Loading...
R-1291 - 08/27/2013 - PEDESTRIAN ACCESS - Resolutions RESOLUTION 2013-PED-ACCESS-CNSTRCT-R-1291 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONSTRUCTION CONTRACT WITH KOVILIC CONSTRUCTION FOR PROJECT E OF THE PEDESTRIAN ACCESS PROJECT WHEREAS, the Village desires to improve pedestrian and bicycle access to the Oakbrook Center and the hotels, offices, businesses, universities, and residential developments located adjacent to or near the Oakbrook Center (collectively, "Oakbrook Center Area Businesses") through implementation of 10 related infrastructure projects collectively known as the Pedestrian Access Project (collectively, "Project"); and WHEREAS, as part of the Project, the Village solicited bids to construct a crosswalk to traverse 16th Street in the vicinity of the main entrance to the Oak Brook Club ("Project B"); and WHEREAS, the Village also solicited bids for improvements to be made to the sidewalks, pedestrian crossings, and lighting in the vicinity of Spring Road and Commerce Drive ("Project E"); and WHEREAS, the Village received 3 bids for construction services for Project B and Project E; and WHEREAS, the bids to provide construction services for Project B were significantly higher than the estimates provided by the Village's engineering consultant; and WHEREAS, the Village staff has recommended that the Board of Trustees reject all three bids to provide construction services for Project B and re-solicit for bids for Project B at a later time; and WHEREAS, Kovilic Construction was the lowest responsive and responsible bidder to provide construction services for Project E in an amount not to exceed $266,075; and WHEREAS, the President and Board of Trustees have determined that it is in the best interests of the Village to award a construction contract to Kovilic Construction for Project E in substantially the form attached hereto as Exhibit A; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Resection of Bids. The bids received by the Village for construction services for Project B are hereby rejected. Section 3: Approval of Purchase. The purchase of construction services from Kovilic Construction to complete the Work in a total amount not to exceed $266,075 shall be, and is hereby, approved. Section 4: Approval of the Contract. The President and Board of Trustees hereby approve the Construction Contract by and between the Village and Kovilic Construction in substantially the form attached hereto as Exhibit A and in a final form acceptable to the Village Manager and the Village Attorney. Section 5: Authorization and Execution of the Contract. The Village President and Village Clerk shall be, and hereby are, authorized to execute the final Construction Contract on behalf of the Resolution 2013-PED-ACCESS-CNSTRCT-R-1291 Award of Contract to Kovilic Construction Page 2 of 3 Village after review and approval of the final form of the Contract by the Village Manager and the Village Attorney. Section 6: Effective Date. This Resolution shall be in full force and effect upon passage and approval in the manner provided by law. APPROVED THIS 27th day of August, 2013 Gopal G. Lalmalani Village President PASSED THIS 27th day of August, 2013 Ayes: Trustees Adler, Baar, Manzo, Moy, Wolin, Yusuf Nays: None Absent: None ATTEST: t ` Charlotte K. Pruss Village Clerk CIO ��UN EXHIBIT A CONSTRUCTION CONTRACT #25573657 vl Project Manual for: Village of Oak Brook Pedestrian Circulation Improvements Oak Brook, Illinois Issued For Bidding July 24, 2013 Prepared for: OF 0 A k 221 W.Jefferson Avenue vPG� 49 9Q Naperville,Illinois 60540 -Z' p 630.961.1787 8 � hitchtockdesigngroup.com G o ,c 1 ti V CF cam- � Village of Oak Brook 1200 Oak Brook Road Oak Brook,Illinois 60523 In association with: Engineering Resource Associates, Inc. 3S 701 West Avenue,Suite 150 Warrenville,Illinois 60555 Project:03-0745-013-01-06 Planning landwpeArchlceme klProjemvoos 10745-villageof0ak Brook\013-Pedestrian Drulatan RnalftignTSWificalionl,Pmdads1080001 ProjeaManual Coventim NOTICE TO BIDDERS Posted on the Village website on July 24, 2013: The Village of Oak Brook will receive bids for: Pedestrian Circulation Improvements Sealed bids will be received by Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 10:00 A.M., Wednesday, August 14, 2013, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. A complete bid package, of which this notice is a part, is available after 8 am on July 24, 2013 from Accurate Repro, Inc., 2368 Corporate Lane, Naperville, IL 60563, 630-428- 4433, www.accuraterepro.com. A non-refundable fee equal to Accurate Repro, Inc.'s charge for printing the documents will be charged for each requested bid package. No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. Charlotte K. Pruss Village Clerk Pedestrian Circulation Improvements NOTICE TO BIDDERS G. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. H. The contractor further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. I. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. J. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. K. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. L. The contractor further agrees that the Owner's 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 unit price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. M. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. N. The contractor further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the Village, in the penal amount of 100% of the Contract amount, guaranteeing the faithful performance of Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 2 BIDDING REQUIREMENTS INSTRUCTIONS TO BIDDERS 1. RECEIPT OF BID: Wednesday, August 14, 2013, 10:00 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date 3. PROJECT DESCRIPTION: Pedestrian Circulation Improvements 4. PREPARATION AND SUBMISSION OF BID: A. The bid must be delivered to the office of Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Wednesday, August 14, 2013, at 10:00 A.M., prevailing time, at which time it will be publicly opened and read in the S. E. Dean Board Room of the Village Hall. Bids received after this time will not be considered and will be returned unopened. B. The bid shall be submitted on the exact form furnished. All blank spaces for bid price and unit costs must be filled in--in ink--in both words and figures (as stipulated). In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. C. A complete bid package must be submitted, including the following items: 1. Bid Form 2. Schedule of Unit Prices 3. Statement of Qualifications 4. References 5. Bid Certification 6. Bid Security D. The Contract and Contract Bond (Performance and Payment) are provided as information, and will be completed only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. E. Separate sheets may be attached to the bid for the purpose of explanation, exception, and to qualify the unit prices, if needed. F. In submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 1 INTRODUCTORY INFORMATION TABLE OF CONTENTS INTRODUCTORY INFORMATION Table of Contents List of Drawings Notice to Bidders BIDDING REQUIREMENTS Instructions to Bidders Bid Form Schedule of Unit Prices — Bid A Schedule of Unit Prices — Bid B Statement of Contractor's Qualifications References Bid Certification CONTRACTING REQUIREMENTS Contract Sexual Harassment Certificate Drug-Free Workplace Prevailing Wage Affidavit Certificate of Payroll Records Contract Bond GENERAL REQUIREMENTS Summary of Work and General Requirements SPECIFICATIONS Mobilization Pre-Construction Video Taping Traffic Control, Maintenance of Traffic, Detours Construction Layout, Staking and As-Builts Inlet and Pipe Protection Tree Removal Removal of Existing Pavement and Appurtances Relocate Street Sign, Relocate Existing Regulatory Sign Concrete Curb and Gutter Concrete Sidewalk Detectable Warnings Decorative Concrete Paving Crosswalk Pavement Patching Concrete Retaining Wall Thermoplastic Pavement Marking Sodding Site Furnishings Light Bollard Complete Wall Light Fixture for Concrete Retaining Wall Pedestrian Circulation Improvements TABLE OF CONTENTS 1 LIST OF DRAWINGS Graphic documents bound separately from the project manual entitled Village of Oak Brook, Pedestrian Circulation Improvements, dated July 24, 2013 are hereby made a part of the Contract Documents. The drawings include: Sheet Number Sheet Name 1 General Notes and Summary of Quantities 2-4 Traffic Control and Staging Plan 5-6 Site Preparation and Removals 7-8 Layout and Materials 9-10 Grading 11-12 Landscape and Striping 13-15 Construction Details 16-17 Electrical and Traffic Signals 18 Electrical and Traffic Signal Details 19-21 IDOT Standard Details Pedestrian Circulation Improvements LIST OF DRAWINGS Metered Control Cabinet Actuated Pedestrian Warning Flasher Remove Existing Traffic Signal Equipment Relocate Existing Street Light Pedestrian Circulation Improvements TABLE OF CONTENTS 2 BID FORM — Pedestrian Circulation Improvements 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by all specifications for the work. Having read the Specifications and examined the Drawings entitled: Pedestrian Circulation Improvements The undersigned submits herewith his bid for the indicated item as follows: Prepared by Hitchcock Design Group for the construction of said Project and having also received, read, and taken into account all ADDENDA thereto as follows: ** (LIST IN THE FOLLOWING SPACES, THE NUMBER OF AND DATE OF EACH ADDENDUM RECEIVED.) ADDENDUM NOS.: and having inspected the site and the conditions affecting and governing the construction of the Project Work, the undersigned proposes to furnish all material and perform all labor, as specified and described in the Specifications and as shown in the Drawings, for the following stipulated sums: (ENTER AMOUNTS FROM SCHEDULE OF PRICES) BID A— 16TH STREET: TOTAL MATERIALS AND LABOR FOR THE SUM OF: J IMF F10D. w Pedestrian Circulation Improvements BID FORM BID B —SPRING ROAD/COMMERCE DRIVE: TOTAL MATERIALS AND LABOR FOR THE SUM OF: la I�U died S%,X�V� ow a� Koh f-Y r i✓e DOLLARS BASE BID TOTAL (BID A PLUS BID B): TOTAL MATERIALS AND LABOR FOR THE SUM OF: zS The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. 2. COSTS: The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. This bid shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS: The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 4. TIME OF COMPLETION: The undersigned affirms and declares that if awarded the contract for this work he will completely perform said contract in strict accordance with its terms and conditions by November 1, 2013, unless additional time shall be granted by the Village in accordance with the provisions of the specifications. Should the contractor fail to complete the work by said date or within such extended time as may have been allowed, the contractor shall be liable to the Village in the amount set forth in the specifications. Pedestrian Circulation Improvements BID FORM 2 5. BID SECURITY: Attached to this Proposal is a bid bond, certified check, or cashier's check for 10% of the total Base Bid made payable to the Village of Oak Brook. Insert amount: DOLLARS If this Proposal is accepted and the Bidder fails to execute a Contract with the Own- er, the full amount of the security will be forfeited to the Owner as payment of dam- age due to delay. If this Proposal is not accepted, the security will be returned to the Bidder within 30 days of the execution of the Contract with the successful Bidder. Firm Name: Address: City, State, ZIP: �,v�r,� f oa /L �nl>ei Signature: -'' /�--- Name Printed: Title: s Telephone: 1� � (v�0- �'9� Date:�c`3�/z/�ys3 If a Corporation: ATTEST: Secretary Pedestrian Circulation Improvements BID FORM 3 SCHEDULE OF UNIT PRICES Bid A- 16th Street Description I Unit Quantity Unit Price T Extended Price General Conditions Mobilization L SUM 1 1�oma lG cxov _ Preconstruction Video Taping L SUM j,S� a Traffic Control and Protection L SUM 1 S'jo�c d8 c Construction Layout,Staking and As-builts L SUM 1 od !SD d Site Preparation and Removals Inlet Protection EACH 3 Pavement Removal SQYD 50 Curb and Gutter Removal FOOT 90 Relocate Existing Street Sin EACH 1 ZC34> o Curbs,Paving and Walls Concrete Curb and Gutter,Type M-4.12 FOOT 50 v Z Oao Concrete Curb and Gutter,Type B-9.12 FOOT 70 3C-1 1.S 00 Concrete Barrier Curb, 18 inch FOOT 25 100 Z50a Concrete Sidewalk SQ FT 200 d 2aoo Detectable Warnings SQ FT 70 Decorative Concrete Paving Crosswalk SQ FT 415 15 6 Z7.5 Pavement Patch SQ YD 10 'Z Thermoplastic Pavement Marking Line,6 Inch FOOT 100 a o Landscape and Fumishin s Topsoil SQ YD 25 C7 Z 0 Sod 80 Yo 00 4000 Lighting and Signals Relocate Existing Street Light EACH 1 6.6900 pJp Electircal Service Installation EACH 1 oa Electric Cable In Conduit,XLP/USE,3-1/C#4 FOOT 100 O 096 Electric Cable In Conduit,XLP/USE,2-1/C#12,#14G FOOT 130 S. t'(OD Underground Conduit,Galvanized, 1-1/2" FOOT 90 to tz 6)D Underground Conduit,Galvanized, 1" FOOT 110 ( lei v Metered Control Cabinet EACH 1 0'&n OW Actuated Pedestrian Warning Flasher EACH 2 a 81D A TOTAL: Ii 3-7'5 __ Page 1 of 1 SCHEDULE OF UNIT PRICES -- Bid B -Spring Road/Commerce Drive Description Unit Quantity Unit Price Extended Price General Conditions Mobilization L SUM /r.V Preconstruction Video Taping L SUM 1 Z rc"> sa& Traffic Control and Protection L SUM 1 ovd 40000%0 Construction Layout,Staking and As-builts L SUM ROO DAJ Site Preparation and Removals Inlet Protection EACH 3 Pavement Removal SQYD 290 '7 -7, 0 Sidewalk Removal SQ FT 1,440 J Curb and Gutter Removal FOOT 110 O Pavement Marking Removal SQ FT 225 ! L Stone Cobble Removal SQ FT 465 2 d Tree Removal EACH 1 p0 S mo Relocate Existing Regulatory Sin EACH 2 ( sv ?jod Curbs,Paving and Walls Concrete Curb and Gutter,Type M-4.12 FOOT 75 V 2 Concrete Curb and Gutter,Type B-6.12 FOOT 20 5e 6,Qo Concrete Curb and Gutter,Type B-9.12 FOOT 230 30 6 OD Solic Concrete Median Nosing SQ FT 25 ZO V& Concrete Sidewalk SQ FT 3,300 `7 23 loo' Detectable Warnings SQ FT 110 2s Z.?!,'o Decorative Concrete Paving Crosswalk SQ FT 1,125 Sp 22 °b Pavement Patch SQ YD 15 2470 3 0,C>a Concrete Retaining Wall FOOT 150 21°0 O D a Thermoplastic Pavement Marking Line,4 Inch FOOT 275 -- Thermoplastic Pavement Marking Line,6 Inch FOOT 330 1 3 2.D Thermoplastic Pavement Marking Line,24 Inch FOOT 70 00 Landscape and Furnishings Topsoil SQ YD 135 d Sod SQ YD 265 Bench EACH 1 meo Trash Receptacle EACH 1 -75a Page 1 of 2 Lighting and Signals Light Bollard Complete EACH 14 Ua+7 Wall Light Fixture Complete EACH 6 75v rya Electircal Service Installation EACH 1 e>4, des6 Electric Cable In Conduit,XLP/USE,3-1/C#4 FOOT 95 c z 56 Electric Cable In Conduit,XLP/USE,2-1/C#12,#14G FOOT 100 26 ZDc-,o Underground Conduit,Galvanized, 1-1/2" FOOT 175 Za 15-0 e) Underground Conduit,Galvanized, 1" FOOT 80 f cg Metered Control Cabinet EACH 1 Is.50e:l I 3 oa Actuated Pedestrian Warning Flasher EACH 2 19,00.0 Detection Loop Replacement FOOT 95 O 2 45 a Pedestrian Push Bufton EACH 4 i.0 000 Traffic Signal Post,Galvanized, 16 ft EACH 1 Z t90 f as Signal Head,LED,2-face,5-Section,Bracket Mounted EACH 1 D Ped.Signal Head,LED, 1-face,bracket mounted,countdown EACH 4 _ ocaD OoD Unit Duct,XLP/USE(3-#10,#12G),3/4" FOOT 770 Da Conduit Embedded in Structure, PVC,3/4" FOOT 145 Electric Cable In Conduit,XLP/USE(3-#10,#12G) FOOT 155 1"7 Remove Existing Traffic Signal Equipment L SUM 1 IDOO Maintain Ex.Traffic Signal Installation L SUM 1 o poa Rebuild Existing Handhole EACH 3 dO0 IjOD Junction Box EACH 2 !10 00 a ,Exploritory Excavation EACH 2 o d !Dpa BID B TOTAL: 2 �°�O/ 0-7 1 Page 2 of 2 STATEMENT OF CONTRACTOR'S QUALIFICATIONS Contractor shall have five (5) years of experience which is comparable in type and — scope to this project. All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Contractor may submit any additional information he or she desires. 1. Name of Contractor: 2. Permanent main office address: �i►Z� �,g�o�� -3. C=�,o,,,Y/,,Z, 3. When organized: /G roD/3f 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name: !S 6. Contracts on hand: (Schedule these, showin�g,�amount of each contract and the appropriate anticipated dates of completion) �g� � _ 7. General character of work performed by your company: -�w�„a.,� 8. Have you ever defaulted on a contract: 41o, 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 our major equipment available for this contract 11. Experience in work similar in importances to this project: �iryE�� 12. Background and experience of the principal members of your organization, includingJhe.!offiicers. 13. Credit available: ;�K _ �z — Pedestrian Circulation Improvements STATEMENT OF CONTRACTOR'S QUALIFICATIONS 1 14. Bank reference: 15. Will you, upon request, fill out`2 detailed financial statement and furnish any other information that may be required by the Village of Oak Brook: '�� . 