Loading...
R-1910 - 05/19/2021 - AGREEMENTS - Resolutions Supporting Documents vV�rl:S.ti• REVIEW OF CONTRACTS Awarding 9 A n � pe of Contract: Departm rr.. Program/Account Number: Awa ed ontr ct Price: B gee A unt: 5 4 3�. z [� Under$20,000 Q $500,001 - $1,000,000 $20,000-$500,000 0 Over$1,000,000 5�r Name: Date: i Name: Date: 41 vJp�21 Name: T.r Date: Name: Date: 3D 2/ Three (3)Originals signed by other party Date/Initials Original provided to staff member for other party Date/Initialsvalc,�j I E's 1 Original provided to Official Files Date/Initials Village of Oak Brook i Approved by Board of Trustees Date/Initials: OF 0Ak PGS e9 Village of Oak Brook o - G p Sports Core A 9�F CpUN-0, Improvements L Bid Opening Date: ..............................................................April 29, 2021 LBid Opening Time: ...................................................................10:00 AM Bid Opening Location: .................................................Butler Government Center Bid Deposit: .................................................5%of the Amount of Bid LPerformance and Labor and Materials Bonds: ....................100%of the Amount of Bid LObtain information from: L Orion Galey, P.E. Christopher B. Burke Engineering, Ltd. L 9575 West Higgins Road, Suite 600 Rosemont, Illinois 60018 (847) 823-0500 Submit Bids to: L Rania Serences, Senior Purchasing Assistant Butler Government Center 1200 Oak Brook Road Oak Brook, IL 60523 Note: This cover sheet is an integral part of the contract documents and is, as are all of the L following documents, part of any contract executed between the Village of Oak Brook and any successful BIDDER. Do not detach any portion of this document. Invalidation could result. L L L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) ADDENDUM #1 I acknowledge the receipt of Addendum #1 for the above referenced project: Signed: Name . / Name of Company " Addendum No. 1 Lora Davies From: Lora Davies Sent: Wednesday, April 28, 2021 8:18 AM To: 'ogaley@cbbel.com' — Subject: Oak Brook Sport Core Attachments: add #1 sport core.pdf Good morning- We, EarthWerks, have received and acknowledge addendum#1 for the above mentioned Oak Brook bid for 4-29-21. Lora Davies _ Construction Administrator EARTHWERKS Land Improvement&Development Corp. 1240 Lyon Rd.,Batavia,IL,60510 Office (630)482-2341 Fax (630)482-2342 Cell (708)906-0273 Never give up,for that is just the place and time that the tide will turn. -harriet beecher stowe https://www.youtube.com/watch?v=5vfhKbg9RWg&feature=voutu.be — 1 L Village of Oak Brook L Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK �. CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS L BID PACKAGE L 1. Invitation for Bidder's Proposals L2. General Instructions to Bidders L3. Bidder's Proposal 4. Bidder's Sworn Acknowledgement L5. Bidder's Sworn Work History Statement L6. Notice of Award L7. Contract Contractor's Certification LAttachment A: Supplemental Schedule of Contract Terms LAttachment B: Specifications and Special Provisions Attachment C: List of Drawings L Appendix 1: Bonds L L L L L L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK - CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS BID PACKAGE INVITATION FOR BIDDER'S PROPOSALS OWNER: Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523-2255 A. Invitation to Bid The Village of Oak Brook is now accepting sealed bid proposals for Oak Brook Sports Core Improvements. Bids will be accepted prior to April 29, 2021 at 10:00am CST at the Butler Government Center, 1200 Oak Brook Road,Oak Brook, IL 60523 c/o Rania Serences. Time and Place of Bid Opening Notice is hereby given that the Village of Oak Brook, Illinois,will receive sealed bids at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60102 until April 29, 2021 at 10:00am CST for BATH AND TENNIS IMPROVEMENTS, at which time the bids will be publicly opened and read. Bid proposals for this project will be considered not only on the basis of cost, but also on past performance, experience and ability to perform the work. The Village of Oak Brook reserves the right to accept the bid deemed to be in its own best interest,which is based on all the above considerations. Bid will be awarded to the lowest responsible bidder determined — in the exclusive discretion of the Village Board of Trustees. Description of Work The project is described as site grading, athletic field fine grading, seeding, circulation path construction and custom shelter construction. and all necessary site restoration in Oak Brook, Illinois,as further described in the contract documents for the said work prepared by Christopher B.Burke Engineering,Ltd.(CBBEL).Funding is being provided in part by the Illinois Department -, of Natural Resources, "Open Space Lands Acquisition& Development"(OSLAD)grant program. Page 1 INVITATION FOR BIDDERS PROPOSALS Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) Village encourages "minority" business firms to submit bids on the approved project and successful contract bidders to utilize minority businesses as subcontractors for supplies, equipment, services, and construction. Availability of Contract Documents The Bidding Documents can be downloaded from QuestCDN via the Christopher B. Burke Engineering Ltd. (CBBEL) website http://cbbel.com/bidding-info/ or at www.questcdn.com under Login using QuestCDN# 7764117 for a non-refundable charge of$30.00. A QuestCDN login will be required. Contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in membership registration and downloading this digital project information. Contractors must purchase bid documents and be shown on the Bidder's Planholder List in order to bid. Bids received from contractors who are not on the Bidder's Planholder List will be rejected. Bid Security All bid proposals must be accompanied by a bid bond, certified check. or bank cashier's check payable to the Village of Oak Brook for 5% of the amount of the base bid as provided in the Bidding Documents. No proposals or bids will be considered unless accompanied by such bond or check. Submission Format _ Bids shall be made on the forms furnished by the Village and shall be submitted no later than the specified closing time in an opaque sealed envelope addressed to: Village of Oak Brook, attention: Rania Serences, Butler Government Center, 1200 Oak Brook Road. Oak Brook, IL 60523. Envelopes should be clearly marked. "Sealed Bid — SPORTS CORE IMPROVEMENTS". The _ bids will be opened at this location and read aloud. The Village of Oak Brook reserves the right to reject any or all parts thereof, or waive any formality or technical errors, and to make the award in the best interest of the Village. Public Works This contract calls for the construction of a "public works," within the meaning of the Illinois Prevailing Wage Act, 821 ILLS 130%01 et seq. ('the Act'). