoronthene < 11 11 ug/kg Benzo(k)fluoranthene < Il I1 ug/kg Benzo(ghi)perylene < 50 50 ug/kg Ch:ysene < 50 50 ug/kg Dibenzo(a,h)anthracene < 20 20 ug/kg Fluoranthene < 50 50 ug/kg Fluorene < 50 50 ug/kg Indeno(1,2,3-cd)pyrene < 29 29 ug/kg Naphthalene < 25 25 ug/kg Phenanthrene < 50 50 ug/kg Pyrene < 50 50 ug/kg Total Metals Method; 6010B Preparation Method 3050B Analysis Date: 12/16/13 Preparation Date:12/16/13 Lead 12.8 0.2 mg/kg pH @ 25°C, 1:2 Method: 9045C Analysis Date: 12/16/13 13:30 pH @ 25°C, 1:2 8.22 Units Page 4 oto 4 U �a b n rt I U a N rt I � g� r O C� C ..e y�r 6 N 0 O \ V` u v \ 3 O it U) g a 3k % U U moi` i H k xaF 't i p t f [ SIR �� �'5s' � � •�C � f CL L 5 # R O L�j co < Of I�fi C) !n Z LLI Ln fi C W J x4� Y? dry. 7- t- O s ~ s) d W U) }t�tLU uj f M < C) LL Q r� wwwt O () LJ LIJ W QD i r U3 mattt 7gxE F 6f�,.�'fir r s rff1 1 t 3v� 171 'A #'514- lays S 4 i Q Y W". ni +75� s i� g]rr Jas'if sS r i rL 21 1 ri. ,,��'{ e�41! 9 IP ; { � ,��,�,. )st� r;� �x �3 �2 �!€�, I.i• rs, �zisrd. iIav1 � !,�?'(k �� ', �, at i t yr 9 c e1 g rr poa�.,,� t�-t - 5;t4 p 4 r .it 4 F a. PIE; it r � J �< ��r t # s �5%� 7 � �`"'„ � "r� y i[.f z�� �� �'� re+,. >• _ _!"' I Ri �t J� yi ����4 Er q34� 1 �a* E jj t ka Li l C !� !ZY'1•^c � T`s�P: �¢B ��3 ����� r! it n �Y �S s'fE.vEre E f i �.1 s] EE .i J ME' ng. �Sy��:' -- --- ---- --- --= w -_ __--_ -_ -- - E - y m H_ E W _ 6 O _ + I D 0 1 � mzz= O W I i N W N F Q - y m H_ E W _ 6 O _ + I D 0 1 � W1 uxi I ffi' �� Joasaena e=»ea � I I y - N a� o�o�o �I�ooO000� �KN W� mzz= O W q N W N F Q w ¢ a m a C O a y aQQ H W1 uxi I ffi' �� Joasaena e=»ea � I I y - N a� o�o�o �I�ooO000� �KN W� N W °coo c oo' o o FQ ®c w nI O �O N F Z e - 4 J n v. ✓� in ✓. 3 « w II � y _ V' W G G O� CO 000 �� X �tr trtr N m ❑ f y oyti� mzz= tom q s a yam oda y W 1 o < � f amo �mz z f W � II � y _ V' W G G O� CO 000 �� X �tr trtr N a f f W � e { E II � y _ V' W G G O� CO 000 �� X �tr trtr N W � E U _ a E E Y 61 I I 1 1 1 1 1 oao Iii �1 I I 1 1 1 1 1 { I I I I I{ 0 N Z Y - a o W E = c r - L t yI O t 1 � ❑ [] � l! III � 6 _�_ tt U N _ a� TT �J � S � � a� _ � i� ❑ ® i � V1 J o (A Nl N E toxo yQ� ol, W CL G D m pzQQ W 1 (+ t ONLY ONLY ONLY DNLY DN�Y DN�Y - - o 0 0 0 ❑ o 0 0 0 o a e a a e e e ®' N E W 1 (+ t ONLY ONLY ONLY DNLY DN�Y DN�Y - - o 0 0 0 ❑ o 0 0 0 o a e a a e e e ®' o�Hr mzz=' 4 foo 0 yam S L u CL ¢ D5 m � WI zaa I I I I I I I � ; I , I I I o 0 I al di i V i N i� � 1 ❑� r❑ J ❑ ❑ 0 3 i'[c it � � C y y m m 2 Z = R mos I }tea Nar Awa 6I, _ omc zl, N N N W _ N W 6 U v. N y E W N _ U ou ou F' ry ry u v a al 4 al dl J O y y N � W W CL a � � o WI p WI o 0 0 WI Dh z i a i N � C w t a a � 11� l I o `llll� 1 WI 0 ® b T m ® o tt a ¢ ® ❑ ® ¢ 11� WI w i1 lily � o _- O H y - •'S u r � b � ® a ® m ® ® C fi � ¢ P 4 4 0 � � N < E = r i - F Y m W� 0 -o U =E t ♦U J m m h' s `t ri z U U o - Q a o a Url �w N Em m _ O w3 a r m -mE � m Q 6 t J e — ml Z Em - Z N E �m U r m l O - W N = Y m rm -o U =E t ♦U J m rm � s `t ri z U U o - Q V7 M. a N w3 a r m m m t J ml Em - Z E �m w N r m l 4m z 0 U W Y m _ N E Z v m m m4 O t J ' U y \ 11_ ]� �E N % m CL zoE^' E oE w m cc oE` E� Ow moa mvnE �n¢ ¢ _ E p E O w Iw OI'91 .02 a19 aI�oA ���...10---5➢ > I•ac:l n mnl d v PI z IOBEI v Z _ _ _ •SI _ � U Z 0 s w W m PEm N m ° 1511 0 9E _ faFL 'm 0 m s mel 1 msu � ABImD - _ 9 6 - — TF _ _ W 1- Q _ U - F Ml w U - -SI - W mE I - O Q E a w e u - a raF:l 'n IO YI Iil ow Iw Ot'91 .02 ID'II � � v e19 DI�DA 9 � ,j s 11_ a - CD W _ CD yP ae1-1 ryN � SGS/ 2 � os 2 m_ E°m a- _ y 0 _ r _ z a v z r 4 Z 1 — — 66 o �N o[ oz�am s� a � ze Slo so�oocoLaS ' _ � w eiaccpaeo as o O y E E p \ a\ zm I W � W N ti a � W � I � 2 I Z Z I Q f III ¢ I Q O H U W N . ............... ................. 6 6 w w� S z 6 W W luewoeawe viw lw ¢ei c mmi a I s� W ry m Fo >W z cm lo� �'n" 7 � U U m b U l W N ¢ w u ¢ m W L)= Q Qm W m ea W UU G � o m zap m z o lo„ z Im— y E � of of o O o O ' - o \ ji � a e m - = Isze,n s F. 1� y Di r�, m -o vE w rv- 6E°o i L O _ w Na- zQ o a F- F - z v ¢ o - ¢ _ E m _ — Q 14816 Oy IzsiFy ,- k Vi ?r o N � N � i E LL W CL n E � � o o 45 t e mo9i sz =E a — _m mo ao �m e 0 m 0 [p I I xo mE Ic 0 - _ 0 W gyp, s„ �I m n IIS m U W s U C o =mm m i a m C0.1 Z W y m zam O 6 all- euIOOt IN p>i U Z W y Q y W m W m U Q IV7771 F w ♦J a w m c �E of o o e ➢ 0 v �tiii y i�r ml / iii _ �iw aza o m m r y O 3 i I - - O tO n r I m p no_ X uLLl N a _ �I a 0 O a - - - - m y s '3, 43 - P.M > > > 53 M 31 Te Lj .�o 13 n -H .o CD CD CD a. C) cn G 11.8 1 24 r7f 30 17501 4' (1.2 m) FO loo Q. .1 T,ffTc CD CD 0 0 cl In Q25) Q0.i .1p 6. 190, On. 110, 3 �2.4 .1 min. 1125) ilys, z bQv In 3G 190M 28-36 5 lool ik- 4- (12 m� 36 MW y v O o m � = x N u N a c \ AL2 mi Section F Statement of Bidder's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he or she desires. 1 . Name of Bidder: — R.W. Dunternan Company 2. Permanent main office address: 600 S. Lombard Road, Addison, IL 60101 3. When organized: 1927 4. If a corporation, where incorporated: Illinois 5. How many years have you been engaged in the contracting business under your present firm or trade name: — 87 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) See Affidavit of Availability 7. General character of work performed by your company: heavy highway/roadway construction 8. Have you ever defaulted on a contract: No 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 avaiiable for this contract See attached Equipment List 11. Experience in wor� similar in imporfpnce to this project: -�Zv- C- Pe '�O � V r\ a e�' 12. Background and experience of the principal members of your organization, including the officers. See attached Officer & Personnel List 13. Credit available: Page 30 VIllinois Department of Transportation uhreau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Affidavit of Availability For the Letting of 5/5/2014 (Letting date) Instructions: Complete this farm by either typing or using black ink, "Andoo6ze'Lan to RcrWif not be Issued unless both aides of this farm are completed In gush. Use additional to.. .. needed 1. list .11 viork, art 1. Work Under Contrad List lb�,,[ovv all work you have under contract as either a pd.. contractor sclumote.l., It is allowed to include .11 pandfing low bids of yet remanded or rejected. In a joint int.., st .1, that Pattern of the work which Is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineers or owners estimate, and must include work subcontracted to others. If no work is confiracted. show NON E. I Total Value of All Work rt IL Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar valve of we* for each contract and awards pending to be completed Win your own forms. All work subcontracted to others whI be listed on the reverse of this form In a joint venture list only that carbon of the work to be done by your company. If no work Is control show NONE, Accumulated Totals Accord. tied 0.00 irthwork 1206 12 10 Contract Number 63570 62537 lontract With IDOT IDOT ItImated Completion Date 10114 8114 Total Contract Price I Total Value of All Work rt IL Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar valve of we* for each contract and awards pending to be completed Win your own forms. All work subcontracted to others whI be listed on the reverse of this form In a joint venture list only that carbon of the work to be done by your company. If no work Is control show NONE, Accumulated Totals Accord. tied 0.00 irthwork 300,000.00 650,000.00 ortha nd Cement concrete Paving 700,000.00 1,506,100.00 iiD5�0��020;0�Zo HMA Plant Mix 0.00 hA Paving =03 500,000.00 500,000.00 8.Som Cracks/Joints ;M 1,�ggirn _ng 0.00 .Sea & Surfaces 5 0,0 0 D.0 .. ... .. 