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. na DATED at �� �..�, , Illinois this /Z ..day of C L"I'l ' 2013. By. Title STATE OF ILLINOIS ) ) SS. COUNTY OF c ) being duly sworn deposes and says that he is the ��Q�SFn /`rte of and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this lZ '=� day of 2013. M 110644 ENo?tarY CIAL SEAL" O KOVILIC Notary Public ic,State of Illinoisn Expires 01/11/2016 Pedestrian Circulation Improvements STATEMENT OF CONTRACTOR'S QUALIFICATIONS 2 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 Nam-e: Address: Phone#: Contact: 2. Company Name: Address: Phone#: Contact: 3. Company Name: Address: Phone #: Contact: 4. Company Name: Address: Phone#: Contact: 5. Company Name: Address: Phone#: Contact: Pedestrian Circulation Improvements REFERENCES 1 Proiect References (2008-2012)—Kovilic Construction Co.,Inc U.S. Department of the Interior—Canyon Ferry Dam Spillway Concrete Apron Repair; Contract No. R11PC60267(KCC Job#394) Description: Project consisted of the removal and replacement of concrete along the Canyon Ferry Dam Spillway in Lewis and Clark County,Montana. Associated Trades: Concrete and Traffic Control and Protection Initial Contract Amount: $387,600.00 Final Contract Amount: $387,600.00 Explanation of Cost Variance: N/A Completion Time: 14 Months(Completed November 2012) Owner: U.S. Department of the Interior Bureau of Reclamation 316 North 26th, Street Billings,MT 59101 P.O.C.: U.S. Department of the Interior Bureau of Reclamation Attn: Ms. Gerri Voto-Braun, Contracting Officer 316 North 2e, Street Billings,MT 59101 (406)247-7809 Ph. Project Manager: Wayne Gardner Village of Glencoe—Sheridan Road/Maple Hill Avenue Bridge Repair Project(KCC Job#408) Description: Project consisted of the removal and replacement of cap stones ranging in size from 38"x36"x12"to 66"x24"x12", the removal and replacement of stone railing and the re- pointing of mortar at the Sheridan Road/Maple Hill Avenue Bridge in Glencoe, IL. Associated Trades: Masonry, Traffic Control and Protection and Tuck Pointing Initial Contract Amount: $79,770.00 1 Final Contract Amount: $96,520.00 Explanation of Cost Variance: An owner-initiated change order was generated to facilitate additional quantities from the amount bid. Completion Time: 1 Month(Completed October 2012) Owner: Village of Glencoe 675 Village Court Glencoe,IL 60022 P.O.C.: Village of Glencoe Attn: Mr. John Houde, Owner's Representative 675 Village Court Glencoe, IL 60022 (847) 835-4111 Ph. (847) 835-4234 Fax johnh@villageofglencoe.org Project Manager: Danilo Kovilic Downers Grove Sanitary District—Digester 4 & 5 Masonry Veneer Repairs (KCC Job#407) Description: Project consisted of the pressure washing and water repellent coating of brick veneer on digesters and digester building and coping stone on digester building; selective re-pointing of existing masonry; selective brick removal and replacement;the installation of brick vents at top and bottom of masonry veneer at digesters;the resealing of masonry joints;pressure washing and waterproofing coating of concrete cap,pilasters and exposed corbel on digesters; partial depth patching of concrete pilaster and the repainting of existing roller box cover plates. Associated Trades: Concrete,Joint Sealing,Masonry, Painting, Tuck Pointing and Waterproofing Operations Initial Contract Amount: $99,725.00 Final Contract Amount: $99,505.30 Explanation of Cost Variance: A change order was generated to accommodate a reduction in final quantities from the amount bid. Completion Time: 2 Months(Completed October 2012) 2 Owner: Downers Grove Sanitary District Attn: Mr. Jeff Barta,Maintenance Supervisor 2710 Curtiss Street Downers Grove, IL 60515 (630) 969-0664 Ph. (630) 969-0827 Fax jbarta @dgsd.org P.O.C.: Baxter& Woodman Consulting Engineers Attn: Mr. Raymond N. Koenig, P.E. 8840 West 192nd Street Mokena, IL 60448 (708)478-2090 Ph. (708)478-8710 Fax rkoenig @baxterwoodman.org Project Manager: Danilo Kovilic Thorn Creek Basin Sanitary District—Steger Road Lift Station Improvements (KCC Job#395) Description: Project consisted of the removal and replacement of a wastewater grinder and frame inside an existing lift station wet well,modifications to the existing wet well including the fabrication and installation of two work platforms and associated structural supports,associated electrical work and site restoration. Associated Trades: Asphalt Paving, Bypass Pumping, Concrete,Electrical, Site Restoration and Steel Initial Contract Amount: $139,000.00 Final Contract Amount: $139,000.00 Explanation of Cost Variance: NIA Completion Time: 6 Months(Completed May 2012) Owner: Thorn Creek Basin Sanitary District Attn: Mr. John McDonnell,District Engineer 700 West End Avenue Chicago Heights, IL 60411 (708) 754-0525 (ext. 14)Ph. 3 (708) 754-3940 Fax jmcdonnell @thorncreekbasin.org P.O.C.: Baxter& Woodman Consulting Engineers Attn: Mr. Raymond N. Koenig, P.E. 8840 West 192nd Street Mokena, IL 60448 (708)478-2090 Ph. (708)478-8710 Fax rkoenig @baxterwoodman.org Project Manager: Danilo Kovilic U.S. Army Corps of Engineers,Chicago District—Hoffmann Dam,Section 206,Phase I.(KCC Job #377) Description: Project consisted of the complete removal of two dam spillways within the Des Plaines River in LaGrange and River Forest, Illinois. Appurtenant work scopes included clearing and grubbing,the installation of an aggregate road and access way and landscape restoration. Associated Trades: Clearing and Grubbing, Demolition, Landscape Restoration, Traffic Control and Protection and Tree Removals Initial Contract Amount: $499,053.00 Final Contract Amount: $496,512.00 Explanation of Cost Variance: A change order was generated to facilitate a reduction in quantities from the amount bid. Completion Time: 1 Year(Completed May 2012) Owner: U.S.Army Corps of Engineers, Chicago District 111 North Canal Street, Suite 600 Chicago, IL 60606-7206 P.O.C.: U.S. Army Corps of Engineers, Chicago District Attn: Ms. Regina Blair, Contracting Officer 111 North Canal Street, Suite 600 Chicago, IL 60606-7206 (312) 846-5371 Ph. Regina.G.Blair @usace.army.mil 4 Project Manager: Rod Kovilic Forest Preserve District of DuPage County—Willowbrook Trail Bridge Replacement(KCC Job #397) Description: Project consisted of the removal and replacement of a 30% long by 10'-wide pedestrian steel bridge with timber decking,repairs to existing concrete abutments and associated trail re-grading following installation. Associated Trades: Concrete, Demolition, Trucking/Hauling, Removal and Steel Initial Contract Amount: $39,600.00 Final Contract Amount: $39,600.00 Explanation of Cost Variance: N/A Completion Time: 2 Months(Completed February 2012; actual onsite operations consisted of 1 workday) Owner: Forest Preserve District of DuPage County 3S580 Naperville Road Wheaton, IL 60189-8761 P.O.C.: Forest Preserve District of DuPage County Attn: Mr. Ross Hill, P.E. 3S580 Naperville Road Wheaton, IL 60189-8761 (630) 933-7200 Ph. (630)933-7204 Fax Project Manager: Danilo Kovilic Children's Memorial Hospital—Emergency Masonry Wall Repair Project(KCC Job#MISC-CMH- 2011-2) Description: On December 2&,2011, an SUV hit the North wall of Children's Memorial Hospital, causing considerable impact to the adjacent brick masonry column. The base of the column was heavily damaged and displaced inward. Kovilic Construction Co., Inc. was hired by Power Construction Co., 5 LLC (resident G.C. to Children's Memorial Hospital)to install temporary shoring followed by the complete rebuilding of the column and wall area adjacent to the column. Initial Contract Amount: N/A(This was a T&M project; hourly rates were provided for and approved by owner prior to mobilization. Material charges were limited to a 15%markup for overhead and profit.) Final Contract Amount: $43,916.61 Explanation of Cost Variance: N/A Completion Time: 2 Weeks (Completed January 2012) Owner: Children's Memorial Hospital Attn: Mr. Alan Kruse, Facilities Management 2300 Children's Plaza Chicago, IL 60614 (773) 868-8277 Ph. P.O.C.: Wiss,Janney, Elstner Associates, Inc. Attn: Mr. Pete Popovic, P.E., S.E. 330 Pfingsten Road Northbrook, IL 60062-2095 (847) 272-7400 Ph. Power Construction Company, LLC Attn: Mr. Ryan Gusewelle, Senior Project Manager 2360 Palmer Drive Schaumburg, IL 60173 (847)214-6376 Ph. Project Manager: Danilo Kovilic Illinois Department of Transportation—Contract No.60M84,Item#68(September 2011 Letting) (KCC Job#392) Description: Project consisted of various bridge repairs to the structure carrying IL Route 1 (Halsted Street)over the Little Calumet River in Chicago, IL. Specifically,these repairs consisted of the removal and replacement of parapet railings,bridge washing and protective coating applications, structural steel 6 repairs to the underside of the bridge including the replacement of several gusset plates and bolts, structural concrete repairs to existing abutments, epoxy crack injections,the removal and replacement of several rubber fender absorbers along the south abutment wall and traffic control and protection measures, as required. Associated Trades: Concrete, Epoxy Injections, Painting, Steel and Traffic Control and Protection Initial Contract Amount: $317,651.00 Final Contract Amount: $313,440.00 Explanation of Cost Variance: A change order was generated to accommodate a reduction in final quantities from the amount bid. Completion Time: 1 Month(Completed November 2011) Owner: Illinois Department of Transportation 2300 South Dirksen Parkway Springfield, IL 62764 P.O.C.: Illinois Department of Transportation Attn: Mr. Edward McGuire,R.E. 537 W. Taft Drive South Holland, IL 60473 (708) 339-4838 Ph. (708) 906-7110 Cell (708) 339-5229 Fax Edward.McGuire @Illinois.gov Project Manager: Danilo Kovilic Solomon Schechter Day School—Plaza and Parking Garage Repairs (KCC Job#386) Description: Project consisted of full and partial depth concrete repairs, the removal and replacement of concrete topping slabs, the replacement of several concrete planks; the installation of several steel beams and columns for structural support in the existing parking garage, epoxy-crack injections, sealant and waterproofing applications and the re-pointing of deteriorated mortar joints. 7 Associated Trades: Caulking, Concrete,Tuck Pointing, Steel and Waterproofmg Membrane Applications Initial Contract Amount: $319,600.00 Final Contract Amount: $368,328.00 Explanation of Cost Variance: A change order was generated to facilitate additional quantities and work scopes. Completion Time: 4 Months(Completed October 2011) Owner: Solomon Schechter Day School Attn: Mr. Leonid Arlinsky, Director of Buildings&Grounds 3210 Dundee Road Northbrook, IL 60062 (847) 772-5665 Ph. P.O.C.: Wiss, Janney,Elstner Associates, Inc. Attn: Mr. Andrew Doane, P.E. 330 Pfingsten Road Northbrook, IL 60062-2095 (847)272-7400 Ph. Project Manager: Danilo Kovilic Northwestern University—Entrance Drive Rebuilding at Rebecca Crown Memorial Center(KCC Job#378) Description: Project consisted of the removal and replacement of the concrete slab-on-grade at the entrance drive,the down ramp to building and the loading dock/parking garage entrance of the Rebecca Crown Memorial Center;the rebuilding of several trench drains along with the replacement of trench grates,the removal and replacement of an asphalt parking lot and the removal and replacement of concrete sidewalk, driveway, apron and curbs. Associated Trades: Asphalt Paving, Concrete,Demolition,Removals, Restoration, Striping and Traffic Control and Protection Initial Contract Amount: $149,900.00 Final Contract Amount: $125,206.49 8 Explanation of Cost Variance: $24,693.51 was credited to the owner for unused contingency funds. Completion Time: 3 Months(Completed October 2011; this project was implemented in three intermittent phases at the instruction of the owner. The first phase was implemented in November 2010;the second phase was implemented in August 2011 and the third phase was implemented in September 2011.) Owner: Northwestern University Attn: Mr. Paul Zack, Facilities Management 2020 Ridge Avenue Evanston, IL 60201 (847) 815-4714 Ph. P.O.C.: Wiss,Janney,Elstner Associates, Inc. Attn: Mr. Pete Popovic, P.E., S.E. 330 Pfmgsten Road Northbrook, IL 60062-2095 (847)272-7400 Ph. Project Manager: Danilo Kovilic Illinois Department of Transportation—Contract No. 78220,Item#87(September 2010 Letting) (KCC Job#380)# Description: Project consisted of structural steel repairs and other miscellaneous items of work on the bridge carrying I-57 (Northbound and Southbound)over the Mississippi River in Alexander County. Specifically,the work included in this contract consisted of the replacement of a cracked truss member. Prior to replacing the member, several strong-back beams were installed to support the floor beam directly below the cracked truss member. Traffic was reduced to one lane during these operations. Once the strong-back beams were loaded,the truss member was replaced approximately 120' above the roadway deck. Associated Trades: Steel and Traffic Control and Protection Initial Contract Amount: $456,400.00 2011 MOT Contractor of the Year—Award of Excellence Recipient. 9 Final Contract Amount: $456,400.00 Explanation of Cost Variance: N/A Completion Time: 1 Month(Completed October 2011) Owner: Illinois Department of Transportation 2300 South Dirksen Parkway Springfield, IL 62764 P.O.C.: Illinois Department of Transportation District 9 Attn: Mr. Ben Wills, R.E. State Transportation Building P.O. Box 100 Carbondale, IL 62903-0100 (618) 549-2171 Ph. (618) 534-1798 Cell Project Manager: Wayne Gardner U.S.Fish and Wildlife Service—Contract No. F11PS00344,Pedestrian Bridge at Canaan Valley National Wildlife Refuge(KCC Job#388) Description: Project consisted of the supply and installation of a pedestrian bridge at the Canaan Valley National Wildlife Refuge in Davis, West Virginia. Associated Trades: Concrete,Earthwork/Excavation, Grading, H-Pile Installations, Restoration and Steel Initial Contract Amount: $289,300.00 Final Contract Amount: $325,537.30 Explanation of Cost Variance: A change order was generated to facilitate additional riprap installations. Completion Time: 4 months (Completed October 2011) Owner: U.S. Fish and Wildlife Service Contracting and General Services 300 Westgate Center Drive Hadley, MA 01035-9589 10 P.O.C.: U.S. Fish and Wildlife Service Attn: Ms. Marsha Browning, C.O. 300 Westgate Center Drive Hadley,MA 01035-9589 (413)253-8236 Ph. (413)253-8450 Fax Marsha—Browning@fws.gov Project Manager: Wayne Gardner South Elementary School—Bid Group#1C—Bid Package#05: Steel—Structural& Miscellaneous (KCC Job#383) Description: Project consisted of the fabrication and installation of structural and miscellaneous steel components at South Elementary School in Des Plaines, IL. Associated Trades: Steel Initial Contract Amount: $215,600.00 Final Contract Amount: $215,600.00 Explanation of Cost Variance: N/A Completion Time: 3 Months(Completed August 2011) Owner: Community Consolidated School District#62 777 East Algonquin Road Des Plaines, IL 60016 P.O.C.: Wight Construction 2500 North Frontage Road Darien, IL 60561 (630) 969-7000 Ph. Project Manager: Rod Kovilic Children's Memorial Hospital—Parking Garage Repairs at 467 W. Deming Place,Chicago,IL (KCC Job#379) Description: Project consisted of the removal of deteriorated concrete at failed repairs and unrepaired areas, including partial depth slab concrete removal, full depth slab concrete removal, concrete removal on overhead surfaces, concrete removal on 11 vertical surfaces and concrete removal on slab edges; sandblast cleaning and epoxy coating of exposed reinforcement;recasting the sections with structural concrete,injecting cracks with epoxy,the installation/repair of a protective membrane system and the replacement of drain covers at an existing three-story parking garage. Kovilic Construction Co., Inc.was also responsible for procuring all applicable permits from the City of Chicago for this scope of work. Associated Trades: Concrete, Demolition,Epoxy Injections, Removals, Shotcrete, Steel, Trucking, Removals, Restoration and Waterproofing Membrane Applications Initial Contract Amount: $310,000.00 Final Contract Amount: $298,492.00 Explanation of Cost Variance: A change order was generated to accommodate a reduction in final quantities from the amount bid. Completion Time: 3 Months(Completed March 2011) Owner: Children's Memorial Hospital Attn: Mr. Roger Johnson,Facilities Management 2300 Children's Plaza Chicago, IL 60614 (773) 880-3389 Ph. P.O.C.: Wiss,Janney,Elstner Associates, Inc. Attn: Mr. Pete