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works Page 2 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) projects no less than current"prevailing rate of wages" (hourly cash wages plus amount for fringe benefits) in the county where the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on its website http://www.state.il.us/agency/idol/rates/rates.HTM. The Illinois Department of Labor revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of Labor website for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor's website. All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including by not limited to, all wage requirements and notice and record keeping duties." Each bidder shall adopt a written sexual _ harassment policy in compliance with ILCS 5/2-105 (1992). Bidder agrees to comply with Substance Abuse Prevention on Public Works Projects Act, 820 ILCS265/1 et seq. (2008). As required by the Act, the Bidder agrees to file with the Village, prior to commencing work, its written substance abuse prevention program. It is the responsibility of the vendor/contractor/subcontractor to comply with all applicable provisions of FOIA.The regulations of the State of Illinois Freedom of Information Act(FOIA)5 ILCS 140,apply to all records of the vendor/contractor/subcontractor pertaining to this authorization or contract. When requested by 1 the Village of Oak Brook,the vendor/contractor is required to provide all records requested within no more than three (3) business days, at no cost to the Village of Oak Brook. Questions All questions regarding this project should be directed to Orion Galey, Christopher Burke Engineering, Ltd. at 847-823-0500. 2. The Bid Package The Bid Package consists of the following documents, all of which are by this reference made a part of this Invitation for Bidder's Proposals as though fully set forth herein: i A. Invitation for Bidder's Proposals; B. General Instructions to Bidders; C. Addenda, if any are issued during the bidding process; 1 D. Bidder's Proposal; Page 3 INVITATION FOR BIDDERS PROPOSALS Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) E. Bidder's Sworn Acknowledgement; F. Bidder's Sworn Work History Statement; G. Other information submitted by Bidder. if requested during the bidding process; H. Notice of Award; and I. Contract, including all of its attachments and appendices, if any. 4. Inspection and Examination Each prospective Bidder shall, before submitting its Bidder's Proposal, carefully examine the Bid Package. Each prospective Bidder shall inspect in detail the Work Site and the surrounding area and shall familiarize itself with all local conditions, including subsurface, underground and other concealed conditions,affecting the Contract,the Work and the Work Site. The Bidder whose 6. Bidder's Proposal is accepted will be responsible for all errors in its Bidder's Proposal including those resulting from its failure or neglect to make a thorough examination and investigation of the 6. Bid Package and the conditions of the Work Site and the surrounding area. The Contract specifications may include the Illinois Department of Transportation's 6. General Conditions of the Contract, "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB); "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS); "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The specifications also may include Owners' Village Code and Building Code. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. 5. Pre-Bid -Meeting i NONE 6. Bid Opening Owner will receive sealed Bidder's Proposals for the Work until 10:00, a.m., local time, April 29, 2021 at the Office of the Village Clerk, by Rania Serences, Senior Purchasing Assistant, Page 4 INVITATION FOR BIDDER'S PROPOSALS 1 Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523, at which time, or as soon thereafter as possible,all Bidder's Proposals will be publicly opened and read aloud in the Samuel E. Dean Board Room, in the Butler Government Center, 1200 Oak Brook Road, Oak Brook, ,..� Illinois 60523. Bidders or their agents are invited to be present. 7. Bid Security, Bonds and Insurance A. Bid Security. Each Bidder's Proposal shall be accompanied by a security deposit of at least 5 percent of the Bidder's Price Proposal in the form of(1) a Cashier's Check or Certified -, Check drawn on a solvent bank insured by the Federal Deposit Insurance Corporation and payable without condition to Owner or (2)a Bid Bond in a form satisfactory to Owner from a surety company licensed to do business in the State of Illinois with a general rating of A minus and a financial size category of Class X or better in Best's Insurance Guide. i B. Performance and Payment Bonds. The successful Bidder will be required to furnish -� a Perfonnance Bond and a Labor and Material Payment Bond on award of the Contract, each in the penal sum of the full amount of the Contract Price, on forms provided by, or otherwise acceptable to, Owner, from a surety company meeting the requirements set forth above. Each Bidder's Proposal must be accompanied by a letter from such a surety company stating that it will execute Bonds on forms provided by,or otherwise acceptable to, Owner,on award of the Contract to Bidder. I C. Insurance. The successful Bidder will be required to furnish certificates of insurance as required by Section 4.2 of the Contract on award of the Contract. Each Bidder's Proposal must be accompanied by a letter from Bidder's insurance carrier or its agent certifying that said insurer has read the requirements set forth in the Contract and will issue the required certificates and policies of insurance on award of the Contract to Bidder. 1 Page 5 INVITATION FOR BIDDER'S PROPOSALS Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS BID PACKAGE TABLE OF CONTENTS Section Pale 1. Interpretation of Documents Included in Bid Package............................................... 1 I Calculation of Unit Price Proposals............................................................................2 3. Prevailing Wages........................................................................................................ 2 4. Taxes and Benefits...................................................................................................... 2 5. Permits and Licenses................................................................................................... 2 6. Preparation of Bidder's Proposal................................................................................ 3 7. Signature Requirements.............................................................................................. 