00,00000 360,000.00 ghway,R.R. and Watemay Structures 0.00 idnage 0.00 Electrical -- 0.00 Iver and Seal Costs 0.00 incrosto Construction 300,000.00 300,000.00 O.DO going 0.00 jardrall 0.00 [PaInting 0.00 lining 0.00 Ad Milling, Planning & Rotomilling 0.00 0.00 ventagent Markings (Paint) 0.00 her Construction (List) 300,000.00 130,000.00 430,000.00 Mob/Office 0.00 0.00 ,tals 11350,000.00 3,386,100.001-0 001 0.001 0.00 4,736.100 fan Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply Will result in non-isonance an "Authorization To Efidi This form has been apparvand by the State Lomas Management Center, Printed 51212014 b ... 1 -1 11 UIllinois Department of TransportaHon W?jreaU of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Affidavit of Availability For the Letting of 515/2014 (Letting date) Instructions: Complete this form by either typing or using black ink. "Aulloon,ation to Bic"will not be Issued unless both aides of this farm am car,el.t.ad in usual. U. additional forms as needed to list all work Parl Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor It is required to include all pending low bids not yet awarded or rejected. In a joint venture, flat only Mat portion of the work which is the responsibility of your company. Th. uncompleted order value I, to be based .,an the most recent engineers or manneirs estimate, and must include work subcontracted to the,. If no work is contractor, an. NONE. 1 1216 1301 Dirtract Number n1land Cement Concrete Paving 12961 otntract�rll Will County [DOT gis must C pinion Date 7/2014 10/14 its[ Contract Price , �h. he no — as. Total Value of All Work Part 11, Awards Pending and Uncompleted Work to be done with your own forces. I List below the uncompleted dollar value of work to .... h dead and hoodds pending to be completed with on, .. forces All work 3utboordracted to others will be listed on Me reverse of this four In a joint venture, list only that notion of the work to be done by your company. If no work is connected show NONE, Accumulated Towle Accumu inallated T a I lEarthwork 300,000.00 1,250,000.00 n1land Cement Concrete Paving 2,206,100.00 Plant Mix " 0.00 I.AA 100,000.00 11,000,000.00 14,600,000.00 pan & Seal Cracks/Joints 0.00 gregate Bases & Surfaces 100DO0.00 1,446,525.00 1,896,525.00 H greemyR.R. and Watervay Structures 0.00 amage 0.00 ictr I ca 0.00 !Cover and Sea[ Coats 28,182.00 28,182.00 mcrete Construction 300,000.00 In � scgap I in g 0.00 iFedc in 2,500.00 2,600.00 hardrall 0.00 0.00 1.,;infing guip, 0.00 id Milling, Planning & Rotimplillng 2,000.00 70,000.00 72,000.00 annolition 0.00 Pavement Markings (Paint) 0.00 her Construction (List) 70,000. 0 NI 256,000.00 755,000.00 W_ _ /office! 0.00 1 0.00 'tals 574,500.001 12,799,707.001 0.001 0.001 0.001 18,110,307.00 Disclosure of this information Is REQUIRED to accomplish the statutory purpose as outlined In the "Illinois Procurement Code". Failure to comply will result in haran-testance of a "Auffirecoation To Bid.t' This farm has base approved by the State Form. Management Center. Printed 5/212014 Page 2 of 12 BC 57 (Rev. 08117/10 Aff idavit of Availability Illinois Department For the Letting of 51512014 of Transportation (Letting date) Iducontractor instructions: Complete this form by either typing or using black ink. Bureau of Construction "Authorization to Bid � will not be Issued unless both sides of this form are 2300 South Dirksen Parkway/Room 322 completed in detail. Use additional forms as needed to list all wor,. Part L Work uSpringfield, Illinois 62764 List below all work you have ardor contract as either a prime contractor or a subcontractor, It is required to include all pending low bids not yet awarded or rejected, In a joint venture, I only that portion of the work wNch is the responsibility of your company, The uncompleted dollar value is to be based upon the most recent surneer's or owners effirmale, and must Cues work subcontracted to others. If no work is commotimi othow NONE, -V CrackslJoints 1303 1305 1308 entract Number 63742 RR -12-4090 1,896,525.00 H!ghway,R.R, and Waterviray Structures )ntractW!th IDOT LaI<e County ISTHA irt,ainage Estimated Completion Date 6114 6114 4114 0.00 )tal Contract Price 1.742.718.00 2.892.037.00 9.682.465.00 28,182.00 Accumulated Totals Iducontractor 1 1,400,000.001 1,250,000.00 1,40U,000.OD i Total tga�ue of All Work 30,545,102 001 Part It. Awards Pending and Uncompleted Work to be done with your own forces. Jnp below the imiorn,lated dcllar value of vmr, for ..on coni and ..,do vi to be carri with you, own forces All work Accumu ,contracted to others wil be listed on the reverse of this formt, in a joint venture. list only that portion of the work to be done by your company, If no work Is bobtail show NONE, citaiated T s w a_Lh O'� 1,250,000.00 "ther-d-Courrent Concrete Paving 1,150,000.00 3,356,100.00 1A Plant Mix OX0 ng '-1M�dn'8'S'..I 11,600,000.00 -V CrackslJoints 0.00 igregate Bases & Surfaces 1,896,525.00 H!ghway,R.R, and Waterviray Structures 0.00 irt,ainage 0.00 actrical 0.00 Cover and Seal Coats 28,182.00 rincrete Construction 250,000.00 550,000.00 ndscaping 0.00 Fenclng 2,500.001 _he rd rail 0.00 Inting 0.00 !Igning, 0.00 "d d M lifing, Planning & Rotomilling 72,000.00 mollition 0.00 l�avo! an' Mairtings ,Pi!ln, 0.00 other earned C.n L at) 26,000.00 780,000.00 Mob/officelAlone, 0.00 0.00 0.001 1,400,000.001 25,000.001 0.001 0.001 19,535,307.00 Printed 6/212014 Page 3 of 12 BC 57 (Rev. 08/17110 this information is REQUIRED 1. ecompfish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply will result in pon- "Authorization To Bid," This room has been approved by the State Forms Management Center. Affidavit of Availability Illinois Department For the Letting of 51512014 .4—" oll lianspo on (Letting date) Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Instructions: Complete this form by either typing or using black ink, "Authorization to Bid'will net be issued h[.ca both sices of this is. .,a ..,I.t.d in retail, Us. Part I. Work Under Contract addiuriml homes as needed 1. yet .11 wark. List below 211 went, you have under contrast as either a prime contractor or a Subcontractor. It Is re,ired to in iturs, list only that parkan of the work which, is the responsibility of your compary. The uncompleted sells, ol., I. is be based ... a the meet recent engineers or .... estimate, � must Include work subcontracted to otlhprf� If no work is contracted. show NON E. Part 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forms All war, so,mVes.ol to others wil be listed .. In. reverse of this form in a joint venture, list only that portion of the work to be done by you, sprepany. If no & Is conceded. show NONE, Accumulated Touds lEarthwork 1316 1317 1318 4,456,797.00 inland Cement Concrete Paving 6,992,848.00 3110tract Number 1-134134 RR -13-5669 N/A 3,861,710.00 -..tr. t With ISTHA ISTHA UPRR 1,172,848.00 15,360,664.00 -an& Seal GrackinfJoints Esfirrgat�.