Popovic, P.E., S.E. 330 Pfingsten Road Northbrook, IL 60062-2095 (847)272-7400 Ph. Project Manager: Danilo Kovilic Bel Oaks Condominium Association—Structural Repair of the Exterior Walkway at 6961 N. Oakley Avenue,Chicago,IL(KCC Job#353) Description: Project consisted of the removal and replacement of concrete (full depth)at drain locations (second and third floors of exterior walkways),the replacement of several deteriorated channel-shaped beams,the installation of surface-mounted plates at selected locations to reinforce the slab structure, 12 sandblasting of corroded areas of the steel deck and repainting of the entire steel deck to mitigate corrosion,the installation of post base repairs to address deterioration at forty handrail post bases, the replacement of severely corroded sections of the bottom horizontal C-shaped channel of the handrail,the replacement of loose fasteners connecting the handrail to the brick masonry at ten locations,the replacement of severely corroded drain pipes and the installation of a waterproofing membrane at new concrete areas, followed by a recoating of the entire walkway slab area to provide a uniform appearance and uniform topcoat, including the replacement of all sealant along the edge of the channel beam flange and the concrete. Associated Trades: Concrete, Demolition,Painting, Removals, Sandblasting, Steel and Waterproofing Membrane Applications Initial Contract Amount: $156,775.00 Final Contract Amount: $156,275.00 Explanation of Cost Variance: $500.00 was credited to the owner for unused contingency funds. Completion Time: 3 months(Completed October 20 10) Owner: Bel Oaks Condominiums Attn: Ms. Jossenka Carillo,Property Manager 6961 North Oakley Avenue Chicago, IL 60645 (847) 324-8933 Ph. P.O.C.: Wiss,Janney,Elstner Associates, Inc. Attn: Ms. Flora Calabrese, P.E., S.E. 330 Pfingsten Road Northbrook, IL 60062-2095 (847)272-7400 Ph. Project Manager: Rod Kovilic Illinois Department of Transportation—Contract No. 60J54,IDOT Item No.65,May 2010 Letting (KCC Job#369) 13 Description: Project consisted of a bridge deck overlay on the structure carrying IL 60 (Kennedy Road)over the North branch of the Chicago River in Lake Forest, IL. Associated Trades: Concrete, Hydro-Scarification,Protective Coatings, Steel and Traffic Control and Protection Initial Contract Amount: $194,170.00 Final Contract Amount: $159,316.57 Explanation of Cost Variance: A change order was generated to accommodate a reduction in final quantities from the amount bid. Completion Time: 3 months(Completed October 20 10) Owner: Illinois Department of Transportation 2300 S. Dirksen Parkway Springfield, IL 62764 P.O.C.: Illinois Department of Transportation District 1 Office Attn: Mr. Jonathon M. Shumacher, P.E. 201 W. Center Court Schaumburg, IL 60196-1096 (847) 846-7282 Ph. Project Manager: Wayne Gardner Illinois Department of Transportation—Contract No.60J41,IDOT Item No. 58,May 2010 Letting (KCC Job#368) Description: Project consisted of a bridge deck overlay and joint repair on the structure carrying U.S. Route 14 (Caldwell Avenue) over the North branch of the Chicago River(SN 016-0928) in Morton Grove, IL. Associated Trades: Concrete, Hydro-Scarification,Protective Coatings, Steel and Traffic Control and Protection Initial Contract Amount: $447,197.50 Final Contract Amount: $483,768.03 Explanation of Cost Variance: A change order was generated to accommodate additional final quantities from the amount bid. 14 Completion Time: 3 months (Completed September 2010) Owner: Illinois Department of Transportation 2300 S. Dirksen Parkway Springfield, IL 62764 P.O.C.: Illinois Department of Transportation District 1 Office Attn: Mr. Lawrence Pray,R.E. 201 W. Center Court Schaumburg, IL 60196-1096 (847)329-7146 Ph. Project Manager: Wayne Gardner City of Highland Park—2010 Pedestrian Overpass Rehabilitation(KCC Job#367) Description: Project consisted of the cleaning of an existing concrete deck and railing panels, concrete patching, coating of concrete railing panels, cleaning and painting of a steel channel cap, cleaning and painting of panel support brackets and support posts,traffic control and protection. Associated Trades: Concrete,Painting and Traffic Control and Protection Initial Contract Amount: $110,170.00 Final Contract Amount: $110,170.00 Explanation of Cost Variance: N/A Completion Time: 2 months(Completed July 2010) Owner: City of Highland Park, IL Department of Public Works 1150 Half Day Road Highland Park, IL 60035 P.O.C.: City of Highland Park, IL Department of Public Works Attn: Mr. Joe Pasquesi,Civil Engineer 1150 Half Day Road Highland Park, IL 60035 15 (847)926-1183 Ph. Project Manager: Rod Kovilic Improvements to Winnetka Road Bridge over the North Branch of the Chicago River(KCC Job #370) Description: Project consisted of improvements to the Winnetka Road Bridge including closure of the longitudinal joint,partial and full depth repair of the deck slab,new 1 %"hot mix asphalt overlay and waterproofing membrane system, structural repairs to the substructure concrete, epoxy crack injection and deck drain replacement, updates to the existing traffic barrier terminal with new traffic barrier terminal Type 6 and Type 1, and all incidental and collateral work necessary to complete the improvement as described in the contract documents. Associated Trades: Asphalt Paving, Concrete, Demolition, Removals, Steel, Traffic Control and Protection and Waterproofing Initial Contract Amount: $279,322.00 Final Contract Amount: $279,322.00 Explanation of Cost Variance: NIA Completion Time: 3 months(Completed June 2010) Owner: Cook County Bureau of Administration Department of Highways Attn: Ms. Holly A. Cichy, P.E. 69 West Washington Street, 23`d Floor Chicago, IL 60602-3007 (312) 603-1601 Ph. P.O.C.: Cook County Bureau of Administration Department of Highways Attn: Mr. Aaron Lebowitz, P.E. 69 West Washington Street,23`d Floor Chicago, IL 60602-3007 (847)980-8545 Ph. Project Manager: Wayne Gardner 16 Forest Preserve District of Cook County,IL—Little Red School House Sewage Treatment& Fire Protection Project(KCC Job#347)' Description: Project consisted of the installation of a sewage treatment system including sanitary sewer,treated effluent force mains and pumping stations,water valves and vaults, flow meter and vault,manholes, air/vacuum release valves and vaults, wastewater treatment lagoon,baffle wall,aeration piping and diffusers, operations building,ultraviolet disinfection unit, irrigation sprinklers,parking lot reconstruction, fencing, groundwater monitoring wells and pavement and landscape restoration and all related work. This project also included the installation of a fire protection system, dredging,water intake screen,water mains, fire hydrants,water valves and vaults, Turfstone paver installations etc. Associated Trades: Asphalt Paving, Carpentry, Concrete, Demolition,Earthwork /Excavation, Electrical, Fencing, Geomembrane Liner Installations,HVAC, Irrigation Piping and Sprinkler Installations, Landscaping, Mechanical,Miscellaneous Metals,Monitoring Well Installations, Process Piping, Restoration, Roofing and Site Clearing. Initial Contract Amount: $1,565,415.00 Final Contract Amount: $1,542,321.64 Explanation of Cost Variance: $23,093.36 was credited to the owner for unused contingency funds. Completion Time: 14 months(Completed March 2010) Owner: Forest Preserve District of Cook County Department of Planning and Development 536 Harlem Avenue River Forest, IL 60305 P.O.C.: McDonough Associates, Inc. Attn: Ronald T. Anderson, R.E. 130 East Randolph Street, Suite 1000 Chicago, IL 60601 Associated Builders and Contractors of Illinois 2010 Excellence in Construction Award Recipient(Category:Public Works/ Environmental). 17 (630) 878-2789 Project Manager: Danilo Kovilic Northwestern University—Emergency Roof Stabilization (KCC Job#365) Description: Project consisted of emergency repairs to Northwestern University's Music Practice Hall at 1823 Sherman Avenue, Evanston, IL. These repairs included raising the roof structure 8"and installing a permanent timber wall under the roof ridge within the building attic space,relocating the ends of rafters at the wall locations to their original positions, removing and reinstalling five courses of brick on the East wall, soffit installations along the East side of the roof and incidental construction activities including temporary shoring, scaffolding and re-roofing as required. Associated Trades: Carpentry, Masonry, Roofmg, Soffit Installations and Temporary Shoring Initial Contract Amount: T&M Not-to-Exceed$50,000.00 Final Contract Amount: $40,195.00 Explanation of Cost Variance: N/A Completion Time: 1 week(Completed March 2010) Owner: Northwestern University Attn: Mr. Paul Zack, Facilities Management 2020 Ridge Avenue Evanston, IL 60201 (847) 815-4714 Ph. P.O.C.: Wiss,Janney,Elstner Associates, Inc. Attn: Mr. Pete Popovic, P.E., S.E. 330 Pfmgsten Road Northbrook, IL 60062-2095 (847)272-7400 Ph. Project Manager: Nick Kovilic Scott Road Bridge and Smith Road Bridge Repairs over Blackberry Creek,Blackberry Township Road District,Blackberry Township,IL(KCC Job#357) 18 Description: Project consisted of guardrail reattachment and concrete deck repairs at the Scott Road Bridge and existing guardrail removal and replacement at the Smith Road Bridge over Blackberry Creek in Blackberry Township, IL. Associated Trades: Concrete, Demolition, Removals and Steel Initial Contract Amount: $79,507.50 Final Contract Amount: $60,517.50 Explanation of Cost Variance: A change order was generated to delete furnished excavation and deck drain extensions from the original scope of work. This change order also increased the quantity of guardrail to be installed. Completion Time: 3 months(Completed November 2009) Owner: Blackberry Township Road District Attn: Mr. Rodney Feece, Highway Commissioner 43W390 Main Street Elburn, IL 60119 (630) 365-6580 Ph. (630) 365-6568 Fax P.O.C.: Engineering Enterprises, Inc. Attn: Mr. David Bronars, Senior Project Manager 52 Wheeler Road Sugar Grove, IL 60554 (630)466-9350 Ph. (630)466-9380 Fax Project Manager: Wayne Gardner William Rainey Harper College—2008 Stairs,Building and Sidewalk Project(KCC Job#348) Description: Project consisted of site demolition, concrete,paving,the fabrication and installation of handrails and railings, fluid- applied waterproofing,joint sealers,metal-framed storefronts, automatic door operator and door hardware installations,metal-framed curtain walls,resilient flooring, painting and coating etc. 19 Associated Trades: Concrete, Demolition, Glazing, Steel,Joint Sealing, Flooring,Electrical and Painting Initial Contract Amount: $732,365.00 Final Contract Amount: $796,623.98 Explanation of Cost Variance: A change order was generated to accommodate additional final quantities from the amount bid. Completion Time: 14 Months(Completed September 2009) Owner: William Rainey Harper College Attn: Mr. Steve Petersen, Senior Architect 1200 West Algonquin Road Palatine, IL 60067 P.O.C.: Legat Architects, Inc. Attn: Mr. Scott Steingraeber, P.E. 80 North Virginia Ave., Suite C. Crystal Lake, IL 60014 815)477-4545 Ph. Project Manager: Rod Kovilic U.S.Army Corps of Engineers,Chicago District—Lake Station Wastewater Collection System Improvements; Solicitation No.W912P6-08-B-0002 (KCC Job#341) Description: Project consisted of the installation of 340 lineal feet of 12" HDPE directionally drilled river crossing, 1,310 lineal feet of 12"HDPE directionally drilled force main, one duplex submersible lift station,modifications to two duplex submersible lift stations, telemetry controls and electrical services. Additionally, four flow meters with vaults and several valve vaults were also included. Associated Trades: Asphalt Paving, Concrete, Earthwork/Excavation, Electrical,Fencing,Landscaping, Mechanical, Miscellaneous Metals and Process Piping. Initial Contract Amount: $1,474,275.00 Final Contract Amount: $1,562,718.31 Explanation of Cost Variance: A change order was generated to accommodate additional final quantities from the amount bid. 20 Completion Time: 9 months(Completed May 2009) Owner: U.S. Army Corps of Engineers, Chicago District Attn: Ms. Regina G. Blair, C.O. 111 N. Canal Street, Suite 600 Chicago, IL 60606 (312) 846-5371 Ph. P.O.C.: U.S. Army Corps of Engineers, Calumet Area Office Attn: Mr. Sheldon Edd, P.E.; C.O.R. (219) 923-1763 Ph. Project Manager: Wayne Gardner Illinois Department of Transportation—Contract No.63020,IDOT Item No. 125,April 2008 Letting(KCC Job#344) Description: Project consisted of the removal of an existing bridge and replacement with a semi-integral steel beam bridge with reconstructed roadway, sidewalks and sanitary sewer removal and replacement on Old Elm Road over the Skokie River in Lake Forest, IL. Specifically,this project included the following work tasks: removal and replacement of the bridge deck on the bridge structure,removal of the existing T-beam superstructure and replacement with hot-dipped galvanized steel girders; removal of the existing abutment walls and adjoining wing walls,the installation of new drilled shaft foundations and replacement of the abutment walls and wing walls;the installation of temporary drainage control structures to divert the river flow during construction;the reconstruction of wider sidewalks and decorative aesthetic bridge railing on both sides of the bridge; partial concrete removal and replacement of the adjacent approach slabs on the east and west sides; replacement of the expansion joint system at the east and west ends of the bridge and replacement with a joint in the approach slab; replacement of deck drains; construction of a temporary detour route;rip-rap stone erosion control on the side slopes and removal and replacement of sanitary sewer at the north end of the bridge. 21 Associated Trades: Asphalt Paving, Concrete,Demolition, Earthwork/ Excavation,Erosion Control, Fencing,H-Pile Installations, Removals, Steel, Traffic Control and Protection and Tree Removal Initial Contract Amount: $1,226,417.50 Final Contract Amount: $1,250,973.50 Explanation of Cost Variance: Extra work orders were requested for and authorized by the owner/engineer in-fact. These work orders chiefly consisted of bridge deck grooving, the installation of a 12" storm sewer,the protection of an existing water main and the stabilization of an existing ComEd power pole. Additional H-Pile installations were also included. Completion Time: 6 months(Completed December 2008) Owner: Illinois Department of Transportation 2300 S. Dirksen Parkway Springfield, IL 62764 P.O.C.: Wiss,Janney,Elstner Associates, Inc. Attn: Mr. Douglas Crampton,R.E. 330 Pfingsten Road Northbrook, IL 60062 (847)272-7400 Ph. (847)291-9599 Fax dcrampton @wje.com Project Manager: Wayne Gardner U.S.Army Corps of Engineers,Pittsburgh District—Replacement Maintenance Bulkhead Lift Frame(KCC Job#342) Description: Provided and installed a new bulkhead lift frame at the Montgomery Locks and Dam, Ohio River(Beaver County, PA). Associated Trades: Concrete and Steel Initial Contract Amount: $467,500.00 Final Contract Amount: $467,500.00 Explanation of Cost Variance: N/A 22 Completion Time: 3 months(Completed November 2008) Owner: U.S. Army Corps of Engineers,Pittsburgh District 1000 Liberty Avenue Pittsburgh, PA 15222 P.O.C.: U.S. Army Corps of Engineers,Pittsburgh District Attn: Ms. Denise Polizzano, C.O.R. (412) 395-7680 Ph. Project Manager: Rod Kovilic U.S.Army Corps of Engineers,Chicago District—Union Street Area Storm Sewer Project,Phase 1, Project 1; Solicitation No.W912P6-06-B-0003 (KCC Job#319) Description: Project consisted of the construction of approximately 3,500 lineal feet of storm sewer ranging in diameter from 12 inches to 48 inches including structures to facilitate combined sewer separation and provide for area and street storm water damage. Also included clearing, surface removal and replacement, excavation,bedding,backfill,temporary erosion control, water and sewer main, service line adjustments and extensions and site restoration. Associated Trades: Asphalt Paving, Backfill,Bedding, Concrete, Drainage, Earthwork/Excavation, Process Piping,Removal and Site Clearing. Initial Contract Amount: $1,488,342.00 Final Contract Amount: $1,688,342.00 Explanation of Cost Variance: A change order was generated to facilitate additional work scopes. Completion Time: 9 months(Completed September 2008) Owner: U.S. Army Corps of Engineers, Chicago District Attn: Ms. Regina Blair, C.O. 111 Canal Street Chicago, IL 60606 (312) 846-5371 Ph. 23 P.O.C.: U.S. Army Corps of Engineers, Calumet Area Office Attn: Mr. Gary Anderson, C.O.R. 906 Griffith Boulevard Griffith, IN 46319 (219) 923-1763 Ph. Project Manager: Wayne Gardner Lake Zurich