3 8. Bid Security ................................................................................................................ 4 9. Submission of Bidder's Proposal................................................................................ 5 10. Withdrawal of Bidder's Proposal................................................................................ 5 11. Qualification of Bidders.............................................................................................. 5 12. Disqualification of Bidders......................................................................................... 6 13. Award of Contract....................................................................................................... 6 14. Notice of Award: Effective Date of Award................................................................ 7 15. Finalization of Contract .............................................................................................. 7 16. Failure to Finalize....................................................................................................... 8 Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS BID PACKAGE GENERAL INSTRUCTIONS TO BIDDERS 1. Interpretation of Documents Included in Bid Package A. Defined Terms. All terms capitalized in these General Instructions to Bidders and in the other documents included in the Bid Package are defined in the documents included in the Bid Package and shall have such defined meanings wherever used. B. Implied Terms. If any personnel, equipment, materials, or supplies that are not directly or indirectly set forth in the Contract are nevertheless necessary to the proper provision, performance, and completion of the whole of the Work in accordance with the intent of the Contract, each prospective Bidder shall understand such personnel, equipment, materials, or supplies to be implied and shall provide for such personnel, equipment, materials, or supplies in its Bidder's Proposal as fully as if it were particularly described. C. Information Provided by Owner. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures,and other preliminary investigations is distributed with the Bid Package, or such information is otherwise made available to any prospective Bidder by Owner, such information is distributed or made available solely for the —' convenience of such prospective Bidder and is not part of the Bid Package. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of any such information,and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are —' representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that unanticipated conditions may not be present. -, I D. Addenda. No interpretation of the documents included within the Bid Package will be made except by written addendum duly issued by Owner("Addendum"). No interpretation not contained in an Addendum shall be valid or have any force or effect whatever, nor entitle any Bidder to assert any claim or demand against Owner on account thereof. All Addenda issued prior to the opening of Bidder's Proposals shall become a part of the Bid Package. Each prospective Bidder shall be responsible for inquiring from time to time as to the availability of Addenda. Page 1 GENERAL INSTRUCTIONS TO BIDDERS L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) If any prospective Bidder is in doubt as to the true meaning of any part of the Bid Package, such prospective Bidder shall submit to Owner a written request for an interpretation thereof as far in �- advance of the scheduled opening of Bidder's Proposals as possible. Owner shall use its best efforts to issue Addenda in response to all valid, appropriate, and timely �• inquiries, but accepts no responsibility for doing so. Inquiries not answered by Addenda shall be considered invalid, inappropriate, or untimely inquiries. I L. 2. Calculation of Unit Price Proposals LOn all items for which Bidder's Proposals are to be received on a unit price basis, the approximate quantities stated in the Schedule of Prices are Owner's estimate only for Owner's convenience in comparing Bidder's Proposals and shall not be relied on by Prospective Bidders. Each prospective Bidder shall, before submitting its Bidder's Proposal, make its own estimate of the quantities of Unit Price Items required to complete the Work. 3. Prevailing Wages i In accordance with the Prevailing Wage Act, 820 ILCS 130/0.01 et sM., not less than the prevailing rate of wages for similar work in the locality in which the Work is to be performed shall be paid to all laborers. Specific provisions relating to the Prevailing Wage Act, and required of the Contractor, are included in the Contract. A copy of Owner's ordinance ascertaining the prevailing rate of wages in effect as of the date of the Invitation for Bidder's Proposals, is included in the Bid Package. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid,the revised rate shall apply to the Contract. 4. Taxes and Benefits Owner is exempt from state and local sales, use, and excise taxes. Bidder's Price Proposal L shall not include any such taxes. A letter of exemption will be provided to the successful Bidder, if necessary. Owner will not reimburse, nor assist the successful Bidder in obtaining reimbursement for, any state or local sales, use or excise taxes paid by the successful Bidder. too Bidder's Price Proposal shall include all other applicable federal, state, and local taxes of every kind or nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities or other similar bw benefits. 5. Permits and Licenses Except as otherwise expressly provided in Attachment A to the Contract, Bidder's Price Proposal shall include the cost of obtaining all permits, licenses, and other approvals and authorizations required by law for performance of the Work. It shall be the sole responsibility of each prospective Bidder to determine the applicable permits, licenses, and other approvals and authorizations and no extra compensation shall be paid by Owner for the successful Bidder's failure to include these costs in its Bidder's Proposal. 6' Page 2 GENERAL INSTRUCTIONS TO BIDDERS I L Village of Oak Brook Sports Core improvements — (CBBEL Project No. 160597.00032) 6. Preparation of Bidder's Proposal Bidder's Proposals to enter into the Contract for the Work shall be made only on the blank Bidder's Proposal form furnished by Owner and included in the Bid Package. The Village requests that proposals are written legibly in ink. In case of any conflict between words and numbers, words shall prevail. In case of any error in adding or multiplying individual items,the prices listed for individual items shall control over any incorrect total of such items. A Bidder's Proposal may be rejected if it does not contain a requested price for each and every item named in the Bidder's Proposal form or may be interpreted as bidding "no charge" to Owner for any item left blank. 