�Cccmjhlotlon Date 12J14 5114 7114 j9regate Bases & Surfaces 2,432,002.00 10,000.00 its[ Contract Price 43,880,612.00 4,086,502.00 3,4B3,948.00 Accumulated Toltals u ncompleted Dollar Val U !fF!rm isthe Prime Contractor 1 41,175,802.001 1,362,955.00� 256,957.00, 1,626,188.00 �cbr C a 71,683,859.00 irricompleted Dollar Valu, boontractor 0.00 lCoveriand Seal Costs 4,883,984.00 29,182.00 Total Value of All Work 76,567,843.00 Part 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forms All war, so,mVes.ol to others wil be listed .. In. reverse of this form in a joint venture, list only that portion of the work to be done by you, sprepany. If no & Is conceded. show NONE, Accumulated Touds lEarthwork 2,900,000.00 306,797.001 4,456,797.00 inland Cement Concrete Paving 6,992,848.00 9,348,948.00 3,861,710.00 3,861,710.00 IHM4 P.vinMg'x 2,667,806.00 10,000.00 1,172,848.00 15,360,664.00 -an& Seal GrackinfJoints 0.00 j9regate Bases & Surfaces 2,432,002.00 10,000.00 348,111.00 4,686,638.00 H!ghw,Y,R.R. and Waterway Structures 0.00 grange 1,368,231.00 256,957.00, 1,626,188.00 �cbr C a 0.00 lCoveriand Seal Costs 29,182.00 incrento Construction 160,000.00 700,000.00 ndscaping 0.00 iFencing 2,500.00 ifundrall 0.00 inting 0.00 Signing 0.00 Ad Milling, Planning & Reiterating 1,956,949.00 22,624.00 1 2,051,473.00 imolition 0.00 1 P ve! ant Ma!ngs 'Paint) 0.00 ;;Zr7rmtr..tkg. 650,000.00 400,000.00 337,631.00 2,167,631.00 .Id office, mobre,etc.) Mob/Officel MolonClIffifne Mob 0.00 1 0.00 1 21,719,546.001 570,DOO.001 2,444,868.001 0.001 0.001 44,269,721.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply Wil result in non - Printed 51212014 Page 4 of 12 13C 57 (Rev. 08117/10 Mm��Auffiorr,wtirm To Bid." This form has been approved by the State Forms Management Center. Illinois Department of Transportation Affidavit of Availability For the Letting of 51512014 (Leffing date) Bureau of Construction Instruationen Complete this form by either tMing or using blark ink, 80,000.00 Pail 1, Work Ui South Dirksen Parkway/Room 322 Amr.dtr.timi to Bid" will net be issued ..less both ease of this to. are 313,893.00 Springfield, Illinois 62764 tworplated in devil. Uss additional forms a. needed to list .11 work, 1320 1322 1401 1402 1403 :ntract Number RR -13-4138 NIA 61 1-134161 1-13-4163 ISTHA CSX RR DOT ISTHA ISTHA I-bdl,:c1,WIt.hm ,:a 1. to C pletion Date 6114 5114 9114 9114 9/14 91,702.00 ftal Contract Price 159,441.00 261,000.00 2,331,0i4.0G 378,712.00 404,696.00 Accumulated Totals Do V a if Firm is the Prime 4,786,638.00 Hlghvvyky,�WR. and Watemay Structures 1,Uncomplated 0.00 190,000.001 2,331,014.00 74,204,873.00 _.ntNpd us if Firm is the ,Completed , V:�u 1,625,188.00 Be" C ibcontractor 1 87,000.001 Cov.r.O��d Seal Coats 378,712,001 404,595.001 5,764,291.00 Total Value of All Work 79,959J64.00 Part It. Awards Pending and Uncompleted Work to be done with your own forces, List below the moarnplead dollar value of work for amm contrast and �ardk pending to be dompleted with your own race, All work Sub,misracted to Accumulated here will be listed an the awaned of this to.. In . joint venture, list only that partion of the work to be done by your dommay. if no we* is contraseted, ,.. NONE, Totals lEarthwork 80,000.00 232,010.00 313,893.00 6,082,700.00 artland Cement Concrete Paving 9,348,948.00 IAA Plant Mix 3,861,710.00 HMA Paving 45,000.00 12,297.00 15,407,951.00 Ban & Seal CrackslJoInts 91,702.00 76,702.00 1611,404.00 -�`geg-b- a... & Surfaces 100,000.01) 4,786,638.00 Hlghvvyky,�WR. and Watemay Structures 0.00 ainage 1,625,188.00 Be" C 0.00 Cov.r.O��d Seal Coats 28,182.00 increte Construction 700,000.00 ,—,ndscaping 1,376,978.00 1,375,978.00 Fencing 2,600.00 tardrall 0.00 �hrltlng 0.00 0.00 fat Milling, Planning & Rotomilling 21,000.00 2,072,473.00 pro"don 0.00 polannent Markings (Paint) 0.001 her Construction (List) 21,000.00 10,00.00 155,284.00 66,000.00 14,000.00 2,422,915.001 Mobilizationj MoblCiffical Mobilizationj MobiliBation 0.00 I I 1 0.00 tals 1 87,000.001 190,000.001 1,643,559.001 378,712.0t 04,596.D01 46,873,587.00 Printed 51212014 Page 5 of 12 BC 57 (Rev. 08117110 DiVO 11m. I. information is REQUIRED to accomplish the rotor., pirrigicso a outlined in the "Illinois Procurement Code". Failure to comply will result in non-jusuance 1 the State Forms Management Center, am Affidavit of Availability of Transportation For the Letting of 51512014 10 0 �0' Part H. Awards Pending and Uncompleted Work to be done with your own forces. (Letting date) Bureau Construction Instructions: Complete this forn by either typing or using black ink In joint venture, list only that portion of the work to be done by your company Heowarkiselootracted, of "Authorization to BIT will not be issued unless both sides of this form am Totals 2300 South Dirksen Parkway/Room 322 curnmeted in detail. Use additional forms as needed to list all vvork� Springfield, Illinois 62764 9,348,948.00 HMA Paving PartL Work Under Contract 189,304.00 List below all wool you have under contract as either . prime mentomi.r., enticuldra.lor It is required to Include all pending low bids not yet awarded or rejected, Ina joint 1,150,703.00 color., list on[, that Iranian of the work wrich is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineers or ownem estimate, no must Include work subcontracted to others. If no worl, is contracted, show NONE. 1404 1405 1406 1407 1408 igregate Bases & Surfaces )ntract Number 1.134164 1-134162 N/A NIA RR -13-4171 iHighway,R.R. and Watermay Structures 3ntractWith ISTHA ISTHA UPRR City of Wheaton ISTHA 1 amage Estimated Completion Date 9114 9114 9/15 10/14 11114 lctr ca Aal Contract Price 878,687.00 708,839.00 9.835.346.011 3.974A61.0D 4.729.622.00 Accumulated To Is 4,729,622.00 ............ 