School District 95—Stabilization and Connective Repairs at 95 Hubbard Lane(KCC Job#329) Description: Work consisted of underpinning of select interior and exterior foundations and related repairs in addition to video camera inspection of module sewer lines. Chemical grout injections were also utilized for floor stabilization. Associated Trades: Chemical Grout Injections, Demolition, Cutting and Patching,Earthwork, Concrete, Steel, Masonry, Thermal and Moisture Protection,Electrical and Restoration Initial Contract Amount: $961,872.87 Final Contract Amount: $1,196,351.73 Explanation of Cost Variance: A change order was generated to accommodate additional final quantities from the amount bid. Completion Time: 3 months(Completed September 2008) Owner: Lake Zurich School District 95 400 South Old Rand Road Lake Zurich, IL 60047-2459 P.O.C.: Wiss,Janney, Elstner Associates, Inc. Attn: Kevin Kalata,P.E. 330 Pf ngsten Road Northbrook, IL (847) 272-7400 Ph. Project Manager: Wayne Gardner 24 Lake Street Bridge Reconstruction,Village of Libertyville,IL (KCC Job#343) Description: Project consisted of the removal and replacement of a single- span cast-in-place concrete slab bridge with a 28'-span three- sided pre-cast concrete structure including excavation, granular backfill materials, cast-in-place railing, diverting of water, erosion and sediment control measures,restoration and other associated items. This bridge replacement was performed in conjunction with a roadway reconstruction project. The roadway reconstruction was performed under a separate contract;however, coordination between contractors was imperative to facilitate the completion of both work scopes. Associated Trades: Concrete,Demolition,Erosion Control, H-Pile Installations, Removals, Site Restoration and Traffic Control and Protection Initial Contract Amount: $347,300.00 Final Contract Amount: $492,891.50 Explanation of Cost Variance: Change orders were generated to facilitate additional H-Pile installations as directed by the engineer in-fact. Completion Time: 3 months(Completed August 2008) Owner: of Libertyville • Attn: Mr. Dennis Kilbane,P.E. 200 East Cook Avenue Libertyville,IL 60048 (847) 918-2100 Ph. P.O.C.: Gewalt Hamilton Associates, Inc. Attn: Mr. Todd P. Gordon, P.E. 820 Lakeside Drive, Suite 5 Gurnee, IL 60031 (847) 855-1100 (ext. 105)Ph. (847) 855-1115 Fax tgordon@gha-engineers.com www.gha-engineers.com Project Manager: Wayne Gardner 25 Round Lake Area Schools,Community Unit District#116—Additions/Renovations at Magee Middle School(KCC Job#336) Description: Subcontract consisting of all steel fabrications including lintels, guardrails, stairs and handrails. Associated Trades: Steel Initial Contract Amount: $847,000.00 Final Contract Amount: $1,042,000.00 Explanation of Cost Variance: A change order was generated to accommodate additional final quantities from the amount bid. Completion Time: 1 year(Completed May 2008) Owner: Round Lake Area Schools Community Unit District#116 Attn: Mr. Walter J. Korpan, Chief Financial Officer 316 S. Rosedale Ct. Round Lake, IL 60073 P.O.C.: Seater Construction Company, Inc. Attn: Mr. Jeffry Lowry, P.M. P.O. Box 7 2322 Mead Street Racine, WI 53401 (262)634-2366 Ph. Project Manager: Rod Kovilic Forest Preserve District of Cook County—Tampier Greenway New Picnic Shelter(KCC Job#337) Description: Work consisted of the furnishing and erection of a new picnic shelter and access road in Orland Park, IL. Associated Trades: Concrete, Earthwork/Excavation, Masonry, Painting, Roofing, Steel and Site Restoration Initial Contract Amount: $124,500.00 Final Contract Amount: $99,500.00 Explanation of Cost Variance: $25,000.00 was credited to the owner for unused contingency funds. 26 Completion Time: 3 months(Completed April 2008) Owner: Forest Preserve District of Cook County 536 North Harlem Avenue River Forest, IL 60305 P.O.C.: Ardmore Associates,L.L.C. Attn: Mr. Christos A. Dovas,Project Architect 33 North Dearborn Street, Suite 1720 Chicago, IL 60602 (312) 795-1400 Ph. (312) 795-1228 Fax Project Manager: Danilo Kovilic Village of Oak Park—Prairie Way Improvements(KCC Job#332) Description: Consisted of earth excavation,removal and replacement of combination concrete curb and gutter, Portland cement concrete pavement,drainage system, catch basin adjustment, installation of bituminous concrete,parkway restoration, landscaping, electric site lighting,reinforced concrete wall and all appurtenant work thereto at the alley located north of Lake Street between Harlem and Marion Street in the Village of Oak Park. Associated Trades: Asphalt Paving, Concrete,Earthwork/Excavation,Electrical and Landscaping Initial Contract Amount: $449,307.00 Final Contract Amount: $500,303.40 Explanation of Cost Variance: A change order was generated to facilitate additional work scopes. Completion Time: 6 months(Completed April 2008) Owner: Village of Oak Park Attn: Mr. Jim Budrick,Village Engineer 123 Madison Street Oak Park, IL 60302-4272 (708) 358-5722 Ph. 27 budrick @oak-park.us P.O.C.: Terra Engineering Attn: Jamil Bou-Saab,Project Manager Attn: Karah Gillispie, Assistant Project Manager 505 N. LaSalle Street, Suite 250 Chicago, IL 60610 (312)467-0123 Ph. (312)467-0220 Fax Project Manager: Wayne Gardner Park District of Oak Park—Lewis Carroll Park(KCC Job#324) Description: Projected consisted of site improvements including the furnishing and installation of new play apparatus,poured-in- place rubber surfacing, concrete path, lighting, site seating, landscaping and crushed stone surfacing. Removal of existing play equipment and surfacing to accommodate new play apparatus was also required. Site electrical and the installation of a drinking fountain was also included in the project scope. Associated Trades: Asphalt, Concrete,Earthwork/Excavation,Electrical, Landscaping,Piping and Playground Equipment Initial Contract Amount: $368,827.04 Final Contract Amount: $393,487.00 Explanation of Cost Variance: A change order was generated to facilitate additional work scopes. Completion Time: 5 months(Completed April 2008) Owner: Park District of Oak Park 218 Madison Street Oak Park,IL 60304 P.O.C.: Terra Engineering Ltd. Attn: Ms. Jamil Bou-Saab,Project Manager Attn: Ms. Karah Gillispie,Assistant Project Manager 505 N. LaSalle Street, Suite 250 Chicago, IL 60610 28 (312)467-0123 Ph. (312)467-0220 Fax Project Manager: Wayne Gardner Please Note: Additional project references shall be made available upon request.Please contact Danilo Kovilic,Management Representative, at(847)671-4978(ext. 4)for all such requests. 29 Schedule of Equipment—Kovilic Construction Co.,Inc. PICK-UP TRUCKS 1. 1996 Ford 250 4wd Diesel 2. 2001 Ford 250 4wd 3. 2000 GMC 2500 4wd 4. 2006 Ford 250 4wd 5. 1996 Ford 250 4wd 6. (2) 1996 Chevy 1 ton 7. 2000 Chevy 3500 Steakbed 8. (2)2005 Ford 450 Diesel 9. 1997 Suburban 4wd 10. 2000 Honda SUV 11. 2000 Chevy 5-10 4wd 12. 2008 Ford 150 4wd 13. 2004 Ford 450 (2) 14. 2004 Ford 250 XL 4wd 15. 2002 Ford E-350 16. 2000 Kenworth T-800 Truck DUMP TRUCKS 1. 1985 Ford LN-7000/Dump 2. 1986 Ford Cargo 7000/Flatbed 3. 2000 Sterling Flatbed 4. 2003 Mack Dump Truck SEMI-DUMPS 1. 1985 Mack w/22'Hilbilt Trailer 2. (2) 1988 Mack w/22' Hilbilt Trailer 3. 1996 Mack w/22' Hilbilt Trailer 4. 2001 Mack E-7 CRANE 1. 1986 Ford LN-8000 w/8 Ton Cap 2. 1987 Link Belt HTC 840 w/40 Ton Cap 3. 1996 Ford 7000 w/15 ton Boom Track SKOOT CRANE 1. (2) 1997 11/o CY Buggy CONCRETE PUMP 1. Thomsen TVS 2035 45 CY HYDRAULIC BACKHOES /LOADERS 1. 1983 Cat 245 Excavator 2. 1985 Komatsu PC 220-LC3 Excavator 3. 1986 Komatsu PC 200-LC3 Excavator 4. 1989 Case 580K Backhoe Loader 5. 1990 Cat D4H Dozer 6. (2) 1993 Case 1845C Skidsteer Uniloader 7. 1995 Case 1845C Skidsteer Uniloader 8. 1998 Case 1845C Skidsteer Uniloader 9. 1998 Case 95XT Skidsteer Uniloader 10. 1996 Cat 966F Front Loader 11. 1999 Cat 3318 Mobile Exchange 12. 1996 Cat 312 Excavator 13. 1996 Cat 312BExcavator 14. 2004 Cat 277 15. 1996 Cat 307 Excavator 16. John Deere 992 Excavator 17. Komatsu 200 FORKLIFT 1. 2001 Lull 644B 6,000# Telescopic Forklift 2. 1998 Clack 5000#Forklift COMPACTION EQUIPMENT 1. 1989 Case 242 Roller 2. 1989 Hamm 2310 S Smooth Drum Compactor 3. 1989 Hamm 2310 SSD Sheep Foot Compactor COMPRESSORS 1. (2) 1995 Leroy 185 2. (2) 1998 Ingersol Rand 600 WELDER 1. (2) 1989 Miller AEAD 200LE CONCRETE SAWS 1. 1989 Clipper 3 Walk Behind TRAILERS 1. 01-22' Deck 3-Axle Lowboy 2. 12-40' Freuhauff Storage Trailer 3. 02-16' Wells Fargo Storage Trailer 4. 02-16' Williams Office Trailer 5. 01-26' Haulette Flatbed 6. 01-16' Nodine Flatbed 7. 0l-32' OT Storage Trailer 8. 01-40' Freuhauff Flatbed 9. 02-12' Doolittle Tag Along Flatbed SURVEYING EQUIPMENT 1. (3)David White Transit Levels 2. Spectra Physics Laser Level 3. Laser Alignment Pipe Laying Laser MISCELLANEOUS EQUIPMENT 1. (2) Gilsen Concrete Mixer 2. (2)Arien Tar Kettle 400 Gallon 3. Efficiency Trench Box 16' X 22' 4. (5)Homelite Water& Sewage Pump 5. (4) Compactor; Best, Clipper& Case 6. (30) Trench Shoring System—Speed Shores 7. 2000 Gallon Water Tank 8. (5) 8' X 20' Trench Box 9. Vibra Screen(Handheld) 10. 28' Mechanical Vibrator Screen 11. 2 C.Y. Concrete Bucket 12. 1 C.Y. Concrete Bucket 13. 36" Cal 215 Bucket 14. 27"Cal 215 Bucket 15. 24"Komatsu Bucket 16. Miscellaneous 20K Shoring Please Note: All equipment listed above will be made available and prioritized for the Pedestrian Circulation Improvements Project. Equipment will remain where it is currently housed at 3721 N. Carnation Street,Franklin Park,IL until required onsite.Any additional equipment which may be required shall be procured following award of contract via purchase or rental. 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: "Pedestrian Circulation Improvements" (A) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is not barred from bidding on this contract as a result of a conviction for the violation of State of Illinois laws prohibiting bid-rigging or bid-rotating. (B) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11-42.1- -' 1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois Compiled Statutes, 1993, the bidder has a written sexual harassment policy in place including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. Thi usiness firm is: (check one) Corporation Partnership Individual Firm Name: Address: City, State, ZIP: Signature:_ — Name Printed: Title: i��.� .�' Telephone: �f3�/ � G /- � 3 Date: / 95 Pedestrian Circulation Improvements BID CERTIFICATION 1 ATTEST: -SEAL- SUBSCRIBED AND SWORN TO before me this /, day of , 20la -6�f, DAMIIG° �-A*,( ,1C Notary Public Notary yun►if., ;rinois U M y Commission Expir<: r20i6 Pedestrian Circulation Improvements BID CERTIFICATION 2 the work and payment for labor, material supplies, and subcontractors in accordance with the terms of the Contract. O. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. P. By submitting a Bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. Q. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. R. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the Public Works Director a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only by addendum duly issued by the Village. The Village will not be responsible for any other explanation or interpretation of the Bid Package. 5. SUBSTITUTIONS: A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 3 D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: 1. Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions. 6. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construc- tion 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 con- tract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village. 7. CONDITIONS: The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailer's Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 4 8. WARRANTY: As outlined and described in the General Requirements. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. 10.INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11.INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 5 provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - 1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers, or agents. 2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 6 3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. 4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 12.SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 13.EQUAL OPPORTUNITY: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 7 14.PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 8 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. 15.EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer' means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi-skilled or unskilled, whether manual or non-manual. 16.COPIES OF DOCUMENTS: The number of copies of Contract and Bond required to be executed is as follows: a) Two (2) original counterparts of the Contract documents will be required to be executed. 17.EXECUTION OF DOCUMENTS: The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: A Bid signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 9 A bid signed for a partnership shall be signed by all of the partners or by an attorney-in- fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. A bid signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. 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. 18.NON-DISCRIMINATING: The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 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. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 10 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. Pedestrian Circulation Improvements INSTRUCTIONS TO BIDDERS 11 CONTRACTING REQUIREMENTS CONTRACT Pedestrian Circulation Improvements {t. 1. THIS AGREEMENT, made and concluded thisc, day of ja4t2013, between the Village of Oak Brook, a municipal corporation, acting by and rou h. �� its President and Board of Trustees, known as VILLAGE, and i llh p, Q;aG-�i ACYL his executors, administrators, successors or assigns, known as CONTRACTOR. �„ ,� 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their own proper cost and expense, to do all work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this Contract. 3. And it is also understood and agreed that the a ire Bid ackage hereto attached, approved by the VILLAGE this '`day of 2013, are all essential documents of this contract and are a part hereof. 4. The CONTRACTOR hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5/33E-3 or 5/33E- 4 of Chapter 720 of the Illinois Compiled Statutes. 5. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: VILLAGE OF OAK BROOK By Village Clerk Village President ATTEST: Corporate Name Secretary Contrac Pedestrian Circulation Improvements CONTRACT 1 Partners doing Business under (If a Co-Partnership) the firm name of Party of the Second Part (If an Individual) Party of the Second Part Pedestrian Circulation Improvements CONTRACT 2 SEXUAL HARASSMENT CERTIFICATE _ � I> /,,- e_ / hereinafter referred to as "Contractor' having submitted a bid/proposal for to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following information: '— 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6-101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Illinois Department of Human Rights upon request. f Authorized AgeAtW,Contractor Subscribed and sworn to before me this 12''14 day of "� ; , 20 /�. TDAtNIL'O E= AL SE:01inois KOVwas Public,State ouion Expires')) 1 b Notary Public -- Pedestrian Circulation Improvements SEXUAL HARASSMENT CERTIFICATE DRUG-FREE WORKPLACE Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois Drug Free Workplace Act, being 30 ILCS 580/3. Attest/Witness: Contractor By: By: Name of Contr xecuting Officer Title: A�2., Title: Title of Contractor's Executing " Officer Subscribed and Sworn to beforejpethis day of Jam,; , 20 r3. My Commission Expires: Notary Public -SEAL- ._ EDANILO CIAL SEAL" KOVILIC ic,State of Illinois Expires 01/11/2016 1 Pedestrian Circulation Improvements DRUG-FREE WORKPLACE 1 PREVAILING WAGE AFFIDAVIT (name of signatory), on oath hereby state and certi- fy that Ci.l '���� (name of Contractor), pursuant to a Con- tract dated I�f d , 2013, with the Village of Oak Brook for the _ Project, has complied and will comply with all laws, including those relating to the employment of labor, the payment of the current general prevailing rate of hourly wages for each craft or type of worker or mechanic needed to execute the Contract or perform such work, and also the current general prevailing rate for legal holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type of worker or mechanic needed to execute the aforesaid Contract or to perform such work. U -name of Contractor) has also complied and will comply with all record keeping requirements established in the Prevailing Wage Act (820 I LCS 130/0.01, et seq. CONTRACTOR: By: Title: SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF ��r,,�� 2013 "OFFICIAL SEAL' NOTARY PUBLIC DANILO KOVILIC Notary public,State of Illinois My commission Expires Ol/11/2016 Pedestrian Circulation Improvements PREVAILING WAGE AFFIDAVIT 1 CERTIFICATION OF PAYROLL RECORDS (na of person executing this ce ificate) do VLCWJA&JC)/)by c rtify that I am the duly qualified and acting � �,; (title) for i Ii e. (name of contractor) and, as such, am authorized to certify payroll records as true and accurate for such company in accordance with the requirements of Section 5 of the Prevailing Wage Act (820 ILCS 130/5) (the "Act"). I do hereby further certify that the following document is a tri�gg a a curat copy of the rec- ords of all lab �r , �echhan�icsand other workers employed by>l__ j name of con- tractor) on th Project (the "Project") for the Village of Oak Brook (the "Vil- lage"), including each such worker's name, address, telephone number, social security number, classification or classifications; and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each w rker is,not II1�ss t an the gen- eral prevailing rate of hourly wages required by the Act, and that 09; 1 Zt, at iil & (name of contractor), and I on behalf of such contractor, are fully aware that filing a certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we and any subcontractor hired by us shall make available for inspection the records required in the Act to the District, its officers and agents, and to the Director of Labor, his deputies and agents, at reasonable hours at a location within the State of Illinois. j �� 2013 Date: �n��na�-� / , ��v,/,G. L.