1 Prospective Bidders are warned against making alterations of any kind to the Bidder's Proposal form or to any entry thereon. Bidder's Proposals that contain omissions, conditions, alterations, or additions not called for may be rejected or interpreted so as to be most favorable to Owner. Each Bidder shall securely staple into its Bidder's Proposal a copy of each Addendum issued and shall include in the place provided therefor in the Bidder's Proposal form a listing of all such Addenda. Each Bidder shall complete and securely staple into its Bidder's Proposal the Bidder's Sworn Acknowledgement and the Bidder's Sworn Work History Statement included in the Bid Package, and shall staple into its Bidder's Proposal the Bid Security and the surety and insurance commitment letters as specified in the Invitation for Bidder's Proposals. 1 Every Bidder submitting a Bidder's Proposal shall be conclusively deemed to have evidenced an intention to be bound thereby whether or not the requirements for signing Bidder's Proposals found in Section 7 of these General Instructions to Bidders are satisfied. However, any -� Bidder's Proposal that fails to comply with Section 7 of these General Instructions to Bidders may nevertheless be rejected. Bidder's Proposals that are not submitted on the Bidder's Proposal form furnished by Owner or that are not prepared in accordance with these General Instructions to Bidders may be rejected. If a deficiently prepared Bidder's Proposal is not rejected,Owner may demand correction -� of any deficiency and award the Contract to Bidder on satisfactory compliance with these General Instructions to Bidders. 7. Signature Requirements A. Bidder's Proposals. The following requirements shall be observed in the signing of each Bidder's Proposal: (1) Corporations. Each Bidder's Proposal submitted by a corporation shall be signed by the President or other authorized officer of the corporation and Page 3 GENERAL INSTRUCTIONS TO BIDDERS L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) shall also bear the attesting signature of the Secretary or Assistant Secretary of the corporation. (2) Partnerships. Each Bidder's Proposal submitted by a partnership shall be f signed by all of its general partners or by an attorney-in-fact. L (3) Individuals. Each Bidder's Proposal submitted by an individual shall be Lsigned by such individual or by an attorney-in-fact. (4) Joint Ventures. Each Bidder's Proposal submitted by a joint venture shall L be signed by each signatory of the joint venture agreement by which such joint venture was formed in accordance with the applicable provisions of (1), (2), and (3) above or by an attorney-in-fact. LWhen requested by Owner, satisfactory evidence of the authority of the person or persons signing on behalf of Bidder shall be furnished. LB. Other Documents. The signature requirements set forth in Subsection 7A shall apply to all other documents in the Bid Package required to be executed by Bidder, Bidder's sureties and Bidder's insurance representatives as well as to the Contract, the Contractor's L Certification, and all other required documentation related to the Contract. 8. Bid Security L A. Required Bid Security. Every Bidder's Proposal shall be accompanied by bid security in the form of a Cashier's Check, Certified Check or Bid Bond as specified in the `„ Invitation for Bidder's Proposals ("Bid Securit)"), which Bid Security shall stand as a guaranty that (1) Bidder will submit all additional information requested by Owner; (2) if such Bidder's Proposal is accepted,Bidder will timely file the Bonds and the certificates and policies of insurance L required by the Contract;and (3) if such Bidder's Proposal is accepted, Bidder will timely execute the Contract, the Contractor's Certification, and all other required documentation related to the LContract. B. Return of Bid Security. Bid Security submitted in the form of Cashier's Checks or Certified Checks will be returned within five days after execution of the Contract by Owner. Bid L Bonds will not be returned unless otherwise requested by Bidder. C. Liquidated Damages. If a Bidder fails to timely submit all additional information L requested by Owner, or if the successful Bidder fails to timely and properly submit all required Bonds,certificates and policies of insurance,or if the successful Bidder fails to timely and properly execute the Contract, the Contractor's Certification, and all other required documentation related L to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure. For such reason, every Bidder shall, by submitting its Bidder's Proposal, be deemed to agree that Owner shall have the right, at its Loption in the event of any such default, to retain or recover as reasonably estimated liquidated damages,and not as a penalty,the entire amount of the Bid Security or five percent of the Bidder's L' Page 4 GENERAL INSTRUCTIONS TO BIDDERS L. Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have _ against the defaulting Bidder. 9. Submission of Bidder's Proposal One copy of each Bidder's Proposal, properly signed, together with all other required documents, shall be enclosed in a sealed envelope or package and shall be addressed and delivered to the place,before the time,and in the manner designated in the Invitation for Bidder's Proposals. All Bidder's Proposals received after the time for the opening of bids specified in the Invitation for Bidder's Proposals will be returned unopened. i Each sealed envelope or package containing a Bidder's Proposal shall be identified as such and shall be marked with the title of the Contract and Bidder's full legal name. All Addenda will be considered part of each Bidder's Proposal whether attached or not. 10. Withdrawal of Bidder's Proposal —z Any Bidder's Proposal may be withdrawn at any time prior to the opening of any Bidder's Proposal, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner prior to the opening of any Bidder's Proposal. The withdrawal of a Bidder's ' Proposal prior to opening of any Bidder's Proposal will not prejudice the right of Bidder to file a new Bidder's Proposal. No Bidder's Proposal shall be withdrawn without the consent of Owner for a period of 60 days after the opening of any Bidder's Proposal. Any Bidder's Proposal may be withdrawn at 1 any time following the expiration of said 60 day period,provided that a request in writing,executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner after said 60 day period. If no such request is filed,the date for acceptance of such Bidder's Proposal shall be deemed to be extended until such a request is filed or