1 346,092.00 1 ", —86,( 459,016.00 1 I Total Value of All Work 2,798,043.00 10 0 �0' Part H. Awards Pending and Uncompleted Work to be done with your own forces. List below the nownpubsul calls, value of well far each contract and awards pending to be ecmipleted with your own tomes. All wark subcontracted to Accumulated In joint venture, list only that portion of the work to be done by your company Heowarkiselootracted, 6,398,891.00 ,v, NONE. Totals Earthevork 380,393.00 346,092.00 1,018,614.00 459,016.00 594,028.00 2,798,043.00 Iftland Cement Concrete Paving 1,316,191.00 6,398,891.00 AA Plant Mix 9,348,948.00 HMA Paving 299,151.00 189,304.00 1,214,766.00 1,150,703.00 6,705,634.00 isan & Seal CrecluslJolnes 15,407,951.00 igregate Bases & Surfaces 140,567.00 109,700.00 882,184.00 153,102.00 115,467.00 1,669,424.00 iHighway,R.R. and Watermay Structures 4,786,638.00 1 amage 475,941.00 476,941.00 lctr ca 1,625,188.00 lCovM Seal Coats 0.00 uncrobe Construction 55,684.00 83,866.00 ndscaping 700,000.00 Fencing 1,375,978.00 randrail 2,00.00 �inting 0.00 isigning 0.00 dd Milling, Planning & Rotomilling 7,476.00 21,243.00 454,651.00 148,022.001 631,392.00 anolition 2,072,473.00 Pavement Markings (Point) 0.00 —her Construction (List) 61,000.00 42 600.OD 948,150.00 6,500.00 426,720.00 1,473,870.00 M.bl; I Mobilization MoblEarrierWall 2,422,916.00 0.00 1—,tals 878,587.001 708,8311 3,835,124.001 1,981,406.001 3,602,109.001 57,879,652.00 Printed 5/212014 Page 6 of 12 BC 57 (Rev. 08/17/10 Part Ill. Work Subcontracted to Others For each contract described In Part 1, list all the work you have subcontracted to other,. Subcontractor .1. Jalpa lzub 1 Homer 1210 AC PVT 1210 D Road Safe Type of Work Concrete Tree Rom PVT MIm Traffic Subcontract Pride 533,227.00 17,087.00 43.607.00 211,669.00 Amount Uncompleted 300,000.00 0.D0 40,000.00 95,000.00 Subcontractor H&H Stattner Homer Tree Stettner Type -fW.1k Electrical Layout Tree Rem[ Layout Subcontract Price 732,392.00 34,160.00 0.00 Amount Uncompleted 660,000.00 16,000.00 0.00 15,000.00 Subcontractor Northern H.T.E. Type of Work Guardrail Electrical Subcontract Price 63,000.00 314,457.0 Amount Uncompleted 63,000.00 260,000.00 Subcontractor Natural Creations Inland Type of Work Landscape Non Spi Subcontract Price 342,659.00 719,140.00 Amount Uncompleted 300,000.00 0.00 Subcontractor Len Cox JLA Type drWark Sewer Sewer Subc.nt,..t Price 2,165,289.00 1,910,641.OD Amount Uncompleted 300,000.00 600,OOD.00 Subcontractor AC Kujo Type of Work Striping Guard Rail Subcontract Price 81,469.00 4,645.00 Amount Uncompleted 81,469.00 4,645.00 Subcontractor Highway Shy Type of Work Traffic Landscape Subcontract Price 272,887.00 Amount Uncompleted Total Uncompleted 1,809,469.00 O.DD i, Using duty sworn, do hereby declare this affidavit is a true and correct statement relating to ALL Uncompleted contracts of the undersigned for Federal, State County, City and private work, including ALL Subcontract work, ALL low bids rejected and ALL estimated completion dates pending not yet awarded or Subscribed sworn to before me this 6th day o a 4. *an Type or Print Name Jay Landgraf Assistant Socreta ector Title Notary He Jose Gonzalez Signed 40MVW t _.rde��. My comml sion expires: 91301,21017 Company R.W. Dunteman Company (Notary Seat) Address 600 S. Lombard Road Addison, IL 60101 OFFICIAL SEAL Jose Ganz )7 alez FNotary to PUbfic, State Of Illinois C My Commission ExPires 9-30.2017 Printed 51212014 Page 7 of 12 Pail Ill. Work Subcontracted to Others For each contract described in Part 1, list all the work you have subcontracted to others. 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the 1216 1 1216 1301 1301 Subcontractor Tri -Tech Anderson Concrete Bodine Roac[Safe Type of Work Eloc Concrete Electrical PVT Marking Subrontract Price 203,189.00 204,046.00 366,188.00 696,377.00 Amount Uncompleted 150,000,00 20,000.00 365,188.00 650,000.00 Subcontractor Seasons Sangamo I&[ Type of Work Landscape Bridge Guardrail Subcontract Price 303,975.00 2,922,813.00 142,948.00 Amount Uncompleted 250,000.00 1,000,000.00 142,948.00 Subcontractor Lon Cox Beyers CSD Type of Work Sewer Excavation Non SpI Subcontract Price 2,297,696.00 4,730,212.00 685,645.00 Amount Uncompleted 100,000.00 2,365,000.00 685,545.00 Subcontractor Mark -It Boyers Earth Care Type of Work PVT Marking Sewer Landscape Subcontract Price 57,365.00 1,417,137.00 329,605.00 Amount Uncompleted 50,000.00 700,000.001 300,000.00 Subcontractor Road Safe Mt. Carmel Righway Type of Work Traffic Lime Stab Signs Subcontract Price 143,457.00 640,749.00 85,396.00 Amount Uncompleted 70,000.00 470,000.00 60,000.00 Subcontractor Homer Tree Gardenscape Type of Work Tree Rem Underdrain Subcontract Price 16,248.00 242,116.00 Amount Uncompleted 0.00 200,000.00 Subcontractor WLSI Type of Work Fence Traffic Subcontract Price 6,992.00 137,800.00 Amount Uncompleted 0.00 100,000.00 Total Uncompleted 1 640,000.001 1 7,038,681.00, 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, Including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL a treated comp often dates Subscribed and orn to before me this 5th do o a 2014. 111� Type or Print Name — Jay Landgraf Assist ant Secrata 0 0 ry U Ic ose onza ez Signed My counted sion expires: 913012017 Company R.W. Dunternan Company (Notary Seal) dress 600 S. Lombard Road Addison, IL 60101 OFFICIAL SEAL )Z J0SeGonZGIeZ S Noilciry public, Staie ot Illino!S . 9-30-2017 EXPIreS My Corni-nission 'Pl Printed 51212014 Page 8 of 12 3C 57 (Rev. 08/17110 Part 111. Work Subcontracted to Others For each contract described in Part 1, list all the work you have subcontracted to others. 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, Including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL as muted completion dates Subscribed and a orn to before me this Stjhd Type or Print Name Jay Landgraf Assistant Secretary ifie Notary P Ic Joe. G.rcalez Signed My commis Z., expires: 9/3012017 Company R.W. Dunternan Company (Notary rSeal) dress 600 S. Lombard Road Addison, IL 60101 OFFICIAL SEAL I jose GonZO'EIZ t 11"noiS Nota� IC CI 09 )tary PUbliC, S'ate 01f lllinoiS rl �HeS _ 2017 M ISIC, IS 9-30-2017 Y CCMrnjssjon EXPITeS my Printed 51212014 Page 9 of 12 BC 57 (Rev. 08/17110 1303 1303 1 1308 1 130B Subcontractor Class I Midwest Face Herlihy MC Work Zone Sity Type of Work Landscape Guard Rail Bridge Traffic Subcontract Price ID3,499.00 26,812.00 147,306.00 248,320.00 Amount Uncomp leted 20,000.00 0.00 0.00 25,000.00 Subcontractor AK UG TC & P JG Demo, Inc. Penhall Type of Work Cleaning Traffic Concrete Grinding S iflecontract P rice 3,430.00 47,849.00 780,790.00 31,377.001 Amount Uncompleted 0.00 2,000.00 50,000.00 0.001 Subcontractor RoadSafe John Burns Type of Work PVT Marking Electrical Subcontract Price 86,954.00 363,863.00 Amount Uncompleted 60,000.00 0.00 Subcontractor Steve Piper GFS Type of Work Tree Rem[ Fence Subcontract Price 8,868.001 241,563.00 Amount Uncompleted 0,001 50,000.00 Subcontractor C.Szabo Del Toro Type of Work Sewer Landscape Sao ... treat Price 136,808.00 44,093.00 Amount Uncompleted 0.00 20,000.00 Subcontractor Andrews Ray Edwards Type of Work Non SpI Sewer Subcontract Price 61,329.00 789,570.00 Amount Uncompleted 0.00 0.00 Subcontractor Trijech AC PVT Type of Work Electrical PVT Marking Subcontract Price 382,000. % 45,977.00 Amount Uncompleted 200,000.00 1 25,000.00 Total Uncompleted 1 272,000.001 1 17 ='000001 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, Including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL as muted completion dates Subscribed and a orn to before me this Stjhd Type or Print Name Jay Landgraf Assistant Secretary ifie Notary P Ic Joe. G.rcalez Signed My commis Z., expires: 9/3012017 Company R.W. Dunternan Company (Notary rSeal) dress 600 S. Lombard Road Addison, IL 60101 OFFICIAL SEAL I jose GonZO'EIZ t 11"noiS Nota� IC CI 09 )tary PUbliC, S'ate 01f lllinoiS rl �HeS _ 2017 M ISIC, IS 9-30-2017 Y CCMrnjssjon EXPITeS my Printed 51212014 Page 9 of 12 BC 57 (Rev. 08/17110 Part Ill. Work Subcontracted to Others For each contract described in Part 1. list all the work you have subcontracted to others. 