�o�✓�Y�-dim-lso�J �_ _�-•:/2�.. (Name of Contractor) Signature) (Printed Name) (Title) Subscribed and sworn to before me this 1/day of:!!t�a2���2013. ,. "OFFICIAL SEAL" Notary Public DANILO KOVILIC [Notary Public,state of Illinois ommission Expires of/11/2016 Pedestrian Circulation Improvements CERTIFICATION OF PAYROLL RECORDS 1 CONTRACT BOND Pedestrian Circulation Improvements Bond # Subject to Adjustment Based on Final Contract Price ----------------------------------------------------------------- ----------------------------------------------------------------- We, as PRINCIPAL, and , as SURETY, are held and firmly bound unto the Village of Oak Brook (hereafter referred to as "VILLAGE") in the penal sum of Dollars ($ ), lawful money of the United States, well and truly to be paid unto said VILLAGE, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to ep rform said work in accordance with the terms of said contract, including, but not limited to the term requiring the payment at the prevailing rate of hourly wages, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted, except as modified by the Guarantee section of the Bid; and has further agreed that this bond shall insure to the benefit of any person, firm, company or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company, or corporation, for the recovery of any such money. NOW, THEREFORE, if the said Principal,shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and 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 Pedestrian Circulation Improvements CONTRACT BOND 1 faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of , 2013. PRINCIPAL (Company Name) (Company Name) By: By: (Signature) (Signature) (Title) (Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) SURETY By: (Name of Surety) (Signature of Attorney in Fact) State of Illinois ) ) SS. County of ) a Notary Public in and for said county, do hereby certify that (names of individuals signing on behalf of Principal and Surety) who are each 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 day of , 2013. Notary Public My commission expires: Pedestrian Circulation Improvements CONTRACT BOND 2 GENERAL REQUIREMENTS SUMMARY OF WORK AND GENERAL REQUIREMENTS CONTRACT DOCUMENTS AND RELATED REQUIREMENTS Drawings, general provisions of the contract, including general and supplementary conditions shall apply to the work of this section. The contract documents show the work to be done under the contract and related requirements and conditions impacting the project. Related requirements and conditions include applicable codes and regulations, notices and permits, existing site conditions and restrictions on use of the site, requirements for partial owner occupancy during the work, coordination with other work and the phasing of the work. In the event the Contractor discovers a conflict in the contract documents and/or requirements or codes, the conflict must be brought to the immediate attention of the Owner's representative for resolution. Whenever there is a conflict or overlap in the requirements, the most stringent shall apply. EXTENT OF WORK In general the work shall include site preparation, removals, and construction of new sidewalks, decorative concrete paving crosswalks, bollard lighting, and pedestrian crossing signal devices. DESCRIPTION TASKS The work tasks for the pedestrian circulation improvements are summarized briefly as follows: A. Remove and dispose of asphalt and concrete paving and curbs to accommodate new improvements. B. Install electrical components as required for bollard lighting and pedestrian crossing signals. C. Construct concrete curbing and retaining walls. D. Construct crosswalks and sidewalks. E. Complete roadway striping and restore turf areas as required. WORK HOURS Work hours are 7:00 a.m. to 3:00 p.m. Monday through Friday. Any deviation is subject to the approval of the Village representative. The project will be done on consecutive work days until completed, delays only to in- clement weather. CONTACT INFORMATION The contractor shall supply to the Village, phone numbers where he/she can be reached after normal working hours. Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 1 CONTRACTOR USE OF PREMISES The Contractor and Contractor's personnel shall cooperate fully with the Owner's representative to facilitate efficient use of the project site. The Contractor shall perform the work in accordance with the Owner's specifications and drawings. The Contractor shall perform work on the project site strictly within the limits indicated in the contract documents. GENERAL APPLICABILITY OF CODES, REGULATIONS, AND STANDARDS All work under this contract shall be done in strict accordance with all applicable Federal, State, and local regulations. All applicable codes, regulations and standards are adopted into this specification and will have the same force and effect as this specification. The most recent edition of any relevant regulation, standard, document or code shall be in effect. Where conflict among the requirements or with these specifications exists, the most stringent requirement(s) shall be utilized. PERMITS/LICENSES The Contractor shall obtain all required permits and licenses to perform the work as required by Federal, State, and Local regulations. Contractor is required to obtain all necessary permits from the Village of Oak Brook, including permits for sidewalk, grading, and electrical work, and schedule required inspections through Community Development. There will be no charge for these permits. POSTING AND FILING OF REGULATIONS Maintain two (2) copies of applicable federal, state, and local regulations. Post one copy of each at the regulated area where workers will have daily access to the regulations and keep another copy in the Contractor's office. OWNER'S RESPONSIBILITIES Prior to commencement of work: Notify occupants adjacent to the work areas of the project dates and requirements for relocation, if needed. Arrangements must be made prior to starting work for relocation of equipment. Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 2 PRE-CONSTRUCTION MEETING Prior to commencing the work, the Contractor shall meet with the Owner's representative to present and review, as appropriate, the project schedule, safety requirements submittals and access to the work area. PROJECT COORDINATION The following are the minimum administrative and supervisory personnel necessary for coordination of the work. Prior to the start of work, the contractor shall provide and maintain a sufficient quantity of materials and equipment to assure continuous and efficient work throughout the duration of the project. Work shall not start unless the following items have been delivered to the site and verification has been submitted to the Owner's representative. All materials shall be delivered in their original package, container or bundle bearing the name of the manufacturer and the brand name (where applicable). Store all materials subject to damage off the ground, away from wet or damp surfaces and under cover sufficient enough to prevent damage or contamination. Flammable and combustible materials cannot be stored inside buildings. The Contractor shall not block or hinder use of the project site by staff, and visitors by placing materials/equipment in any unauthorized location. The Owner's representative shall inspect for damaged, deteriorating or previously used materials. Such materials shall not be used and shall be removed from the worksite and disposed of properly. Adequate and appropriate PPE for the project and number of personnel/shifts shall be provided. All personal protective equipment issued must be based on a written hazard assessment in accordance with OHSA requirements. The Contractor shall be responsible for coordination of construction operations between sub-contractors included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. PRE-CONSTRUCTION MEETING SUBMITTALS Submit to the Owner's representative a minimum of 14 days prior to the pre- construction meeting the following for review and approval. Meeting this requirement is a prerequisite for the pre-construction meeting for this project: Submit a detailed work schedule for the entire project. Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 3 Submit a staff organization chart showing all personnel who will be working on the project and their capacity/function. STORAGE OF MATERIALS A storage location for materials and equipment shall be mutually agreed upon between the Owner's representative and the contractor before any material is stored on site. De- liver material with manufacturers labels intact and legible, store material on raised plat- forms and cover material with protective covering. Before work is started, deliver to the job site sufficient material to complete the project. If a dumpster is required, the location of the dumpster placement shall be mutually agreed upon between the Owner's representative and the contractor. All materials and equipment shall be maintained during the course of this project and shall be secured at the end of each workday. At all times the work and storage areas shall be kept in a clean, orderly, and a picked up manner, to prevent debris from blowing. Clean adjoining streets and immediate vicinity at the end of each work day. Sidewalks and other work areas will be broom swept to remove all debris. Daily material and debris not placed into dumpster will be removed from the site. REQUESTS FOR INTERPRETATION (RFI's) Immediately on discovery of the need for interpretation of the Contract Documents, pre- pare and submit an RFI on a form acceptable to the Owner's representative. Owner's representative will review each RFI, determine action required, and return it. Allow seven working days for Owners Representative's response for each RFI. RFIs received after 1:00 p.m. will be considered as received the following working day. Owners Representative's action may include a request for additional information, in which case Owners Representative's time for response will start again. Owners Representative's action on RFIs that may result in a change to the Contract Time or the Contract.Sum may be eligible for Contractor to submit Change Proposal. APPLICATIONS FOR PAYMENT Each Application for Payment shall be consistent with previous applications and pay- ments as certified by the Owner's representative. The date for each progress payment is indicated in the Contract. The period of con- struction Work covered by each Application for Payment is the period indicated in the Agreement. Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 4 Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from every entity who is lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. SUBMITTAL PROCEDURES Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. Owner's representative reserves the right to withhold action on a submit- tal requiring coordination with other submittals until related submittals are received. Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's representative's receipt of submittal. No exten- sion of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. Allow 7 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner's representative will advise Contractor when a submittal being processed must be delayed for coordination. Allow 7 days for review of each resubmittal. Highlight, encircle, or otherwise specifically identify deviations from the Contract Docu- ments on submittals. Resubmit submittals until they are marked "Approved." Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabrica- tors, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Use only final submittals with mark indicating "Approved" tak- en by Owner's representative. For Product Samples submit one full set of available choices where color, pattern, tex- ture, or similar characteristics are required to be selected from manufacturer's product line. Owner's representative will return submittal with options selected. TESTING The Owner's representative reserves the right to perform material testing throughout the project. The Contractor shall coordinate the testing with the testing firm contracted di- rectly with the Owner. EXECUTION OF WORK The existence and location of site improvements, utilities, and other construction indi- cated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of electrical systems and other construction affecting the Work. Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 5 construction, verify dimensions of other construction by field measurements before fab- rication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. Verify space requirements and dimensions of items shown diagrammatically on Drawings. Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Owner's representative. Include a de- tailed description of problem encountered, together with recommendations for changing the Contract Documents. Construction Layout: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If dis- crepancies are discovered, notify Owner's representative promptly. Locate and lay out site improvements, including pavements, grading, fill and topsoil placement. Locate and lay out control lines and levels for structures and foundations. Level structures and foundations from two or more locations. Locate the Work and components of the Work accurately, in correct alignment and ele- vation, as indicated. Comply with manufacturer's written instructions and recommenda- tions for installing products in applications indicated. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. Obtain and distribute to the par- ties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. CLEANING Upon completion of the project the work area shall be cleaned. All debris and remaining material and supplies shall be removed from the jobsite, including the dumpster within 72 hours of completion. CLOSEOUT PROCEDURES Substantial Completion: Submit a written request for inspection for Substantial Comple- tion. On receipt of request, Owner's representative will either proceed with inspection or notify Contractor of unfulfilled requirements. After inspection, Owner's representative will prepare list of items to be completed and corrected (Punch List). Punch List items must be completed prior to certification of Substantial Completion. Final Completion: Submit a written request for final inspection for acceptance. On re- ceipt of request, Owner's representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's representative will prepare a final Certif- icate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. WARRANTY All material and workmanship shall be warranted against defects in material and labor for 1 year after acceptance of the project by the Village. Pedestrian Circulation Improvements SUMMARY OF WORK AND GENERAL REQUIREMENTS 6 SPECIFICATIONS MOBILIZATION Description: This work shall consist of preparatory work and operations necessary for the movement of personnel, equipment, supplies, and other incidentals to the project site Basis of Payment: This item will be paid for at the contract lump sum price for MOBILIZATION. This item will only be paid for once regardless if the project needs to be stopped for any reason. PRECONSTRUCTION VIDEO TAPING Description: The Contractor shall prepare pre-construction video documentation of all features in the area affected by construction including the construction staging area. All video camera, recorders, tapes, accessories, and appurtenances shall be digital format equipment. Pre-construction video documentation shall consist of a series of high resolution color audio-video DVD's showing all areas affected by construction. Construction Requirements: All pertinent features within the construction's zone of influence shall be shown in sufficient detail to document its pre-construction condition. Features to be shown shall include but not be limited to pavements, curbs, driveways, sidewalks, retaining walls, landscaping, trees, shrubbery, fences, light posts, etc. View orientation shall be maintained by audio commentary on the audio track of each DVD to help explain what is being viewed. Basis of Payment: The pre-construction video taping shall be completed and copies of the tapes submitted to the Owner's representative for approval before commencing mobilization and/or construction activities. This work shall be paid for at the contract lump sum price for PRECONSTRUCTION VIDEO TAPING. No progress payments will be processed until the preconstruction video tape has been received and approved by the Owner's representative. TRAFFIC CONTROL, MAINTENANCE OF TRAFFIC, DETOURS Description: This item shall include the furnishing, installing, maintaining, relocating and removing of all traffic control devices and personnel used for the purpose of regulating, warning, or directing traffic during the construction of this project. All traffic control devices used on this project shall conform to the Standard Specifications for Traffic Control Devices and the Illinois Manual on Uniform Traffic Control Devices. No waiving of these requirements will be allowed without prior written approval of the Engineer. As a minimum the Contractor will use the latest standards drawings listed: 701502, 701606, 701701, 701801 & 701901. The Contractor shall protect all workers engaged in the project, and shall provide for safe and convenient public travel by providing adequate traffic control under all circumstances. Such circumstances may include, but not be limited to work performed Pedestrian Circulation Improvements SPECIFICATIONS 1 along the route under construction, road closures for construction operations of any type, or when any section of the road is opened to traffic prior to completion of all work. The Contractor shall ensure that work zone in question is properly signed, barricaded and otherwise marked. The Contractor will be responsible for the proper location, installation, and arrangement of all traffic control devices during the period of construction. All open excavations shall be protected by Type I barricades equipped with bi-directional flashing lights at each end of the excavation, as well as at 50-foot intervals between ends for excavations greater than 50 feet in length and weighted down by two sandbags per each barricade. All street closures shall be protected by Type III barricades equipped with bi-directional flashing lights and weighted down by eight sandbags per each barricade. The Contractor shall plan his work so that there will be no open holes during non- working hours and that all barricades have been removed from the pavement during non-working hours. In the event that one direction of travel must be closed, the Contractor has the option of setting up a detour route or using flaggers (minimum of two). The Owner's representative shall approve proper signing and barricading of the detour route and lane closures, and shall issue written authorization prior to closure. The Contractor shall maintain his operations in a manner such that traffic flow shall not be substantially impeded during the construction of the proposed improvements. Where traffic must cross open trenches during a given work day, the Contractor shall provide steel plates at street intersections and driveways. Prior to the end of a given work day, the pavement surface shall be temporarily restored. No open excavation may be left overnight or on the weekend without the express written permission of the Owner's representative. No street closure shall be permitted without the express written permission of the Owner's representative. No street closure may exceed 800 linear feet, nor be in effect from Friday night at 4:30PM to Monday morning at 9:OOAM. Where it is necessary to establish a temporary detour, all the requirements of the Standard Specifications and MUTCD shall be met. As the condition and location of the work changes, the Contractor shall maintain all traffic control devices and personnel engaged in traffic control, in a manner that will accommodate the changing particulars of the work at any given time. Advance warnings, detour and directional information and other controls or directions necessary for safe passage of traffic around the work site including sidewalk closures shall be reviewed and changed, if necessary, to meet the needs of the situation. Signage erected, but not necessary or proper for the situation ahead shall be covered or taken down. Barricading and signage shall be monitored on a daily basis to ensure that it meets the requirements for work zone safety for the conditions of the particular work being performed. Pedestrian Circulation Improvements SPECIFICATIONS 2 The Contractor shall provide a name and phone number for a responsible party capable of providing emergency service, 24 hours per day, for the duration of the Project. Basis of Payment: This work shall be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION, which price shall be payment in full for the installation and maintenance of proper traffic control to protect the work and the public for the duration of the Project. CONSTRUCTION LAYOUT, STAKING AND AS-BUILTS Description: The Contractor shall be required to furnish and place construction layout stakes for the project. The Contractor will be provided a digital copy of the plans, including northing and easting points, to be used for construction layout, at key locations. The Contractor shall provide field forces directed by a Registered Land Surveyor and establish the centerline of the project based upon the reference information provided on the plans, set all additional stakes for the project, including interchanges which are needed to establish offset stakes, reference points, slope stakes, pavement and curb line and grade, culverts, sewers and drainage structures, paved gutters, walls, monuments, fence, right-of-way lines, and any other horizontal or verticals controls, including supplementary benchmarks, necessary to secure a correct layout of the work. Stakes for the line and grade of pavement and/or curb shall be set at sufficient station intervals (not to exceed 50 feet) to assure substantial conformance to plan line and grade. The Contractor shall be responsible for having finished work that substantially conforms to the lines, grades, and elevations and dimensions called for on the plans. Any inspection or checking of the Contractor's layout by the Owner's representative and the acceptance of all or any part of it shall not relieve the Contractor of his responsibility to secure the proper dimensions, grades, and elevations of the work. The Contractor shall exercise care in the preservation of stakes and benchmarks, and shall have them reset at his expense when any are damaged, lost, displaced, or removed. The Contractor shall use a Registered Surveyor or Engineer and competent personnel and suitable equipment for the layout of the work required. Special attention is drawn to the fact that the Contractor will be required to keep and provide to the City record drawings of the improvement. The Contractor will be required to keep the as-built information recorded on the drawings. Standard dimensioning techniques are to be used. The information will be clear and legible to the satisfaction of the Owner's representative. Lettering on the plans will not be smaller than 1/10 of an inch in height. The Contractor will retain the services of a Registered Professional Engineer in Illinois who will review the record drawings and then provide the signed and seal statement of opinion regarding the contents of the information included in the record drawings. Pedestrian Circulation Improvements SPECIFICATIONS 3 Basis of Payment: This work will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT, STAKING,AND AS-BUILTS which will include all materials, equipment, and labor needed to establish, maintain and correct if necessary the lines and grades as described herein. INLET AND PIPE PROTECTION This work shall be in accordance with Section 280 of the Standard Specifications except as modified herein. The Inlet Protector shall be a reinforced sediment bag with a frame that is inserted between the existing frame and grate. The Inlet Protector shall have an overflow feature to prevent ponding during heavy storms. The Owner has pre-approved Flexstorm Inlet Filters as manufactured by Inlet & Pipe Protection, Inc., 24137 West 111th Street, Unit A, Naperville, IL 60564 (866) 287-8655. Other manufacturers may be used with prior approval from the Owner's representative. Payment will be made at the contract unit price per each for INLET PROTECTION which price shall include all costs associated with the installation and any necessary relocation of the protection system. Cleaning and/or replacement of the Inlet Protector will be at the discretion of the Engineer and shall be included in the cost of INLET PROTECTION. TREE REMOVAL Description: This work will be performed in accordance with Section 201 of the Standard Specifications. Basis for Payment: This work will be paid for at the contract unit price per each for TREE REMOVAL. REMOVAL OF EXISTING PAVEMENT AND APPURTANCES Description: This work will be performed in accordance with Section 440 of the Standard Specifications with the following amendments. This work will include all saw cutting. The removal of the monolithic high-back curb will be included in the cost of the sidewalk removal. The removal of concrete median will be included in the cost of the sidewalk removal. No additional compensation for pavement removal shall be allowed without written direction from the Owner's representative prior to the commencement of any work. All materials shall be properly disposed of. Removals will be made to the depth of the new structure. Pedestrian Circulation Improvements SPECIFICATIONS 4 Basis for Payment: This work will be paid for at the contract unit price per square yard for PAVEMENT REMOVAL, the contract unit price per foot for CONCRETE CURB AND GUTTER REMOVAL, the contract unit price per square foot for SIDEWALK REMOVAL and the contract unit price per square foot for STONE COBBLE REMOVAL, which price will include the cost of removing and disposing of the materials and excavation to the top of the proposed subgrade. All saw cutting shall be included in the unit price and will not be paid for separately. RELOCATE EXISTING STREET SIGN, RELOCATE EXISTING REGULATORY SIGN Description: This item shall consist of removing, securely storing and reinstalling the existing street sign and regulatory signs at the locations and per the details as shown on the plans and as directed by the Owner's representative. The existing signs shall be stored at a location that will prevent them from being damaged or lost. If the sign or post is damaged during excavation, Contractor will be required to replace at his expense. The contractor will supply and install with concrete if required. Basis of Payment: This work shall be paid for at the contract unit price per each for RELOCATE EXISTING STREET SIGN and RELOCATE EXISTING REGULATORY SIGN for all work as specified herein. The cost of the concrete foundation for the Relocated Street Sign will not be measured separately and shall be included in the cost of RELOCATED STREET SIGN. CONCRETE CURB AND GUTTER Description: This work shall consist of the construction of new combination curb and gutter and concrete barrier (type B) curb as shown on the Plans or as designated by the Owner's representative in the field. All work shall be done in accordance with Sections 440 and 606 of the IDOT Standard Specifications and the details shown on the Plans. The concrete shall be Class SI as specified on Article 1020 of the IDOT Specifications. Basis of Payment: This work will be paid for at the contract unit price per foot for CONCRETE CURB AND GUTTER or CONCRETE BARRIER CURB, of the type specified, which price include payment for all earth excavation, furnishing and installing all expansion joints, contraction joints, tie bars, sub-base granular material, backfilling and any other appurtenant work as required. Depressed curb will be paid at the contract unit price for the adjacent type of curb specified. CONCRETE SIDEWALK Description: This item shall consist of the construction of sidewalks as per the details and at locations shown on the plans or as directed by the Owner's representative. This item will include the subbase aggregate and any excavation that is required for the Pedestrian Circulation Improvements SPECIFICATIONS 5 installation of the new sidewalk according to the details on the plans. Construction shall conform to the requirements of Section 424 of the IDOT Standard Specifications except as modified herein. The sidewalk shall be constructed on an aggregate base consisting of compacted CA-6 on a dry natural or compacted subgrade. The sidewalk shall be constructed with contraction joints spaced according to the Sidewalk Scoring Plan or as directed by the Owner's representative. The contraction joint shall be one inch in depth and may be either saw cut or tooled at the time of finishing. Basis of Payment: This work will be paid for at the contract unit price per square foot for CONCRETE SIDEWALK, which shall include earth excavation, aggregate base, expansion joints, contraction joints, tie bars and all work specified herein. Concrete Side Curb at curb ramps will not be measured separately and shall be included in the cost of CONCRETE SIDEWALK. DETECTABLE WARNINGS Description: This work will consist of all the labor, materials, tools and equipment necessary to install the prefabricated detectable warning pad. Construction will conform to the requirements of Section 424 of the Standard Specifications with the following addition. Detectable warnings will be a prefabricated system. The size of the detectable warning pads will be as shown on the plans. One warning pad per location is preferred, if it is available from the manufacturer. The color of the detectable warning surface will be red or equivalent, as approved by the Owner's representative. Approved products are listed below and are subject to change during time of contract. Wet Set by: Tuftile, Inc. 1200 Flex Court Lake Zurich, IL 60047 Phone: 888-960-8897 keith(M-tuftile.com www.tuftile.com Basis of Payment: This work will be paid for at the contract unit price per square foot for DETECTABLE WARNINGS. Pedestrian Circulation Improvements SPECIFICATIONS 6 DECORATIVE CONCRETE PAVING CROSSWALK Description: This work shall consist of providing integrally colored and stamped concrete paving crosswalks. All work shall be done in accordance with Sections 420 of the IDOT Standard Specifications and per the details shown on the plans, and as directed by the Owner's representative. The concrete shall be Class PV as specified on Article 1020 of the IDOT Specifications. This item will include the subbase aggregate and any excavation that is required for the installation of the new crosswalks according to the details on the plans. The contractor shall submit product data and color samples for review and approval prior to installation. Installer must be trained or approved by the manufacturer of the decorative concrete systems and must have a minimum of two years' experience with projects of similar scope and quantity. The contractor shall provide an on-site mock-up, minimum size of 4 feet by 4 feet by full thickness. Demonstrate range of finishes and workmanship, including curing procedures. Approved field samples set quality standards for comparison with remaining work. Approved field samples may become part of the completed work if approved by the Owner's representative. Deliver materials in original