until Owner executes a Contract pursuant to the Invitation for Bidder's Proposals or until Owner affirmatively and in writing rejects such Bidder's Proposal. I 11. Qualification of Bidders A. Factors. Owner intends to award the Contract only to a Bidder that furnishes satisfactory evidence that it has the requisite experience, ability, capital, facilities, plant, organization and staffing to enable it to perform the Work successfully and promptly and to complete the Work for the Contract Price and within the Contract Time. i B. Additional Information. Owner reserves the right to require from any Bidder,prior --� to award of the Contract, a detailed statement regarding the business and technical organizations and plant of Bidder that is available for the Work. Information pertaining to financial resources, experience of personnel, contract defaults, litigation history, and pending construction projects may also be requested. Page 5 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) %W C. Final Determination. The final selection of the successful Bidder shall be made on the basis of the amount of the Bidder's Price Proposals,Owner's prior experience with the Bidders, Owner's knowledge of the Bidders' performance on other relevant projects, any additional information submitted by Bidders to satisfy Owner that Bidders are adequately prepared to fulfill the Contract, and all other relevant facts or matters mentioned in the Bid Package or that Owner may legally consider in making its determination. L12. Disqualification of Bidders A. More Than One Bidder's Proposal. No more than one Bidder's Proposal for the 1 Work described in the Contract shall be considered from any single corporation, partnership, 6•• individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture. Reasonable grounds for believing that any corporation, partnership, individual or joint venture is interested in more than one Bidder's Proposal for the Work may cause the rejection of all Bidder's Proposals in which such corporation,partnership,individual or joint venture is interested. Nothing contained in this Subsection 12A shall prohibit any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation,partnership, individual or joint venture, from submitting a bid or quoting prices j to more than one Bidder for equipment, materials and supplies or labor to be furnished as a L subcontractor or supplier. B. Collusion. If there are reasonable grounds for believing that collusion exists among any Bidders, all Bidder's Proposals of the participants in such collusion will not be considered. C. Default. If a Bidder is or has been in default on a contract with Owner or in the `, payment of monies due Owner, its Bidder's Proposal will not be considered. 13. Award of Contract L A. Reservation of Rights. Owner reserves the right to accept the Bidder's Proposal that is, in its judgment, the best and most favorable to the interests of Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder's Proposal; to reject any and all Bidder's Proposals;to accept and incorporate corrections,clarifications or modifications following the opening of the Bidder's Proposals when to do so would not, in Owner's opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and tow informalities in the bidding process or in any Bidder's Proposal submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or 6. similar defects or informalities, and Bidders should not rely on, or anticipate, such waivers in submitting their Bidder's Proposals. LB. Firm Offers. All Bidder's Proposals are firm offers to enter into the Contract and no Bidder's Proposals shall be deemed rejected, notwithstanding acceptance of any other Bidder's Proposal, until the Contract has been executed by both Owner and the successful Bidder or until LOwner affirmatively and in writing rejects such Bidder's Proposal. Page 6 GENERAL INSTRUCTIONS TO BIDDERS L 1 1 Village of Oak Brook Sports Core Improvements -� (CBBEL Project No. 160597.00032) C. Time of Award. It is expected that the award of the Contract, if it is awarded, will be made within 30 days following the opening of the Bidder's Proposals. Should administrative -. difficulties be encountered after the opening of the Bidder's Proposals, including the annulment of any award,that may delay an award or subsequent award beyond such 30 day period, Owner may accept any Bidder's Proposal for which the date for acceptance has been extended as provided in ~ Section 10 of these General Instructions to Bidders in order to avoid the need for re-advertisement. No Bidder shall be under any obligation to extend the date for acceptance of its Bidder's Proposal. Failure of one or more of the Bidders or their sureties to extend the date for acceptance of its Bidder's Proposal shall not prejudice the right of Owner to accept any Bidder's Proposal for which ' the date for acceptance has been extended. 14. Notice of Award; Effective Date of Award If the Contract is awarded by Owner,such award shall be effective when a Notice of Award in the form included in the Bid Package has been delivered to the successful Bidder ("Effective Date of Award"). Owner will prepare two copies of the Contract based on Bidder's Proposal and will submit them to the successful Bidder with the Notice of Award. -` 15. Finalization of Contract A. Finalization Date. Unless otherwise stated in the Notice of Award, the successful Bidder shall satisfactorily complete all conditions precedent to signing the Contract before the 10th day after the Effective Date of Award or within such extended period as Owner may,in the exercise of its sole discretion, authorize in writing after issuance of the Notice of Award ("Finalization Date"). B. Conditions Precedent to Finalization. On or before the Finalization Date, the I successful Bidder shall: (1) sign (see Section 7), date as of the Finalization Date, and submit to Owner both copies of the Contract, the Contractor's Certification, and all other required -� documentation related to the Contract on or before the Finalization Date; and (2) submit two executed copies of all required Bonds dated as of the Finalization Date and all certificates of insurance. •� Failure to timely execute or submit any of the aforesaid documents shall be grounds for the imposition of liquidated damages as more specifically set forth in Section 8 above. If the submitted -� documents or any of them fail to comply with these General Instructions to Bidders or the Contract or are not timely executed and submitted, Owner may, in its sole discretion, annul the award or allow the successful Bidder an opportunity to correct the deficiencies. .... In no event will Owner execute the Contract until any and all such deficiencies have been cured or Owner has received adequate assurances, as determined by Owner, of complete and prompt performance. C. Finalization. On the Finalization Date,and provided that all documents required to be submitted prior to or on the Finalization Date have been reviewed and determined by Owner to be in compliance with these General Instructions to Bidders and the Contract, or assurances of Page 7 GENERAL INSTRUCTIONS TO BIDDERS Village of Oak Brook Sports Core Improvements L (CBBEL Project No. 160597.00032) complete and prompt performance satisfactory to Owner have been received, Owner shall execute all copies of the Contract and tender one copy to the successful Bidder at the Finalization. The 6. successful Bidder shall tender a copy to its surety company or companies. 