1, being duly sworn, do here for Federal, State, County, ( estimated completion dates Subscribed and sworn to this 5th day of May, 2011 Notary Public J My commission expires: � declare this affidavit is a true and correct statement elating to ALL uncompleted contracts of the undersigned r a 'A=y�kwork, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL t Name Jay Landgraf Assistant Secretary Oltl(cer or Direct Title Signed (Notary Seat) C mpany RW Dunternan Company dress 600 S. Lombard Road �lAi SEAL c�mzalez Addison, IL 60101 o t r� ry P�?,. liC. SiOte of Illinois \�Iy CrInif,i5sior, Expires 9-30-2017 Protect 512/2014 Page 10 of 12 BG 57 (Rev. 08/17/10 1316 1316 1317 1317 1318 Subcontractor HMC RoadSafe Areartha RoadSafe RoadSafe Type of Work Noise Wall PVT Marking Bridge Traffic Control PVT Mark Subcontract Price 2,609,131.00 362,211.00 238,020.00 230,101.00 35,755.00 Amount Uncomi3lated 2,609,131.00 362,211.00 238,020.00 50,000.00 35,756.00 Subcontractor JG Demo -- TS1 JG Demo URETEK EarthCare Type of Work Concrete Traffic Concrete Slab Jacking Landscape Subcontract Price 3,882,400.00 886,735.00 274,645.00 992,250.00 133,000.00 1 Amount Uncompleted 3,882,400.001 800,000.00 200,000.00 60,000.00 133,000.00 Subcontractor Aldridge Homer Hecker Kinney Type of Work Electrical Tree Removal Electrical Temp. Barrier Concrete Subcontract Price 4,689,692.00 42,382.00 63,920.00 114,875.00 209,959.OD Amount Uncompleted 4,660,000.00 12,382.00 0.00 80,000.00 209,959.OD Sub.mArector Northern Mt. Carmel IF1 WLSI Typ. of Work Guardrail Lime Stab. Guard Rail Traffic Subcontract Price 695,771.00 112,083.00 57,905.00 517,302.00 Amount Uncompleted 695,771.00 112,083.00 50,000.00 517,302.00 Subcontractor Foss Jack Coffey AAA SlIt Type of Work Landscape Temp. Barrier Landscape Fence Subcontract Price 787,726.00 924,553.00 0.00 35,300.00 Amount Uncompleted 787,725.00 924,653.001 0.00 1 35,300.00 Subcontractor Viddlan Ray Edwards Homer Type of Work Sewer Sewer Tree Read Subcontract Price 3,701,926.00 14,936.01) 107,800.00 Amount Uncompleted 3,400,000.00 14,935.00 107,800.00 Subcontractor S&J RoadSafe Type of Work Signs PVT Marking Subcontract Price 1,228,113.00 886,898.00 Amount Uncompleted 1,220,000.00 100,000.00 Total Uncompleted 19,456,256.001 1 792,956.001 1,039,116.00 1, being duly sworn, do here for Federal, State, County, ( estimated completion dates Subscribed and sworn to this 5th day of May, 2011 Notary Public J My commission expires: � declare this affidavit is a true and correct statement elating to ALL uncompleted contracts of the undersigned r a 'A=y�kwork, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL t Name Jay Landgraf Assistant Secretary Oltl(cer or Direct Title Signed (Notary Seat) C mpany RW Dunternan Company dress 600 S. Lombard Road �lAi SEAL c�mzalez Addison, IL 60101 o t r� ry P�?,. liC. SiOte of Illinois \�Iy CrInif,i5sior, Expires 9-30-2017 Protect 512/2014 Page 10 of 12 BG 57 (Rev. 08/17/10 Part III, Work Subcontracted to Others For each contract described in Pan 1, list all the work you have subcontracted to others. 1 '1401 1406 1407 1 1408 1408 Subcontractor I Type of Work Sewer Asphalt Sewer Sewer Non Spi Waste Subcontract Price 13,786.00 3,626,983.00 924,226.00 84,990.00 60,612.00 Amount Uncompleted 13,786.00 3,626,983.00 924,226.00 84,990.01) 60,612.00 Subcontractor Type of Work PVT Marking PVT Marking PVT Marking PVT Marking Sewer clean Subcontract Price 65,547.00 123,858.00 10,119.00 13,185.00 20,690.00 Amount Uncompleted 66,547.00 123,868.001 10,119.00 13,iBS.00 20,690.00 Subcontractor I Type of Work Traffic Control Traffic Control Traffic Control Traffic Contra] Subcontract Price 195,050.00 470,627.00 21,600.00 69,928.00 Amount Uncompleted 195,050.00 470,627.00 21,600.00 69,928.00 Subcontractor Type of Work Electrical Wit Concrete Concrete Concrete Subcontract Price 12,629.00 1,227,021.00 716,966.00 726,344.01), Amount Uncompleted 12,629.00 1,227,021.00 716,966.00 726,344.001 Subcontractor Type of Work Landscape Landscape Landscape Landscape Subcontract Price 3,937.00 369,272,001 232,777.00 85,620.001 Amount Uncompleted 3,937.001 359,272.001 232,777.00 86,620.001 Subcontractor I I I Type of Work Grinding Tree Rem] Tree Renal Tree Reml Subcontract Price 462t847.00 141,700.00 14,000.00 4,320.00 Amount Uncompleted 462,847.00 141,700.00 14,000.00 4,320.00 Subcontractor Type of Work Sawcutting Fence Area Rpl Crk Fence Subcontract Price 33,659.00 54,760.00 73,467.00 61,824.00 Amount Uncompleted 33,659.00 54,760.00 73,467.00 61,824.00 Total Uncompleted 787,456.001 6,004,221.001 1,993,055.001 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigne r F.� State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated comple data. Subscribed an sworn I before me thl �h �d M a No "o -- i.e. G.m.a. My cmp7is iu.1ph... 9130/2017 (Wery Sao) Type or Print Name Jay Landgraf Assistant Secretary 0' 1 r a rector Title Signed OFFICIAL SEAL Adore Jose Gonzalez Notary Public, State of Illinois My Commission Expires 9-30-2017 R.W. Dunternan Company 600 S. Lombard Road Addison, IL 60101 Printed 5/212014 Page 11 of 12 BC 57 (Rev. 08117/10 R.W. DUNTEMAN COMPANY 0371 2004 CHEVROLET TAHOE 1GNEK13244RI12034 2004 0372 2004 LINCOLN NAVIGATOR SLMFU28RX4LJ06630 2004 0376 2007 FORD EXPLORER XLT 1FMVF73807UA34541 2007 0378 2008 HUMMER H2 5GRGN2388BH103160 2008 0379 2008 FORD EXPLORER XLT IFMEU7384SUA43289 2008 0380 2010 MERCEDES ML350 43GBBGB3AA534657 2010 0381 2011 LINCOLN NAVIGATOR 5LMJ]23518E)02 2011 0382 2010 RANGE ROVER SALSF2D41AA249301 2010 0383 2011 JEEP PATRIOT lJ4NF4GB5BDI72355 2011 0384 2012 JEEP PATRIOT ICNJPBB4CD664227 2012 0385 2012 JEEP PATRIOT lC4JRBBlCD624764 2012 0386 2012 CADILLAC ESCALADE IGYS4AEFXCR201785 2012 0387 2013 FORD EXPLORER LTD lFM5K8F820DGA92149 2013 0601 TRIMBLE ACCLIGRADE (D6) 4636KO2443 2006 0602 PROFILEGRAPH 1100 <<SHOP & UTILITY TRUCKS>> 1121 FORD F-700 SERVICE TRUCK F70AVFC9668 1980 1133 1994 FORD F350 SUPER 1FDLF47M4REA00165 1994 1134 2006 FORD F550 1FDUF47M4REA00185 2006 1135 2004 FORD F450 SERVICE TK IFDXF46F71EA46019 2001 1136 2006 FORD F550 SERVICE TK IFDAF56P76EC68281 2006 1200 <<< GREASE TRUCKS>>> 1208 FORD F-700 LUBE TRUCK HlHVA23445 1987 1209 FORD F600 VAN TRUCK 1FDNN6DH4EVA00749 1400 <<<WELDERS