packaging with labels intact. Store in clean, dry and protected location according to manufacturer's requirements. The Concrete Pavement shall have an integrally colored and stamped pattern as Manufactured by Butterfield Color, (800) 282-3388, www.butterfield color.com or equal as approved by the Owner's representative. Integral Concrete Colorant: ASTM C 979, factory-measured powdered mix in self- dissolving packaging, consisting of non-fading finely-ground synthetic mineral-oxide coloring pigments and water reducing wetting agent. Product: Butterfield Color® Uni-Mix® Integral Colorant. Color: Uni-Mix® U35 — Shadow Slate. Final color selections to be approved by the Owner's representative. Clear Liquid Release Agent: Clear liquid bond breaker used with stamping mats, texturing skins or texture rollers prior to imprinting concrete. Product: Butterfield Color® Clear Liquid Release. Stamp Mats: Semi-rigid polyurethane mats with projected texture and ridged underside capable of imprinting texture and joint patterns to plastic concrete. Manufacturer: Butterfield Color®. Pedestrian Circulation Improvements SPECIFICATIONS 7 Pattern: Ashlar Slate. Final stamp pattern selections to be approved by Owner's representative. Accessory Stamp Tools: Aluminum detailing tools capable of imprinting joints and dressing stamped joints of plastic concrete. Product: Butterfield Color® Stamp Tools. Concrete Admixtures: Comply with requirements of the Standard Specifications. Do not use calcium chloride or admixtures containing calcium chloride. Curing and Sealing Materials: Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 309, non-yellowing, VOC-compliant, high-gloss, clear liquid. Product: Butterfield Color® Clear-Guard TM Cure & Seal. Flatten Paste: Manufacturer's standard product designed to reduce sealer gloss finish to matte finish. Product: Butterfield Color® Flatten Paste. Slip-Resistive Additive: Finely graded aggregate or polymer additive designed to add to sealer for slip-resistant surface. Stamping: Stamp concrete surfaces according to manufacturer's instructions. Mat Stamping: While concrete is plastic, accurately align stamp mats in sequence and uniformly press into concrete to produce imprint pattern, texture, and depth of imprint, according to manufacturer's instructions. Remove stamps from concrete immediately. Stamp edges and surfaces unable to be imprinted with stamp mat with flexible stamping mats. Remove unembedded pigmented powder release agent after interval recommended by manufacturer and according to manufacturer's instructions. Pressure wash surfaces according to manufacturer's instructions without damaging decorative concrete. Joints: Provide sawcut control joints approximately 10 feet on center and expansion joints approximately 40 feet on center. Continue stamp pattern through joints required for construction staging. Review joint placement with Owner's representative to minimize impact to stamp pattern for approval prior to placement. Curing and Sealing: Protect decorative concrete pavement from prematurely drying and excessive cold or hot temperatures. Cure decorative concrete pavement according to manufacturer's instructions. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. Pedestrian Circulation Improvements SPECIFICATIONS 8 Do not over apply or apply in a single heavy coat. Thoroughly mix flatten paste in curing and sealing compound according to manufacturer's instructions. Stir occasionally to maintain uniform distribution of paste. Thoroughly mix slip-resistant additive in sealer according to manufacturer's instructions. Stir occasionally to maintain uniform distribution of additive. Verify adequacy of slip resistance before opening up surfaces to traffic. Do not cover concrete with plastic sheeting. Repairs and Protection: Repair damaged decorative concrete pavement if required according to manufacturer's instructions. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. Protect decorative cement concrete pavement from damage or deterioration until date of Final Acceptance. Basis of Payment: This work will be paid for at the contract unit price per square foot for DECORATIVE CONCRETE PAVING CROSSWALK, which shall include earth excavation, aggregate base, expansion joints, contraction joints, tie bars and all work specified herein. PAVEMENT PATCHING Description: This work shall be completed in accordance with Section 353, 440 and 442 and of the IDOT Standard Specifications and the details in the plans. The patches will not be quantified by type. The contractor will maintain the edge of the sawed pavement during construction operations or will re-saw the edge prior to placing the patch at no additional cost. Basis of Payment: This work shall be paid for at the contract unit price per square yard for PAVEMENT PATCH which price will include saw cutting, removal of existing pavement, PCC base course, aggregate and HMA surface course and all other work specified. CONCRETE RETAINING WALL Description: This work will consist of the labor, equipment and materials required to excavate, compact and construct the concrete retaining wall as shown in the detail on the plans. The work shall be performed according to Section 503 of the Standard Specifications and as directed by the Owner's representative. The concrete shall be Class SI as specified on Article 1020 of the IDOT Specifications. This item will include the subbase aggregate and any excavation that is required for the installation of the new concrete seat wall according to the details on the plans. The contractor shall submit product data and color samples for review and approval prior to installation. Pedestrian Circulation Improvements SPECIFICATIONS 9 The concrete seat wall shall include a stone pattern form liner in locations as shown on the plans. The form liner shall be high-strength urethane form liners for cast-in-place concrete structures to achieve a simulated stone masonry appearance. The work shall be completed in accordance with Section 503 of the Standard Specifications except as specified herein, as shown on the plans, and as directed by the Owner's Representative. This item also consists of providing and applying a concrete stain to the textured concrete surface. Form liner shall be applied on exposed wall surfaces as shown on the plans. The form liner module is to be integrated into the specified surfaces such that there are no joints crossing the modules except where joints are indicated on the plans. Submit shop drawings of the concrete facing patterns for each area of concrete form liner. Shop drawing submittals shall include elevation views of the form liner panel layouts for the texture showing the full length and height of the structures including the footings with each form liner panel outlined. The arrangement of the form liner panels shall provide a continuous pattern of desired textures and colors with no interruption of the pattern made at the panel joints. The Contractor shall provide a cast concrete mockup containing the form liner surfaces. Locate mockup on site as directed by the Owner's Representative. Include examples of each condition required for construction i.e. liner joints, construction joints, expansion joints, steps, corners, and special conditions due to topography or man made elements, etc. Form Liners - Form liners shall be of high quality, highly reusable and capable of withstanding anticipated concrete pour pressures without causing leakage or causing physical defects. Form liners shall attach easily to pour-in-place forms and be removable without causing concrete surface damage or weakness in the substrate. Liners used for the texture shall be made from high-strength elastomeric urethane material which shall not compress more than 0.02 feet when poured at a rate of 10 vertical feet per hour. Form release agents shall be non-staining, non-residual, non- reactive and shall not contribute to the degradation of the form liner material. Forms for smooth faced surfaces shall be plastic coated or metal to provide a smooth surface free of any impression or pattern. Deliver materials in original and sealed containers, clearly marked with the manufacturer's name, brand name, type of material, batch number, and date of manufacture. Form liner shall provide a finish that mimics an ashlar stone pattern with approximate stone sizes of 8" to 25", and an average relief of 1" and maximum relief of 1-1/4". The following products are pre-approved: 1. . Custom Rock International, Pattern #1103 Rustic Ashlar, 2020 West 7th Street, St. Paul, MN 55116; 800-637-2447 www.custom-rock.com Pedestrian Circulation Improvements SPECIFICATIONS 10 2. Milestones Incorporated, Pattern MS-1003 English Drystack, 235 Monroe Street, Hudson, WI 54016; 715-381-9660 www.milestones-online.com 3. Scott System, Pattern #189 Teton Drystack, 10777 East 45th Avenue, Denver, CO 80239; 303-373-2500 www.scottsystem.com Form liners shall be installed in accordance with the manufacturers' recommendations. Form liners shall withstand concrete placement pressures without leakage causing physical or visual defects. A form release agent shall be applied to all surfaces of the liner which will come in contact with concrete as per the manufacturer's recommendations. After each use, liners shall be cleaned and made free of build-up prior to the next placement, and visually inspected for blemishes or tears. The liner shall be securely attached to the forms according to the manufacturer's recommendations. Liners shall be attached to each other with flush seams and seams filled as necessary to eliminate visible evidence of seams in cast concrete. Liner butt joints shall be blended into the pattern so as to create no visible vertical or horizontal seams or conspicuous form butt joint marks. Liner joints must fall within pattern joints or reveals. Finished textures shall be continuous without visual disruption and properly aligned over adjacent and multiple liner panels. Continuous or single liner panels shall be used where liner joints may interrupt the intended pattern. Panel remnants shall not be pieced together. The Contractor shall coordinate concrete pours to prevent visible differences between individual pours or batches. Concrete pours shall be continuous between construction or expansion joints. Cold joints shall not occur within continuous form liner pattern fields. Wall ties shall be coordinated with the liner and form to achieve the least visible result. Liners shall be stripped between 12 and 24 hours as recommended by the manufacturer. Curing methods shall be compatible with the desired aesthetic result. Use of curing compounds will not be allowed. Concrete slump requirements shall meet the form liner manufacturers' recommendations for optimizing the concrete finish, as well as (DOT's material specifications and special provisions. With the use of standard Portland cement concrete mixtures, the Contractor shall employ proper consolidation methods to ensure the highest quality finish. Internal vibration shall be achieved with a vibrator of appropriate size, the highest frequency and low to moderate amplitude. Concrete placement shall be in lifts not to exceed 1.5 feet. Internal vibrator operation shall be at appropriate intervals and depths and withdrawn slowly enough to assure a minimal amount of surface air voids and the best possible finish without causing segregation. External form vibrators may be required to assure the proper results. Any use of external form vibrators must be approved by the form liner manufacturer and the Engineer. The use of internal or external vibratory action shall not be allowed with the use of self-consolidating concrete mixtures. It is the intention of this specification that no rubbing of flat areas or other repairs shall be required after form removal. The finished exposed formed concrete surfaces shall be Pedestrian Circulation Improvements SPECIFICATIONS 11 free of visible vertical seams, horizontal seams, and butt joint marks. Grinding and chipping of finished formed surfaces shall be avoided. Stain shall be applied on all form liner wall surfaces for cast-in-place concrete structures as shown on the plans. The concrete stain applicator shall have a minimum of five (5) years demonstrated experience in applying concrete stains. Submit manufacturer's literature, certificates and color samples of concrete stain to the Owner's Representative for review and approval prior to mockup. After concrete work on mockup is completed and cured for a minimum of 28 days, and after surface is determined to be acceptable for coloring, apply color stain system. 1. Apply the concrete stain to the front face of the mock-up wall located on the jobsite. Stain shall be of type and color which will be used on actual walls. Application procedures and absorption rates shall be as hereinafter specified, unless otherwise recommended by the manufacturer in writing to achieve color uniformity. 2. General application to actual surfaces on the retaining wall shall not proceed until jobsite mockup has been approved in writing by the Owner's Representative. 3. The approved mockup shall serve as a standard of comparison with respect to color and overall appearance. Concrete Stain — Special penetrating stain mix as provided by the form liner manufacturer. Submit manufacturer's standard colors for selection by the Owner's Representative prior to completing mock-up. The Owner's Representative will make the final color selections after viewing the completed mock-up. Stain shall create a surface finish that is breathable (allowing water vapor transmission), and that resists deterioration from water, acid, alkali, fungi, sunlight or weathering. Stain mix shall be a water borne, low V.O.C. material, less than 1.5 lbs./gal, and shall meet requirements for weathering resistance of 2000 hours accelerated exposure. Surfaces to receive stain shall be structurally sound, free of blemishes, discoloration, surface voids and unnatural form marks, clean, dry, fully cured, and free from dust, curing agents or form release agents, efflorescence, scale, or other foreign materials. Methods and materials used for cleaning of substrate shall be as recommended by the manufacturer of the water-repellent stain. Concrete shall be at least 30 days old prior to concrete stain application. Curing agents must be removed a minimum of 14 days prior to coating to allow the concrete to dry out. The stain shall be thoroughly mixed in accordance with the manufacturer's directions using an air-driven or other explosion-proof power mixer. Mix all containers thoroughly prior to application. Do not thin the material Pedestrian Circulation Improvements SPECIFICATIONS 12 Materials shall be applied at the rate as recommended by the manufacturer. Absorption rates could be increased or decreased depending upon surface texture and porosity of the substrate so as to achieve even staining. Temperature and relative humidity conditions during time of concrete stain application shall be per manufacturer's application instructions. Do not apply materials under rainy conditions or within three (3) days after surfaces become wet from rainfall or other moisture. Do not apply when weather is foggy or overcast. Take precaution to ensure that workmen and work areas are adequately protected from fire and health hazards resulting from handling, mixing and application of materials. Furnish all the necessary equipment to complete the work. Provide drop cloths and other forms of protection necessary to protect all adjoining work and surfaces to render them completely free of overspray and splash from the concrete stain work. Any surfaces, which have been damaged or splattered, shall be cleaned, restored, or replaced to the satisfaction of the Owner's Representative. Avoid staining the "mortar joints" by providing suitable protection over the joints during the staining process. Sequencing: Schedule color stain application with earthwork and back-filling of any wall areas making sure that all simulated stone texture is colored to the minimum distance below grade. Delay adjacent plantings until color application is completed. Coordinate work to permit coloring applications without interference from other trades. Basis of Payment: This work will be paid for at the contract unit price per foot for the CONCRETE SEAT WALL, which price will include the sub-base granular material, concrete, reinforcement bars, expansion joints, all excavation and backfilling, form liner, and surface applied concrete stain. THERMOPLASTIC PAVEMENT MARKING Description: This work will consist of providing Thermoplastic Pavement Marking of the size and type indicated on the plans in accordance with section 780 and 1095.01 of the