16. Failure to Finalize A. Annulment of Award; Liquidated Damages. The failure or refusal of a successful Bidder to comply with the conditions precedent to finalization or to properly finalize and execute L the Contract shall be just cause for the annulment of the award and the imposition of liquidated damages or the exercise of equitable remedies, both as more specifically set forth in Section 8 tabove. B. Subsequent Awards. On annulment of an award, Owner may accept, and award a Contract based on, any other Bidder's Proposal as Owner, in its sole judgment, deems to be the best or may invite new Proposals or may abandon the bidding process or the Work. L L L L L L L L L -- Page 8 GENERAL INSTRUCTIONS TO BIDDERS L Village of Oak Brook Sports Core Improvements L (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK MW CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS i BID PACKAGE BIDDER'S PROPOSAL Full Name of B idder we its tr--� C t-,�p re.,toq--�- ��evt�opW-L- tpoic."- (`B idder") Principal Office Address l�-`�o �-t�� JJeVtL" "� tL �n5� - Local Office Address t utc t-40^ 1 Contact Person .DAN Pv'ci Telephone `Ab i- L3`l 1 TO: Village of Oak Brook ("Owner") 1200 Olk 13 sn.(c 0-4 0 IL -4c)SZ3 Attention: Village Clerk L Bidder warrants and represents that Bidder has carefully examined the Work Site described below and its environs and has reviewed and understood all documents included, referred to, or L mentioned in this set of documents, including Addenda Nos. � &i , which are securely stapled to the end of this Bidder's Proposal [if none, write"NONE"] ("Bid Package"). ' Bidder acknowledges and agrees that all terms capitalized in this Bidder's Proposal shall have the meaning given to them in the documents included in the Bid Package. 1. Work Proposal A. Contract and Work. If this Bidder's Proposal is accepted, Bidder proposes, and ' agrees, that Bidder will contract with Owner, in the form of the Contract included in the Bid Package: (1) to provide, perform and complete all of the street improvements at the site or sites described in the Bid Package ("Work Site") and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, +� machinery,tools,fuels, gas, electric, water,waste disposal, information,data and other means and items necessary for the street improvements; (2)to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3)to L Page 9 BIDDER'S PROPOSAL L -r Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid ..,� Package; (4)to pay all applicable federal, state and local taxes; (5)to do all other things required of Contractor by the Contract; and (6)to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, ,..� the Contract; all of which is herein referred to as the "Work." B. Manner and Time of Performance. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will perform the Work in the manner and time prescribed in the i Bid Package and according to the requirements of Owner pursuant thereto. C. General. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will do all other things required of Bidder or Contractor, as the case may be, by the Bid Package. 2. Contract Price Proposal If this Bidder's Proposal is accepted, Bidder will, except as otherwise provided in Section 2.1 of the Contract, take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth on the following ~ "Schedule of Prices" ("Price Proposal"), which Schedule of Prices Bidder understands and agrees ' will be made a part of the Contract: SCHEDULE OF PRICES A. UNIT PRICE CONTRACT 1. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed in the attached Schedule of Prices incorporated in the Work by the Unit Price set forth in the attached Schedule of Prices for such Unit Price Item. i B. BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. The approximate quantities set forth in this Schedule of Prices for each Unit Price Item are Owner's estimate only,that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units i of such Unit Price Item installed complete in place,measured on the basis defined in the Contract; -� Page 10 BIDDER'S PROPOSAL i Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Schedule of Prices; 3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions,annuities,or other similar benefits are included in this Schedule of Prices; and 4. All costs,royalties, and fees arising from the use on,or the incorporation into, the Work of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions are included in this Schedule of Prices. All claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, or to claim any additional compensation by reason of the payment of any such tax, 6- contribution, or premium or any such cost, royalty or fee is hereby waived and released. 3. Contract Time Proposal If this Bidder's Proposal is accepted, Bidder will commence the Work not later than the t "Commencement Date" set forth in Attachment A to the Contract and will perform the Work diligently and continuously and will complete the Work not later than the "Completion Date" set forth in Attachment A to the Contract. L. 4. Firm Proposal L All prices and other terms stated in this Bidder's Proposal are firm and shall not be subject to withdrawal, escalation, or change for a period of 60 days after the date on which any Bidder's Proposal is opened or such extended acceptance date for Bidder's Proposals as may be established pursuant to Sections 10 and 13 of the General Instructions to Bidders. 