GROUP>>> 1402 MILLER ELECTRIC WELDER J177818 1960 1411 MILLER WELDER 72614042 1972 1416 LEGEND AEAD-20OLE WELDER JJ396184 198B 1417 MILLER MATIC S -32S SNJ488588 1989 1418 LEGEND AEAD-20OLE WELDER JK645407 1989 1419 LEGEND AEAD-20OLE WELDER JK645415 1989 1420 MILLER BIG 50D WELDER 254744 1993 1421 MILLER ARC WELDER LC190489 1500 << OTHER SHOP EQUIPMENT>> 1518 4 TON CRANE NONE 1519 20 TON FLOOR JACK NONE 1973 1522 SIOUX PRESSURE WASHER 049216 1992 1523 SULLAIR 10 HP AIR COMP E92003055 1992 2100 < < < OFFICE TRAILERS > > > 2116 ACTON OFFICE TRAILER 16-15050 1987 2117 TESTING TRAILER INC EQ. 22400 or #26-18792 1991 2118 SCALE TRAILER 2119 TOWNMASTER TRAILER 4KNUT1627SL164771 2005 2120 2000 TOWNMASTER TRAILER 4XNUT1624YL162366 2000 2200 < < < COMPRESSOR GROUP > > > 2212 ACR -100 AIR COMPRESSOR 7444167 1988 2218 ATLAS COPCO XAS5500 (3181 212202 1993 2219 ATLAS COPCO XAS96COMP 450OA06163HOO2902 2004 2221 ATLAS COPCO XAS96COMP 450OA06163HOO7110 2004 2222 ATLAS COPCO XAS96COMP 45DOA06163HOO7112 2004 2223 ATLAS COPCO XAS96COMP 450OA06163HOO7716 2004 2224 ATLAS COPCO XAS96 COMP 4500AO617IH613383 2001 2225 INGERSOLL-RAND 185 COMP 4FVCARAAXIU320128 2004 2226 ATLAS COPCO XAS97 COMP 4500AI0124HO10263 2004 2227 ATLAS COPCO XAS96 COMP SN.6072 2004 2300 << <PLATE TAMPERS> > > 2301 WACKER VPA 1350 2302 MIKASA MVC -62 2303 WACKER VP VPG165A 2304 MIKASA MVC -77 K112884 2305 WACKER VP VPG165A 755301425 2400 <<< WATER PUMP >>> 2416 12" CRISAFULLI WATER PUMP 10625 1989 2500 <<PULL TYPE COMPACTORS, R 2600 <<<GENERATORS>>> 2612 50 KW CAT GENERATOR 1983 2700 < < <STORAGE TRAILERS> > > 2704 FRUEHAUF TRAILER 48578 1967 2705 FRUEHAUF SEMI -TRAILER VAN 31909 1967 2706 HIGHWAY SEMI -TRAILER VAN 157811 1968 2707 BARTLETT TANDEM AXLE VAN FF61-5064 1961 2708 LUBE TRAILER GINDY 46729 1978 2709 LUBE TRAILER 509-00406 1978 2800 <<<MISC AUX EQUIPMENT>>> 2808 TREE BURNER NONE 1971 2813 BRODERSON DROPHAMMER 10825 1988 3100 <<PICKUPS & LIGHT TRUCKS> 3104 1995 FORD F250 IFTHF25Y4SLB41800 1995 3111 1999 INTERNATIONAL 4700 1HTSCAAMXXH642358 1999 3113 2001 FORD F250 IFTNF201_11EC09665 2001 3114 2001 FORD F250 1FTNF201-31EC09666 2001 3115 2001 F250 1FTNF20L51EC09667 2001 3116 2001 F250 IFTNF20L7IEO09668 2001 3117 2001 FORD F250 IFTNF20L91EC09669 2001 3118 2002 FORD F150 3FTRF172X2MA14636 2002 3120 2003 F-150 EXT CAB 2FTRXlSW03CA63047 2003 3121 2004 F-250 EXT CAB 1FFNX2lL74EB37905 2004 3123 2004 FORD F-150 EXT CAB 2FTRX18W24CA34764 2004 3124 2004 FORD F-150 CREW CAB lFrFW14504KC86788 2004 3125 2005 FORD F-150 EXT CAB 1FFRX12W35FAS1333 2005 3126 2005 F- 150 EXT CAB IFTRX12W35FA81333 2005 3128 1998 FORD F-350 DUMP 1FDKF37673KA33994 1988 3129 2006 FORD F-250 IFTNF20536ED45529 2006 3130 2006 FORD F-150 1FTVF14506NA67631 2006 3131 2006 FORD F-150 EXT CAB IFFPX14V46FB48387 2006 3132 2007 FORD F-150 EXT CAB 1FTPW14V47FAB8292 2007 3133 2001 DODGE RAM 1500 QD 3B7HF13ZSlMI1042 2001 3135 1996 F350 BUS IFDLE4FITHB34043 1996 3136 2010 FORD F150 E)(T CAB 1FFFWlEVXAFA26817 2010 3137 2010 FORD F-150 EXT CAB IF-rEXlCWOAFA36566 2010 3138 FORD F-150 EXT CAB 1FFEXICW2AFB14457 2010 3139 2010 FORD F-150 EXT CAB 1FFEXICWSAFA81187 2010 3140 2003 FL -70 ASPHALT SERVIC IFVABTAK23HL66228 2003 3141 2003 FL -70 ASPHALT SERVIC 1FVABTAK23HL66231 2003 3142 FORD F-150 EXT CAB IFTEXICW4AFA94597 2010 3143 FORD F450 DUMP 3FELF47F6VMA00514 1997 3144 FORD TRANSIT VAN NMOLS7AN3AT008830 2010 3145 FORD TRANSIT VAN NMOL7AN2AT016434 2010 3146 2000 FORD E450 BUS IFDXE45F4YHB44888 2000 3147 FORD F-150 EXT CAB 2010 1FTEXlCW7AFD23547 2010 3148 2001 F-150 FORD PICKUP 2FFPF17LOlCA54749 2001 3149 2001 F-150 FORD PICKUP 2FFPF17LOlCA54752 2001 3150 2001 F-150 FORD PICKUP 2FTPF17L61CA54755 2001 3151 2011 F-150 FORD PICKUP IFFFXIEF5BFAI8129 2011 3152 2005 F-150 FORD PICKUP 1FFRF12WOSKC00496 2005 3153 2012 GMC PICKUP IGCEK19BX7El33999 2012 3181 F-700 GREASE SERVICE TRK F70BVDC6647 1979 3186 F-600 ASPHALT SERVICE TRK 1FDNF6DH3KVA39258 1989 3196 1992 FORD F250 1FFHF25YSNLA05387 1992 3197 1992 FORD F250 2FTHF25HONCA53504 1992 3200 <<<4&6 WHEELER DUMPS >>> 3219 F450 DUMP TRUCK IFDXF46P94EC79400 2004 3220 F450 DUMP TRUCK IFDXF46PX4EC79812 2004 3221 LN8000 STAKE TRUCK 1FDXR82ElRVA12021 1994 3222 LN8000 STAKE TRUCK IFDXR82E2RVA12349 1994 3300 < < < SEMI TRACTORS > > > 3365 2003 STERLING LT9500 2FZJAZA823AK57215 2003 3367 2003 STERLING LT9500 2FZJAZA663AK57217 2003 3369 2003 STERLING LT9500 2FZ)AZA8X3AKS7219 2003 3370 2003 STERLING LT9500 2FZIAZA863AK57220 2003 3371 2003 STERLING LT9500 2FZJAZA883AKS7221 2003 3373 2003 STERLING LT9500 2FZJAZA813AKS7223 2003 3375 2003 STERLING LT9500 2FZ3AZA853AK57225 2003 3377 2004 STERLING LT9513 2FZ)AZCG85AN69918 2004 3378 2004 STERLING LT9513 2FZJAZCG65AN69920 2004 3379 2001 STERLING LT9513 2FZJAZCGX5AN69919 2004 3380 2004 STERLING LT9513 2FZIAZCG85AN69921 2004 3381 2004 STERLING LT9513 2FZIAZCGX5AN69922 2004 3382 2007 MACK CV713 lM2AGllC77MO60175 2007 3383 2007 MACK CV713 IM2AGlIC97MO60176 2007 3384 2007 MACK CV713 IM2AG11007MO60177 2007 3385 2007 MACK CV713 IM2AGlIC27MO60178 2007 3386 2007 MACK CV713 lM2AGllC97MO60127 2007 3387 20 10 PETERBILT TRACTOR 1XPSD09X3AD795227 2010 3388 2010 PETERBILT TRACTOR IXPSD09XSAD795228 2010 3389 2010 PETERBILT TRACTOR 1XPSD09XIAD795226 2010 3400 < < <TRAILERS,LOWBOYS & DUM 3401 HILBILT 1/4 FRAME lH9A3E3A381015040 2008 3402 HILBILT 1/4 FRAME lH9A3E3AS81015041 2008 3403 HILBILT 1/4 FRAME lH9A3E3A781015042 2008 3404 HILBILT 1/4 FRAME IH9A3E3A981015043 2008 3406 HILBILT 1/4 FRAME lH9A3E3C592015036 2009 3407 HILBILT 1/4 FRAME lH9A3E3C792015037 2009 3408 2013 TRAIL KING LOWBOY 1TK]0513XDMI09437 2013 3415 TALBERT TRAILER 4057 1972 3468 FRUEHAUF FLATBED TRAILER 948717 3469 FRUEHAUF FLATBED TRAILER CC8675 3471 1996 TRAIL KING LOWBOY ITK]04739TMO24265 1996 3472 2001 TRAIL KING LOWBOY ITK)047391BO67626 2001 3477 02 HILBILT 1/4 FRAME lH9A3E3A52101SQ63 2002 3485 04 HILBILT 1/4 FRAME IH9A3E3A841015043 2004 3486 04 HILBITL 1/4 FRAME lH9A3E3A541015044 2004 3487 04 HILBILT 1/4 FRAME IH9A3E3A341015048 2004 3488 04 HILBILT 1/4 FRAME lH9A3E3A541015050 2004 3489 04 HILBILT 1/4 FRAME IH9A3E3A541015051 2004 3490 06 DOOLITTLE TRAILER IDGRSlSZ86MO68759 2006 3492 06 HILBILT 1/4 FRAME IH9A3E3A361015116 2006 3493 06 HILBUILT 1/4 FRAME IH9A3E3AS61015117 2006 3494 06 HILBILT 1/4 FRAME lH9A3E3A761015118 2006 3495 06 HILBILT 1/4 FRAME lH9A3E3A861015119 2006 3496 08 HILBILT 1/4 FRAME lH93E3A581015038 2008 3497 HILBILT 08 1/4 FRAME lH9A3E3Al81015O36 2008 3498 HILBILT 1/4 FRAME lH9A3E3A38101S037 2008 3499 HILBILT 1/4 FRAME IH9A3E3A761015039 2008 3500 <<WATER, PRIME, SWEEPERS> 3504 BETTER BUILT 2100 GAL, 306030 1985 3505 BET -TER BUILT 2300 GAL 705042 1987 3507 1998 INTERNATIONAL 4700 1HTSCAAP8XH642384 1999 3508 97 PETERBILT 378 IXPFDU8XOVN436895 1997 3509 S4990 ETNYRE CENT.DISTRIB 2FZAASD369AAD6360 2009 3510 07 STERLING SAND SPRDR 2FZAC8CS17AY35091 2007 3511 2006 -MT -350 SWEEPER IFVAO(B596HW51287 2010 3600 <ASPHALT/CONCRETE TRUCKS> 3605 2006 FRTL CONCRETE SERVIC 1FVACWDC76HW15470 2006 4100 <<<TRACK DOZERS>>> 4126 CAT D8N DOZER 9TCO2193 1988 4127 CAT D8N DOZER 9TCO2210 1988 4128 CAT D8N DOZER 9TCO2294 19B8 4129 CAT D8N DOZER 9TCO2351 1988 4131 KOMATSU D39EX-21 1127 2004 4132 KOMATSU D39EX-21 1027 2001 4133 CAT D6N LGPARO ALY02377 2005 4134 KOMATSU D39PX-22 DOZER 3577 2011 4199R RENTED DOZER 4200 <<<TRACK LOADERS>>> 4201 ALLIS-CHALMERS HD -5G HDSG-20498 1953 4202 ALLIS-CHALMERS HDS HD5622944 1954 4223 CAT 973 LOADER 86GO3036 1996 4224 CAT 973 LOADER 86GO3102 1996 4226 CAT 963B 9BLO1581 1997 4227 CAT 963B 9BLI845 1997 4229 KOMATSU D21S-6 LOADER 60317 1991 4500 <<RUBBER TIRED LOADERS>> 4528 CAT 980C END -LOADER 063XO9775 1991 4529 CAT 980C END -LOADER 063XO9594 1991 4530 CAT 446B COMBINATION 05BL00786 1995 4531 KAWASAKI 60Z IV -2 60CI-0641 1999 4532 KAWASKI 60Z IV -2 60CI-0642 1999 4533 KAWASAKI 95Z IV -2 97C35850 2000 4534 KAWASKI 95Z-2 97C36056 2002 4535 KAWASKI 95Z IV -2 97C36059 2002 4537 NEW HOLLAND LS190 LMV014585 2005 4538 NEW HOLLAND LS180 N5M422505 2006 4539 NEW HOLLAND LS180 NM422507 2006 4540 NEW HOLLAND LS180 N6M443951 2006 4541 NEW HOLLAND LS180 N6M443997 2006 4542 KOMATSU WA500-6 LOADER A93020 2011 4543 JOHN DEERE 326D IT0326DBAA0187073 2010 4544 KOMATSU WA320-6 LOADER A5139 2012 4545 JOHN DEERE 326D lt0326dfacg226290 2012 4546 S750 BOBCAT SKID -STEER A3P213705 2012 4700 <<SELF-PROPELL COMPACTOR> 4707 CAT 825 COMPACTOR 43N910 1974 5200 < < <MOTOR SCAPERS>> > 5216 TEREX TS -14 SCRAPER 72998 1986 5223 TEREX TS -14 SCRAPER HS21229 1989 5225 TEREX TS -14 SCRAPER 59852 5226 TEREX TS -14 SCRAPER 59853 5227 TEREX TS -14B SCRAPPER 17UOTS65879 UNITE #73 6100 <<<BACKHOES, GRADALLS>>> 6116 KOMATSU BACKHOE A71319 1993 6123 KOMATSU BACKHOE A83235 1999 6124 KOMATSU BACKHOE A84233 2000 6125 GRADALL XL4100 0413529 2001 6126 GRADALL XL4100 0419553 2003 6127 2006 DEERE 22SC-RTS 500698 2006 6128 GRADALL XL4100 4100000157 2007 6129 GRADALL XL4100 IV 4100000495 2012 6130 KOMATSU EXCAVATOR 30288 2011 6500 <<<GRADERS>>> 6519 DEERE 770C GRADER DW770CX563751 1997 6520 DEERE 770C GRADER DW7700<563867 1997 6521 DEERE 770C GRADER DW770CX576646 2000 7100 < < < ASPHALT PLANTS > > > 7102 HETHERINGTON & BERNER ASP 1770-11240 7104 ASTEC DOUBLE BARREL 980220-2201 1999 7200 <<<ASPHALT PAVING EQUIP>> 7220 BLAW-KNOX PF3200 320028-31 2000 7222 MIDLAND ROAD WIDENER SPIO 1014 2003 7225 VOGELE 5203-2 PAVER 07750029 2008 7226 ROADTEC 2500C BUGGY 664 2003 7227 VOGELE 5100-2 PAVER 13620010 2008 7228 WIRTGEN 2100 PLANER 9210323 2009 7229 VOGELE 5203-2 PAVER 7750052 2010 7300 <<ROLLERS &COMPACTORS>> 7325 DRESSER 712 TANDEM ROLLER 62118 1990 7326 DRESSER 712 TANDEM ROLLER 62312 1990 7327 DYNA PAC CC42 ROLLER 1291 7328 INGERSOLL RAND DASO 5177S 7329 DYNAPAC CC421 580-10600 1995 7330 DYNAPAC CC 421 ROLLER 580-10616 1995 7331 INGERSOLL RAND DD90HF 160961 1999 7332 INGERSOLL RAND PT125R 168515 2001 7333 INGERSOLL RAND DD90HF 172987 2003 7334 INGERSOLL RAND DD90HF 173070 2003 7335 CAT CS551 VIB ROLLER 6ZD00141 7336 WACKER RD11A 5655630 2006 7337 2003 VIBROMAX 1105D 82" 8309708 2003 7338 HAMM 78" VIB ROLLER H1630263 2007 7339 INGRAM AS315 ROLLER 6980041 7340 INGRAM AE315 ROLLER 06970033 7341 SAKAI R2H-2 3WHL ROLLER IR5-60113 2009 7342 SAKAI R2H-2 3WHL ROLLER IRS -60115 2010 7343 CAT CB54 67"VIB CATOCB54L]LM00209 2010 7344 CAT C854 67"VIB CATOCB54VJLM00210 2010 7345 CAT CB54XW 79"VIB CATOCB54AJUM00211 2010 7346 CAT C624 47"VIB CATOCB24T24000785 2010 7399R RENTED ROLLER 7400 <<MISC ASPH PLANT EQUIP>> 7405 WINSLOW PORTABLE TRUCK SC NONE 7407 WINSLOW CS PORTABLE TRUCK NONE 7408 VIKING MTL Q-34 3 IN ASPH NONE 7409 MODEL SM153 INFRN-O-THERM NONE 7410 MODEL SM15S INFRN-O-THERM NONE 7411 STORAGE TANK NONE 7414 MODEL DT30S INFRN-O-THERM 649-74 7415 MODEL BT30S INFRN-O-THERM 650-74 7417 1000 GAL. PORTABLE TANK W 6-15669 7418 1000 GAL PORTABLE TANK WA 2-60343 7421 STANDARD HAVEN 20OTN SILO 13248 7424 HOT OIL TANK 3086 7426 HOT OIL HEATER 3207 7427 H & B COLD FEED BIN NONE 7429 AZTEC RECYCLE UNIT 81-023 7431 UNIVERSAL RECYCLE PLANT 537X204 1987 7432 LIQUID TANK NONE 1991 7435 HEATEC HOT OIL HEATER H01-131 2001 7436 200 TON SILO STORAGE SYS 7437 RECYCLE SYSTEM (BIN) 2008 7438 ROTARY TANK MIXERS 2008 7800 <<<MATERIAL HANDLERS>>> 7804 ATLAS RADIAL STACKER CONV UNKNOWN 1986 7805 PIONEER CONVEYOR 7806 KFICONVEYOR 7807 K F I CONVEYOR 8200 < < < < < CONCRETE PAVING EQU 8209 REX TOWN & COUNTRY PAVER TCM 267 8210 REXCON CURE TINE TCS 102 8211 REXCON FINISHER R12062937 2012 8308 REXCON 8XI2 DUAL 1/4 FORM 8400 < <<MISC CRUSHING EQUIP>>> 8600 <<<CRUSHING EQUIPMENT>>> 8601 PIONEER CRUSHER 2854 1984 8602 SIMPLICITY ROLL CRUSHER 8602 1984 8799R RENTED WHEEL SAW 8900 < < <QUARRY EQUIPMENT> > > 8916 BUTLER IMPACTOR 8923 600 KW CAT GEN SET 8924 140 KW CAT GEN SET 8935 PRODUCER 100'CONVEYOR 8936 SHOP MADE 90' CONVEYOR 1990 8937 PEP DUO VIB SCREENER, 0 Z MR w 9 9 0 00 E m �4 10 s S E S 0 00 E m �4 10 0 S' EP 3' F u 0 ;4 LD E 5 E 0 0 0 M, L) u ;4 E 5 E 0 0 0 M, L) u M, L) u 14. Bank reference: JPMorgan Chase Bank 15. Will you, upon request, fill out a detailed financial statement and furnis er information that may be required by the Village of Oak Brook: a-15 h= 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Bidder's Qualifications. DATED at Illinois this 5th day of May 12014. By: President lernan III Roland 7 BM77111WWWPITitle STATE OF ILLINOIS )SS. COUNTY OF DuPage Roland W Dunternan III being duly sworn deposes and says that he is the President Of R.W. Dunternan Company and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this 2014. Page 31 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: City of Wheaton Address: 303 Wesiry Street, Wheaton, IL 60187 Phone #: 630-260-2000 Contact: Mark Wedow 2. Company Name: Address: Village of Addison 1 Friendship Plaza, Addison, IL 60101 Phone #: 630-543-4100 Contact: Rudy Espedido 3. Company Name: Address: City of Wood Dale 404 N. Wood Dale Road, Wood Date, IL 60191 Phone #: 630-350-3530 Contact: John Kramer 4. Company Name: Address: Village of Glen Ellyn 30 S. Lambert Road, Glen Ellyn, IL 60137 Phone #: 630-878-7635 Contact: Dave Bugaj 5. Company Name: Address: Village of Itasca 411 N. Prospect Avenue, Itasca, IL 60143 Phone #: 630-773-1870 Contact: Mark Dachsteiner Page 1 Section H Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: "2014 Street Improvement 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, (13) 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) x Corporation Partnership Individual Firm Name: R.W. Dunteman Company Address: 600 S. Lombard Road Clt� Sig Name Printed: Roland W Dunteman III Page 1 Section I Contract (To Be Signed andSubmitted as a part of Bid Package) 2014 Street Improvement Project THIS AGREEMENT, made and concluded this; It day of',,� 2014, between the Village of Oak Brook, a municipal corporation, a its President and Board of Trustees, known as VILLAGE and "Q"� his executors, administrators, successors or assigns, known as 7ONTRACT -OR-. — 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their own proper cost and expense, to do all work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this Contract. 