Standard Specifications. Basis of Payment: This work will be paid for at the contract price per foot for THERMOPLASTIC PAVEMENT MARKING LINE, 4 INCH, THERMOPLASTIC PAVEMENT MARKING LINE, 6 INCH, AND THERMOPLASTIC PAVEMENT MARKING LINE, 24 INCH. SODDING Description: This work shall consist of preparing the ground surface, furnishing and placing topsoil to a 6 inch minimum depth, fertilizing the areas to be sodded as per IDOT specifications and furnishing and placing salt tolerant sod. The preparation of the ground surface shall include the removal of the existing sod and any excavation, if necessary, of the existing ground to obtain the required 6 inches minimum depth of topsoil. This excavation will not be paid for separately, but shall be included in the cost Pedestrian Circulation Improvements SPECIFICATIONS 13 of Sodding. All work shall be performed in accordance with the applicable requirements of Sections 211 and 252 of the IDOT Standard Specifications. All grass areas that are disturbed due to installation of the sidewalk and appurtenant construction as approved by the Engineer shall be restored by sodding. Watering shall be done as directed by the Owner's representative, in accordance with the requirements of Articles 252.08 and 252.09 of the IDOT Standard Specifications. The sodded areas shall be guaranteed by the Contractor for a period of one year after installation. During this period all defective areas caused by inadequate watering, salt damage, pedestrian and traffic damage, shall be repaired at the Contractor's expense. The Owner's representative reserves the right to postpone placement of sod if weather conditions are found to be unsuitable for effectively growing sod. The Contractor will be responsible to keep all weeds and/or other vegetation under eight inches (8") in height. Weed control will not be paid for separately, but shall be incidental to Sodding. Basis of Payment: This work will be paid for at the contract price per square yard for SOD. SITE FURNISHINGS This work shall consist of furnishing, transporting, assembling, and placing site furnishings including benches and trash receptacles as specified herein, as shown on the plans, and as directed by the Owner's representative. Contractor shall submit product data for each type of furnishing specified. Final color to be selected by Owner's representative from manufacturer's standard color options. Bench: Product: Scarborough, backed horizontal strap, 72" with center arm Color: Stormcloud Finish: Powdercoat Mount: Surface Mount Manufacturer: Landscape Forms (800) 430-6209 www.landscapeforms.com Trash Receptacle: Product: Scarborough, vertical strap (side opening) Color: Stormcloud Finish: Powdercoat Mount: Surface Mount Manufacturer: Landscape Forms (800) 430-6209 www.landscapeforms.com Assemble and install furnishings at locations as shown on the plans. Anchor benches with appropriately sized fasteners as recommended by the manufacturer, and as shown on the plans. Pedestrian Circulation Improvements SPECIFICATIONS 14 Basis of Payment: This work will be paid for at the contract price per each for BENCH and TRASH RECEPTACLE. LIGHT BOLLARD COMPLETE Description: This item shall consist of equipment, material and labor required to excavate and construct the foundation, install the ground rod and furnish and install a light bollard assembly. All work shall be performed in accordance with the plans as applicable to requirements of Division 800 Sections 801, Section 806, Section 821, Section 830 and Section 836 of the IDOT Standard Specifications. The light bollard unit shall be a Philips Gardco Model No. BRM32-42-CWL-NW-180-UNI V- BRP or equal. The concrete shall be Class SI as specified on Article 1020 of the IDOT Specifications. Basis of Payment: This work will be measured and paid for at the contract price per each for LIGHT BOLLARD COMPLETE. WALL LIGHT FIXTURE FOR CONCRETE RETAINING WALL Description: This item will consist of the equipment, material and labor necessary to furnish and install a cast in-place recessed steplight and junction box into the concrete wall as per the details and at locations shown on the plans or as directed by the Engineer. This work shall be performed according to Division 800 Section 801, Section 812 and Section 821 of the Standard Specifications. The step light unit shall be a Philips Gardco 96 Line Steplight Model No. 960C-S-4-UNIV-BRP or equal. Basis of Payment: This work will be measured and paid for at the contract unit price per each for WALL LIGHT FIXTURE COMPLETE. METERED CONTROL CABINET Description: This item will consist of the equipment, material and labor necessary to furnish and install an aluminum enclosure, metering socket, electrical control equipment, grounding rod, and concrete foundation a shown on the Plans or at locations designated by the Engineer in the field. All work shall be done in accordance with Sections 801 and Section 825 of the IDOT Standard Specifications and the details shown on the Plans. The concrete shall be Class SI as specified on Article 1020 of the IDOT Specifications Basis of Payment: This work will be measured and paid for at the contract unit price per each for METERED CONTROL CABINET. Pedestrian Circulation Improvements SPECIFICATIONS 15 ACTUATED PEDESTRIAN WARNING FLASHER Description: This item will consist of the equipment, material and labor necessary to furnish and install a concrete foundation, traffic signal post, signal heads, pedestrian push button, signage and a crosswalk beacon control module at the location shown on the Plans or at locations designated by the Engineer in the field. All work shall be done in accordance with Sections 801, Section 806, Section 858, Section 875, Section 867, Section 878, Section 880, and Section 720 of the IDOT Standard Specifications and the details shown on the Plans. The pedestrian push button shall be light and sound confirming when activated. Both push buttons shall acknowledge activation. The control module shall be a JSF Technologies Model AB-7412-AC or equal. Basis of Payment: This work will be measured and paid for at the contract unit price per each for ACTUATED PEDESTRIAN WARNING FLASHER. REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT Description: This work shall consist of the equipment and labor necessary to remove and properly dispose of existing traffic signal equipment in locations shown on the plans scheduled for replacement. The items to be removed include: 1. Pedestrian Signal Head, 2-face bracket mounted 4 Each 2. Pedestrian Push Button 4 Each 3. Traffic Signal Post 1 Each 4. Signal Head, 5-Section, 2-face 1 Each Basis of Payment: This work will be paid for at the contract unit price per lump sum for REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT. RELOCATE EXISTING STREET LIGHT Description: This item shall consist of equipment, material and labor required to excavate and construct a new foundation, remove the existing foundation, install a new ground rod, and relocate the existing street light pole, install new electrical cable and reconnect to the existing lighting system. All work shall be performed in accordance with the plans as applicable to requirements of Division 800 Sections 801, 806, 810, 817,836 and 844 of the IDOT Standard Specifications. No splices are allowed for the electric cable extending in either direction to'connect to the existing lighting system. The concrete shall be Class SI as specified on Article 1020 of the IDOT Specifications. Basis of Payment: This work will be measured and paid for at the contract price per each for RELOCATE EXISTING STREET LIGHT. Pedestrian Circulation Improvements SPECIFICATIONS 16 90-10'6Lp56LOSU CM•ez ninr ON]019 UOd 03nS51 S1N3N ONdM N uLL n0Ll0 WaS303d O V E30 r E cO1 E f O E mK c wco p N Nr'na_ ca O O •i n - O 'O cc O «o2; �WC O CO O O z `—°° c Ca MN O wV m.rno 2i0 oin ` d u r X mm mi.mc�m m0 U cn Ur rfOJ Ur JU W W J "r L+m' C .-NL[11�m���m� Q• `�^ (^': a) i O i E O U L_ C) 0 NEE9 V g $ 1 o p m N m .L a c y O L mY m �cYa O N U a�N= mo �mg«o fca p >�O SrvzLL �w W W QnlS�u E • • g 6 c=' Q ao ao 0 � �mgmmr 0 F>LL Y�U 3 Z 8 N t hm".5:V6c'aC'5�xvn'%?,�vec::aY*a�?-vn:�tmuamfi`.SwiWw.�a�.cT I-S8 Y we c w >smNg E � vo - mz o Iw Y 6` N 7 d �' oo m� : d> c4 m 'O U U n r _ F❑. N 4v9ie ta Z. llo "n3 -oE e3_E:__ com ra$ e5` � E os Tim ,. V $� E9r� Fm c� vsi�:°4 m4W all tea_ S� .3ao L _ _ .E° 's m- 9-m EL-a -c�a sow 3. aEs %Say s _'` y �mE `° cm$°° S° u - °u c4c :E$ °EL - Lgc €.��Cm U9u .$S c$- � @C•_ m� n5�§c -a-_.: E�`E - 4°m��'eq y`-sa- :n %ra _ • t4°_ _ `_5�E 7 o4m3 � -°° E` c oLmv�C °nE C - ° o°e e�S- m : :s m 4• ome e�=m- n9tEmm' �o.�aY w {a uz €°'E >4° °°° m Mg. E- �a EO€ N 9�i M C °'"-o$o .e�m �s` _ a ' a @, o °" •a - E c - m €� Ss€ C • 5sr9„-,_€;s� - _ 4°:- is� Z ° sv_- _ E'us C Tm' nE93c-c€ $ cCt E -,S --n§-€oE hE_• °- °Ls y _ °E ' S: �= jE • °_ 3'E :�C �S nose sGs am smm 0 COIL m m gam$ gym° E a �o 25 O N U m O _ ONN� O�Y LLOLLLLUUU OOOOLLULLLL�0000 ��cU<U UGG<Ua<UQ<VQO OOO<UQ<Ua ODUGQ <U U200 O��UU¢¢<V< 6y00NN¢�w OOOOONN Om00000 Nh O W m s U n E c o to ��- a �E- �a �z @�E=c'a a oa° ?6E m��ge �eeemm 3u d :wUxm :1 72 W w $w�wm°w _ ?2� aa� ��E"i $€€ 9g t gg �e. uQeg&9--��Sw=E`m°-�y�a =g:3 �a� € s��ne4m88 afio�`Sa` XX� a$mV" �a3wSm:�g�aS�F= ����8 weErc�w � o oEi r`� - mi>a°m r`¢¢ u'cg c�c�c�mSodnB�E� .ar�mF CO $c o o w m o w S� _�s CD � a om W m m o � b f N • • \ $j88 ya o o•M R °'o o. '� o� N?z Mill° ao C o! S N � U, mY_ m oo oil o a 3z d]Occ Sa i - O oil� C N N J S c C O � a m < J EEff' S31tId�Fi�1tlY9 ° s ' �s `�� `'1`1- vm UK is t , VR ft Ak � t3T i �� 40 i $ W � 9MOi!'JFAtldS � � 1 S'` rt s€ _ 1 \ 3 s i AR nil way i wk CUP- , e Aw s a s lk 7� It lot Am WAS i , w fi a sA k IV l - P ^� 8e8'YS53N1FHo1 / i W$ m ro CN a m 2 E EL 6 O �o O �w v v Q N m w y 3 yE ~ O b bo c z cw 102. s w yU � m N d = m p rc m E 3 $ W N o O W d a a � � 6A 1 -� 1 iuv a� "4a1�x crc� Ii F � tins i 4n� �# # \ k f£ S Pilk 35t—NtY3k-.3�3k1 4 9 - � ' I an v ai \ Sw z N ' i a ACE +��u i } i lot 1 uzs ;.F OKI , at - � � ,' 1 s "IRS` a - a lei ac AI w t i al = i33kE5. .5 'a \ S'Z1^F8'd15�[4�HO1 "� olll # t s eE mo my � M ga O m sg 0 F g e C s R TAI— ca (13 75 E cc rc ps U U Do U W 0 y .2 c T R v_yi Y� U l�T1I� o � a 3 e x Y U F= Q O m OO OO LU 0 Z LU I Ix 2 = W CL r J 5 L8k8 bL 3N1 Olv F r Q 35 d � ri f - l I ei "Al Ym IN Ve Ucll 15- JA S a a £ ,: t ik $ ___fix � �� -% ✓i t6 d �& n z - ._ e i G i lkl aN ON ems: Pil Or At SS'ZfYB' .LS'I+YElH�l eY - °o e a,m O c €'set$ -<° ° - o IL �m 3 �a a� c6 °m -p U N a O 0 p CL U 2 r a a U� o z CL W E V E O a. $ '2_2 Cl) B E a ;c c°°me m O U E.°d o m — S .m m c g _ $Nm 3a am y W _ E m m ESm J3 _ -KaE o� nNry a 3m" cE E �-° "o E ma - w 2.Z ° >°° a > ma z. E aE mn� Eye M- E m.q a v° m_� c c t E a_ .- _ i i Z ° 3t °. 2cm .mS —°m ca E" — E`o 3 _ y m c7�! E: E -E —8 m E° EEc m =t E m — v ¢2�? c L c ° S c°` w m ¢n9 c E E - o E' ;o E`c °o S m m A m m g ° o Z LU W .Eap E501.1 ma m$o uta� _o& =Eo F3� m8. a`a °E W (n °u r._ ri§cm nE m m 2 �m0 J ✓ z �a ' € 5 r Ilk A, -s ku a ' Y � � x b d \ H a \ k f y \ °a- �. "a m ax Za ' y ATM IRE D; E � i s Y z � 111 � .u O o� 5 • • a N m m'o m w` m m R E m x EB E a - O UEomB my ag° _ l ` E mmm E c a¢ - o� E� a E m om m m Mill �E mz of ° ¢c I5 ` ' a o c E a 2 o J!11 m-'°+ 15 W E 0 E ` � =m m 9 mm 0g; - m- Z � 3°° =:m` �m 2. (n _m8 is! `m :°m em m svm m o nE mm. m n J 55 Z9 r$-cJS 3t1IlH�lbYk z ��� /� vi 3 F rtwo F ,f` \,s 'acv's ` Y fzii Six s �+� x m sue= �� .. w �"� g a 1 >u `' i £Y f i e' li aa` s � 1 T i F EC NAM WT �h S t R £ �°� a: Ago h Not £ " 4�v'b8*8"YLSN4HJ1 JL111 H E all o ° a w o c p h"i D E- "1 �i EL U s a m = z Q :®zF i Z in; lit n c - - _ _r 3 lit cE 1 : aa m y E E E k F aa INS as m 0 °� a1,c 8 = g J6 Z ®EEC m @o mE E n m moan ry n o Z O dam: E m ct � am 3 =�0 ro3 J r Y ' 114, bgf Ms Ogg j SX ANY"T PA All"I'll a \ N " v i MI^ � �" Jog T^ 01 is I IS s a 1iaE • • \ X88 O8 ¢� o f6 O C J "_'°°m 1888g w mo f0 maooR $$€ ; m m a N LL a, v�3 i N °W_ O vp c `a °+ u 0 o W - Vp R - U 2 a m S b E ®e N x5 T Z ZZ - m ill -�o yo 'o a°n E - 9ou - a °�m -c E m a^ 3 m E d m¢= IN at Ea 2€ a 2a o U 3.m 0 O all V_r€ o9a mE d W Z `ocnm m o ua °' ? mm o uu o °y r5n€ m:m r �a an W °w 3 m�o mi 3 'd z w J 133HS lk Z9*8�YLS3tt1fFlJlbW ° iti - s r ism R A' Sys ffil HR MEN Z NMI- SO>R , R t Al fwva l VAN fit fJ r;x - OR WU xw WON RE" K its R MOT �r O E.5,335 • • \ m's`s m o 00 o,N d m m a= y m di m � CL 3 = m R N Wa a_ Ur o ? Elf m m its 41 i arc t c E d o O 8a me w - y'o sm a 3 T 1 ��2ER'✓ � � s\ d`3'�a �, Aw- OR mom j. Rk t v h`_ y 05 PIZ, I know MINIM, I x \ a ,# \ ': i 11111 Mugl 1 i sin . 2 1 4 12 mm ffie C c �cD Wn m f6 Y N O o m a=F m ®o wx o� g m3 a`m cm 3 Za aSi 11 its oil -cg mcEm ,co Z _?u E m E m O W o ,133f�fi 33vw' .'c v; § \ r I?— f Ysi p aS H1SII�I�lY�I s at� ! ',will AM Mv \ ! I 'z w. no NAN W, _I wow r dt I� i �Rx pAlpLl'JNtIMS \ ,� '. E 1 (?+?tF abC w lit MR 1 \� �s a x 1 ai Lei xxxxxx F k e F t I I loop Aug HOi Atom $F a 0 0 `u C C ;.:- "�'$ o a� Y U u o m f °Y U N 'oo 3 8a 2 O m R EL U - a E N x 8 b F®a 3E B`u - aa _ agg g 9$ E 8 Z5 Z tj Z $o n D 0 g o ry, W n �B' a W m r. all & a Y `^ St AM k ��a - t Is t uhf r� a - 9P+no h l L ! g ors \ Ml l • • w as w � — . c 1 w 11111 Uom c m r F _Is a o No- � U 2 j a a 3 rn a w- a r o N -1- ® Ur o i 5g 3 E �r - E � E m � aaa Z nam -OO m° Z 1 D mm= D UOZJ OWN 343S33S rr tI 55 B dl_$�tr O-L = 1 my c AS I a a 18,C a i �: � JI A� _ S `avolt�[�aasJ � t .."va aF > e h N twge .I Ak a, jB win Am Is Y' 5a t 1 ik egg Ii UNAT J • - x'�'`- ��Y to � & s I yi �. yk k � � x PON� .L33NS3�S ASS�Si#$YSS 3(NliHOl @ o O • • \ 88 e4 °dO YY ¢m a u n C N C ym N ao.aaga� m m O w W w i M r o$ An co rC. 1 5 OZ 0 Ro" y i Jim CL � N U� V F❑ .31 91 E ° 99 s` _- e cs�� a sE 1 2 U s U c J ZIS'u �8 E m - Z a u?R�Ii9S E C S C C ` �• cu 5 MMUIR F N y tC x t6 N _ e� y CO U d U �l O sr U w (q U e "�s 04 _ sEzn�E 8ggg_a- 3 sE' y m � � F U 11h, U U ° a m CL g oa a> N 4 H U CD It E x�E °SEE-'A °EE Ea aES a'� E _c ° c - •�E .6.- L = i:; s:_ Mo -uL� zc0 8t SoE ry s� °.cE Is `° EMI'�:I' _ _ Ec .°-• aE - - 7 :E E.nE Eo a C7 aE EE .oa`o e°_:o v -o G n e :oaro A Q ` E E E > L - w 4 � w Y 3 O 6 3 4 4 N C C N f0 f6 cn m U U a t O U C _ ❑ d o 0 5n" Sir' • \ 8 a o 0 <_ o n 0 C mznvao Eo -°°- m m z s r n • • �� i (6 CO e N f6 N -s -0 U: ms a w O w d .0 ° a � r 3 = °� U `❑° N !n w IF Ur �8 Jy 3 m O 2a $ 4 5 � E E - ag UQ U C (A d J6 N § t6 U O N Q' m en° u' 6b S a y_ •a N - ter..., . wnk Ti` F L CO) 0 CL E , a b m c � -R, is nit s° ?s° _ _ ? !M!M }} Q s?uz m ... a qT— a � b E 4 r �� N �1 ■■ ) j \ § § 3 /q\ f e R , a_ . ! gym ! . .. !:) ( § - | \� » �k5 � k - o` : • ��) )t � k � \ - : = o , 7 ] HIT � - �\ � (❑ § \{}} ) ) . .. @ . \ LL / ! n \j\| . . {\ t\ � \} \ \ \ ! ! L &\ k\ t\ to - D § e ; \\ � � q • • J$$ a yam+ C as nT Wr < w F � Y l0 Y N G o till! O _ - a U ? s o 2 3 m s uY W a ®o 1r Vtill as v E 9¢ ¢ ¢ w w X Lu W3AEA. t Z it was E E } O It 1 ku;, rR y 7 t c a l a ff A, Aib qj } I DNA a 4� i \ gg Vie' gm HOT did x a I jffii �1 etf • • \����� o � O Y_ 'o•� O C h 2..tlee c ih _„H �m � m � _ s r Ela 1 51 N wx Ur o y _ - E vU E 0 03 � om LL } K aU W e W J 333ttS�3S i� i �� » W €rte IVA r w k 1 .. 0 lot Z d Nk E � 1 � 1 � NBC Na mows pit 42Z z 3v Nku3xars & - c z % pl i v Y ms �t v t s, ISO WSW s �r ws�' F € (b p - - U Q m (D _ a A W F❑° xs W U� ag 2 ie ae4 � �4 - � a aas a_H �a � �' ae a, i N�- ! g £ a 1 £ es€ @ H = s s W e F sIg 1a P gc ga r 4 � ��Qa� � s � 9� m e � � i�E 3�i� ', � 9�����'��1 i� _ _ ea ° ]� • g� s � a fi�s a H a a e aS fig ` F 'e It 8_-t H e H£ �$ ��� E: � y'y g Sz�� � • aff s gs�� �1 !` F E11�y�l 9 fie`°€ _ _s °�� � s s°a : Ip g a dtl eggg` u aO N 14 i 3• z i"'S gfi Y Wfia � 5 a 'g'UT a H�€ � 6 : 5 �� �ffi � �€ � ^`; � s 3�y fie 411i `H sd, s a 4F n i @b .off ses": 'I 1{ �6 a4a H °p,s E s � is sa $ i „a j HRH s E '= a $ �. o •\ H 8 # as ws ki � I 6 Leg �j �;s' H e6?.� es�Y�� �s � _o_ 3€ a •€ j�a E..iw > x. S §= a e3 ' a� �d� S 3 O "G CG 1 � F 9H 1ffi� $ o N O o W O C a 2 m a Fh + m m o • • \ d88 'o •��+ L6 Cc m CD p „o D U o UW<.� o — W N u 0 F❑e Ur � ' $s I id Z� c� ;F F•a � a6��Fi3 .4� i @� gg4' y Y Y Mz ji 8 4:ail Y sS$ a Fa E @ € €t gJ aF 3 a3 F- '�€a a a: ffib Y $�Y,, i zz a' i \`Ff% S ITJ S + g x•.. I 0 Y I I s a €€k rn i u?la a 4P LT H Y% 1c , s lc F a '�c g � °• • • \ �`gg cos° °+ .� N �: --� '� W$ W o w ❑ o, x R sm 3 O so U Qc. C 9 U W O r❑. N ? N wx ❑ {{ Ur i it S .p CSC x _ r }#4a fill. L J L Hip _\NL g £ p a f E sb `-fie Via' � 3sE5 $Ed e s� P,iy§ —I r g ��E\ , i s° p\-.�ai �I+• �¢ ,J' VII 6a s gg t R I t J ;Ie g e + E a $ � mm in .2 15 C14 o —Y � sE m as m °m V N 'oo m 3 6>0Sa a�i > ° - d U O` _ n CL 3 E 4;;t iEE s} Owl t ' I1 a rst 1 a . I ` ~ 1 Al V/ ` /��JiJ ar aa? ry�1 T a z.pp> i 'r Y [1 111 fig[2; jig Ll i �€ ; . o s t � a --- « a I�1, e _ !-I. a I �4 a �r L 7 I 3 � a