5. Bidder Representations 1 A. No Collusion. Bidder warrants and represents that the only persons, firms, or corporations interested in this Bidder's Proposal as principals are those named in Bidder's Sworn i Acknowledgment attached hereto and that this Bidder's Proposal is made without collusion with any other person, firm or corporation. B. Not Barred. Bidder warrants, represents and certifies that it is not barred by law from contracting with Owner or with any unit of state or local government. C. Qualified. Bidder warrants and represents that Bidder has the requisite experience, `, ability, capital, facilities, plant, organization and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and 3-- L' Page 11 BIDDER'S PROPOSAL 1 L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) Contract Time Proposals set forth above. In support thereof, Bidder submits the attached Sworn Work History Statement. In the event Bidder is preliminarily deemed to be one of the most favorable to the interests of Owner,Bidder hereby agrees to furnish on request,within two business days or such longer period as may be set forth in the request, such additional information as may be necessary to satisfy Owner that Bidder is adequately prepared to fulfill the Contract. D. Owner's Reliance. Bidder acknowledges that Owner is relying on all warranties, ,,,% representations and statements made by Bidder in this Bidder's Proposal. 6. Surety and Insurance i Bidder herewith tenders surety and insurance commitment letters as specified in Section 6 of the Invitation for Bidder's Proposals. I 7. Bid Security Bidder herewith tenders a Cashier's Check, Certified Check, or Bid Bond as specified in Section 6 of the Invitation for Bidder's Proposals for 5 percent of Bidder's Price Proposal ("Bid Security"). t 8. Owner's Remedies Bidder acknowledges and agrees that should Bidder fail to timely submit all additional information that is requested of it; or should Bidder, if Owner awards Bidder the Contract, fail to t timely submit all the Bonds and all the certificates and policies of insurance required of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely execute the Contract, Contractor's Certification and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure and, for such reason, Owner shall have the right, at its option in the event of any such default by Bidder, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or five percent of Bidder's Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against Bidder. l 9. Owner's Rights Bidder acknowledges and agrees that Owner reserves the right to reject any and all Bidder's Proposals, reserves the right to accept or reject any item of any Bidder's Proposal and reserves such other rights as are set forth in Section 13 of the General Instructions to Bidders. 10. Bidder's Obligations In submitting this Bidder's Proposal, Bidder understands and agrees that it shall be bound by each and every term, condition or provision contained in the Bid Package, which are by this reference incorporated herein and made a part hereof. 1 Page 12 BIDDER'S PROPOSAL Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) [SIGNATURE PAGE FOLLOWS] DATED: tri , 20 V . Bidder Attest By: By. l ow 3.4- Ft= L Title: Title: / .e SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION7i FOR SIGNATURE REQUIREMENTS v I I L -- Page 13 BIDDER'S PROPOSAL 0 o At 0 Schedule of Prices 0 c co COUt 14,'x`' RETURN WITH BID For complete information covering these items, see plans andspecifications) Item. OSLAD Items Unit QuantityUnit Total No. Price 20100110 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 100 35 �5vc�e 20100210 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 150 ovo' 20101000 TEMPORARY FENCE FOOT 200 kov. 20101200 TREE ROOT PRUNING EACH 10 U: ZOoo' 20101300 TREE PRUNING (1 TO 10 INCH DIAMETER) EACH 10 1ioo ZOUO= 20101350 TREE PRUNING (OVER 10 INCH DIAMETER) EACH 10 1100. 20200100 EARTH EXCAVATION CU YD 40 .6 1 SZ`, 20201200 REMOVAL AND DISPOSAL OF UNSUITABLE CU YD 800 MATERIAL 3�• �OyUOf 20700220 POROUS GRANULAR EMBANKMENT CU YD 10 40, If 00 21101505 TOPSOIL EXCAVATION AND PLACEMENT SQ YD 16000 21101610 TOPSOIL FURNISH AND PLACE, 3" SQ YD 3100 lSsUt�� 25100630 EROSION CONTROL BLANKET SQ YD 19100 r 1 25200200 SUPPLEMENTAL WATERING UNIT 5 100, 500 28000250 TEMPORARY EROSION CONTROL SEEDING POUND 50 !o '56, 28000400 PERIMETER EROSION BARRIER FOOT 6,000 ( yr /05700. s 35101600 AGGREGATE BASE COURSE, TYPE B 4" SQ YD 2700 e / 3500, 40200800 AGGREGATE SURFACE COURSE, TYPE B TON 350 30, Page 1 SCHEDULE OF PRICES Of {3Al 6 ,? 0 Schedule of Prices n RETURN WITH BID �- For complete information covering these items, see plans ands ecifications 42400200 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 660 7 Ste„' fl ci 50, 50200100 STRUCTURE EXCAVATION CU YD 6.6 /00, 50300225 CONCRETE STRUCTURES CU YD 6.6 /Loo -7 et Lid p.. 50800205 REINFORCEMENT BARS, EPDXY COATED POUND 800 1, 542A0217 PIPE CULVERTS, CLASS A, TYPE 1 12" FOOT 20 G0 /ZO® 67100100 MOBILIZATION L SUM 1 �; vdd, -L0006, X0326806 WASHOUT BASIN L SUM 1 'Z000< '7.J U®. X2130010 EXPLORATION TRENCH (SPECIAL) CU YD 10 /p X7010216 TRAFFIC CONTROL AND PROTECTION, SPECIAL L SUM 1 Z0013797 STABILIZED CONSTRUCTION ENTRANCE SQ YD 120 15. l$OQ. Z0013798 CONSTRUCTION LAYOUT L SUM 1 6000, N/A CIRCULATION PATH AND RUNNING TRACK SQ YD 2300 5, I 1 SOL+ u� N/A CUSTOM SHELTER L SUM 1 100006, N/A SEEDING, FIELD OF DREAMS ATHLETIC MIXTURE ACRE 2.20 L!0 0o, ��U o N/A SEEDING, LO PRO DRY MESIC FOR OPEN WOODS ACRE 0.15 100oo. 1500 . 1 N/A SEEDING, LO PRO PRAIRIE FOR CLAY SOIL MIX ACRE 1.60 (00vor ('0o. Bidder's Proposal for making Entire Improvements. Li G4 + "Driuo �- Page 2 SCHEDULE OF PRICES Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK ' CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS ` BID PACKAGE L BIDDER'S SWORN ACKNOWLEDGEMENT L r)UJ ("Deponent"), being first duly sworn on oath, deposes and states that the undersigned Bidder is organized as indicated below and that all �.. statements herein made are made on behalf of such Bidder in support of its Bidder's Proposal for the above Contract and that Deponent is authorized to make them. LDeponent also deposes and states that Bidder has carefully prepared,reviewed and checked its Bidder's Proposal and that the statements contained in its Bidder's Proposal and in this Acknowledgement are true and correct. COMPLETE APPLICABLE SECTION ONLY 1. Corporation Bidder is a corporation that is organized and existing under the laws of the State of Itm i1 +,t , that is qualified to do business in the State of Illinois, and that is operating under the legal name of g VAai4,VJejutAc,+•h d 0euel6pr� Corpor.k� LThe officers of the corporation are as follows: TITLE NAME ADDRESS 1 t' President b a� 6 A v +CS" 11"o L�i on 1t. GOILO { Vice President D� a"+e� t 1,�+� L-(a A ����� IL Uo r+.2 L Secretary 0 N (14o ir{ (Lei 61161v`c. [l bds+,a + Treasurer cc 1?.Atu Ly o,. dZ ) L1,tauI (0d5+� L2. Partnership Bidder is a partnership that is organized,existing and registered under the laws of the State I of pursuant to that certain Partnership Agreement dated as of , that l 6' Page 1 BIDDER'S SWORN ACKNOWLEDGEMENT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) is qualified to do business in the State of Illinois, and that is operating under the legal name of I