3. And it is also understood and agreed that the eatire Bid Package hereto attached, approved by the VILLAGE this I I 0�-day of �wAD� , 2014, are all essential -t-'7- documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. - "7771 Village Clerk ATTEST 0 OAKBROOK Gopal G. Lalmalani Village President R. K.-Dunteman COMDanY eu Naa Contractor Roland W. Dunteman, III President William R. Rohder Assistant Secretary Page 1 Partners doing Business under the firm name of (If a Co -Partnership) Party of the Second Part (If an Individual) Party of the Second Part Page 2 Section J Contract Bond 2014 Street Improvement Project Bond# 929593415 Subject to Adjustment Based on Final Contract Price We, R.W. Dunteman Company, 600 S. Lombard Rd., Addison, IL 60101 as PRINCIPAL, and Continental Casualty Company, 333 S. Wabash Ave., Chicago, IL 60604 , as SURETY, are held and firmly bound �� Po tA,edMlIaae of A Bro? �hereafter referred to as "VILLAGE") in the penal sum of lw'OnLySeven ousan Ue Dollars ($ 827,338.68 T4"&ed -Ihi�� 6Rnon lawful money of the United States, =11'and truly to be paid unto said VILLAGE, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, including, but not limited to the term requiring the paVmen at the prevailing rate of hourl wages, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machine furnished to such Principal for the purpose of per -forming 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. Paae 7 NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and 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 20th day of May 2014. INVINIffival RAV. Dunteman Comparry (Corn B By: (Sig natureT-- Roland W. Dunteman, 111, President (Title) (Company Name) (Signature), (Title) (If PRINCIPAL is a joint venture of two or more contractors, the comp authorized signatures of each contractor must be affixed.) SURETY ,Continental Casualty Company By: (Name of Surety) (Signature ofAt—torhey in Fact) Kimberly R. Holmes Page 8 names and State of Illinois County of Cook 1, Ann Marie Waters _, a Notary Public in and for said county, do hereby certify that Roland W. Dunternan, III 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 2otb _ day of May 2014. My commission expires: 07/0512017 Page 9 OFF� �IL L ANN A �Z M 'WAk F yp Lj NOTARYPIUJMEBUII� STATEETOFII�ILINOIS S1 M MYL C01,4M SSI y COMMISSION EXPIRES:07105/17 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Karen A Ry�an, William Cahill, Esther C Jimenez, lUmberly Sawicki, William P Weible,.Deborah A Campbell, Leigh Ann Francis, Kimberly R Holmes, Melissa Newman, Mary Anne Sylos, Ann Marie Waters, Individually of Lisle, IL, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of sirmlar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 22nd day of April, 2014. GAS ANY 0A 'ORPORAre 6� 4rb A JULY 1, SEAL 190 1897 HARTi Continental Casualty Company National Fire Insurance Company of Hartford American Casualt C. n g, Pennsylvania . 4D J&kPen, s ent ... circuit �'U`ua"W`Tif(re President 4Pau. B ruflat State of South Dakota, County of Minnehaha, ss: On this 22nd day of April, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. 1J. MOHR AOALSOUTH DAKOTA NOTARYPUBLIC 6 L 10TW - (M —OWN Notary—Pubbi, My Commission Expires June 23, 2015 J.. Mo CERTIFICATE I, D. Butt, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 20th day of May — 2014 to A SEAL JULY 31, 190Z 1897 HARI Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bull ssisfFam S'NeMMy OP01100104 RWDUN-1 OP ID: KC A CERTIFICATE OF LIABILITY INSURANCE DATE IMMIDDNYYY) 05/1 1 4 05'1 "' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE H 05/19/14 T IS C TFC T H ER A E E A A A ATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY T OLDER. THIS CERT'F CAT Do S NOT AFFIRMATIVELY IS 'SSU D S M TT' UT HE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSLI HE POLICIES FEJ I B L C I P E P OW TH S ERTIFICATE OF NSU _AN ER( A B y T REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. AUTHORIZED RE RESENTAT VE OR PRODUCER , AND THE : HORIZED IMPORTANT: If tl�ie certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to I MPORTANT If t a c'rt'fi'at' h older is an I WAIVED sub act to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the 'JE I certificate holder in lieu of such enclorsement(s). PRODUCER Phone: 630-245-4600 Weible & Cahill CONTACT NAME: 2300 Cabot Drive, Suite 100 Fax: 630-245-4601 PHONE JAIC, No, E.1): FAX Lisle, IL 60532 E-MAIL INC, No): William P. Welble ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # $ INSURER A XL Insurance America, Inc. 24554 INSURED R.W. Dunteman Company 600 S Lombard Rd INSURERS: Commerce & Industry Ins Cc "'U Addison, IL 60101-4206 INSURER C : Gromwi - ch insurance Company 22322 INSURER D: INSURER E: COVERAGES dER F : - I [____T�.H I SS �l CERTIFICATE NUMBER: REVISION NUMBER: '�SUT02 CER�ITIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH PPqPPrT T1 1A.InIJ 11— nv.�T -LK I AIN, I Elt INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TW iii, R I N I SUBJECT TO Al_� JEERM F S T� T EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDLSUBR Y NUMBER (MMIL[ITEFF PM'L'1CY FXP - GENERAL LIABILITY Wl M "YYY'l � LIMITS EACH OCCURRENCE $ 1,()00,00 A X COMMERCIAL GENERAL LIABILITY I X !CGS740003603 03/31/14 03131/15 DAMAGE TO RENTED 000 PREMISES (Ea occurrence) $ 300,000 CILAIM"ADE X OCCUR X XCU Included MED EXP (Any one person) $ 10,000 So & V I JU 000000 X RR Excl. Deleted PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY X PRO- PRODUCTS - COMPIOP AGG $ 2,000,000 LOC $ $ AUTOMOBILE LIABILITY A X _________G0MBlNED SINGLE �LIMIT fEa accident) _ "n'" $ 1,000,000 ANY AUTO !ICAH740003703 03/31114 03131115 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTO$ BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) B EXCESS LIAB CLAIMS -MADE BE044158454 03/31114 03/31115 EACH OCCURRENCE $ 25,000,0001 DED X RETENTION$ 10,000 AGGREGATE $ 2 5,000,000 5 000,000 AND EMPLOYERS'LIABILITY C YIN x WC STATU OTH- TORY LIMIT FIR ANY PROPRIETORIPARTNERIEXECUTIVE OFFiCEfUMEMBER EXCLUDED? IN] CWG740003503 03131114 03/31/15 NIA EI EACH ACCIDENT $ 1"'0"00' (Mandatory in NHB If a., describe under E.L. DISEASE -EA EMPLOYEE $ '1:0'00000:'.0'0' DESCRIPTION OF OPERATIONS bal. 7 LIL DISEASE POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Almon ACORD 101. Additional Remarks Schedule, If mom space is required) ke: RVID Job #1413, Village Of )ak Brook, Oak Brook, 2014 Street ImprOVernent Project, DuPage County, IL Wditional Insured on General 1. Liability: Village of Oak Brook; Christopher Burke Engineering, Ltd. OAKBR-4 Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60521 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE A- 91988-2010ACORD CORPORATION. Ilifightspeseved. JCORD 26 (2010/05) The ACORD name and logo are registered marks of ACORD