r.. The general partners of the partnership are as follows: NAME ADDRESS 1 L 3. Individual LBidder is an individual as follows: Full name: LResidence address: Business address: j If operating under a trade or assumed name that name is: t.. 4. Joint Venture L Bidder is a joint venture that is organized and existing under the laws of the State of pursuant to that certain Joint Venture Agreement dated as of , that is qualified to do business in the State of Illinois, and that is operating under the legal name of The signatories to the aforesaid Joint Venture Agreement are as follows: LNAME(and ENTITY TYPE) ADDRESS U L U [For each signatory, indicate type of entity (Corporation="C"; Partnership="P"; and Individual _ "I") and provide, on separate sheets, the information required in Paragraph 1, 2, or 3 above, as `w applicable] van Page 2 BIDDER'S SWORN ACKNOWLEDGEMENT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) DATED: 16�1 20 L► Bidder Attests By: y. �A.J 3, ,1W Ick Ap,1 Q AO,"13' r Title: Title: seC.— Subscribed —Subscribed and Sw t before me on F11 7 . 2014 Notary Public OFFICIAL SEAL L DAVIES EMY ARY PUBLIC-STATE OF ILLINOIS My commission expires: AA" 14t.- f3 20 `� COMMISSION#693059 NOTARY EXPIRES MARCH 13,2024 SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS Page 3 BIDDER'S SWORN ACKNOWLEDGEMENT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) UAW VILLAGE OF OAK BROOK I , CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS BID PACKAGE i BIDDER'S SWORN WORK HISTORY STATEMENT rjk� p A^i 1 (`Deponent"), being first duly sworn on oath, deposes and states that all statements made in this Sworn Work History Statement are made L on behalf of the undersigned Bidder in support of its Bidder's Proposal for the above Contract and that Deponent is authorized to make them. 1 ' Deponent also deposes and states that Bidder has carefully prepared, reviewed and checked this Sworn Work History Statement and that the statements contained in this Sworn Work History Statement are true and correct. i IF NECESSARY FOR FULL DISCLOSURE,ADD SEPARATE SHEETS I JOINT VENTURES MUST SUBMIT SEPARATE SWORN WORK HISTORY STATEMENTS FOR THE JOINT VENTURE AND FOR EACH SIGNATORY TO THE JOINT VENTURE AGREEMENT 1. Nature of Business LState the nature of Bidder's business: t�rcr« Mc�� ecJ1� ftc S �C �hi.6cc _ ►�1scT3 , rock-�-�-�w . o� c�,,.riw��r�c.,kl E�e�c,.tiQ,. 2. Composition of Work t During the past three years, Bidder's work has consisted of: %Federal 100 %As Contractor f65' %Bidder's Forces L100 %Other Public %As Subcontractor 5 % Subcontractors Eof,-k tS6& 1 %Private % Materials %n L i Page 1 BIDDER'S SWORN WORK ~' HISTORY STATEMENT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) a. 3. Years in Business State the number of years that Bidder, under its current name and organization. has been continuously engaged in the aforesaid business: / years 4. Predecessor Organizations If Bidder has been in business under its current name and organization for less than five years, list any predecessor organizations: NAME ADDRESS YEARS t. a/(�.1►��tui I t�Seeyien� ��o-/� /�t� �cllziVVr;� ( �ao 5. Business Licenses L List all business licenses currently held by Bidder: '+.• ISSUING AGENCY TYPE NUMBER EXPIRATION !�r)� 001, 011""pf(� l��Z � I3�IZi pruS ���C� n PK C" yA0,0w, x I;0NrJ gyat-W fo>11ifc�cas VJeilq i1I3�C13 6. Related Experience 1 List three projects most comparable to the Work completed by Bidder, or its predecessors, L in the past five years: PROJECT ONE PROJECT TWO // PROJECT THREE Owner Name 4 6 Owner Address Reference i Telephone Number Type of Work 1 i Page 2 BIDDER'S SWORN WORK �' HISTORY STATEMENT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) L LPROJECT ONE PROJECT TWO PROJECT THREE 41 e Contractor 44 a_ C' icl (Z t (If Bidder was) (Subcontractor) `.. Amount of Contract I Date Completed DATED: 20 . Bidder Attest Qt L.. Title: �rPPi Title: �eciY � z Subscribed and Sw t efore me on / n f 2A , 20 Z--t . Notary Public OFFICIAL SEAL L OAVIES NOTARY PUBLIC-STATE OF ILLINOIS My commission expires: fVhiV — » , 2011 COMMISSION#693059 MY COMMISSION EXPIRES MARCH 13,2024 SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, - FOR SIGNATURE REQUIREMENTS I 1 L Page 3 BIDDER'S SWORN WORK HISTORY STATEMENT L EAR TH WERKS L 1240 Lyon Road Batavia, IL 60510 630 482-2341 Fax: 630 482-2342 LPROJECTS Village of Wheeling Buffalo Creek/Wheeling Ditch Diversion Channel ' 255 W.Dundee Road $2,371,744.80 '1. `._ . Wheeling,IL Completion: 11/01 L Guy Kolberg 847-459-2986 City of Naperville Hobson West Drainage Improvements 400 S.Eagle Street $1,725,602.60 Naperville,IL 60566 Completion: 12/02 \ Tamara Baucom-MWH,Inc 312-952-3716 L i Village of Arlington Heights Central Detention Basin&Outlet Sewer L 33 S.Arlington Heights Rd $968,478.50 L, Arlington Heights,I160005 Completion: 6/03 Mike Pagones 847-368-5267 IVillage of Addison Lake Manor Pond Restoration One Friendship Plaza $742,521.00 Addison,IL 60101 Completion: 7/03 T Rudy Espedido 630-693-7533 1 County of DuPage Downers Grove Wetlands 421 N. County Farm Road $781,022.00 - Wheaton,IL 60187 Completion: 8/03 1 1 L Forest Preserve District of Lake County Des Plaines River Trail 2000 N.Milwaukee Ave $539,102.30 r I Libertyville,IL 60048 Completion: 9/03 Bobby Quale 847-968-3269 Glen Ellyn Park District Churchill Park 501 Hill Ave $148,424.00 Glen Ellyn,IL 60137 Completion:4/04 John Pence 630-858-2464 t Glen Ellyn Park District Birnam Woods 1 501 Hill Ave $432,914.00 Glen Ellyn,IL 60137 Completion:4/04 John Pence 630-858-2462 Village of Naperville Country Commons Park — 400 S.Eagle Street $779,902.50 Naperville,IL 60556 Completion: 8/04 Erskine Klyse 630420-6103 County of DuPage Pleasantdale Drainage 421 N.County Farm Road $432,709.00 Wheaton,IL 60187 Completion: 9/04 County of DuPage Waynewood Phase 11 Drainage Improvements — 421 N.County Farm Rd $659,602.20 Wheaton,IL 60187 Completion: 11/04 County of DuPage Keeneyville Drainage Improvements I _ 421 N.County Farm Rd $273,443.00 Wheaton,IL 60187 Completion: 11/04 L County of DuPage Third Ave Drainage Improvements L 421 N.County Farm Rd $240,751.00 Wheaton,1160187 Completion: 11/04 bogt Kane County Water Resource Department Montague Forest/Fitchie Creek 719 Batavia Ave $51,053.00 Geneva,IL 60134 Completion:2/05 t i Paul Schuck 630-232-5929 6.9 City of Darien Ward=s Creek Streambank Stabilization 6w1702 Plainfield Road $123,550.00 Darien,IL 60561 Completion: 5/05 r. Dan Lynch-Christopher Burke Engineering 847-823-0500 County of DuPage Reach 8 Winfield Creek Flood Control Project 1 421 N.County Farm Rd $1,141,559.76 Wheaton,IL 60187 Completion: 8/05 i L Forest Preserve District of DuPage County West Branch Trail 3 S 580 Naperville Rd $407,661.86 Wheaton,IL 60187 Completion: 11/05 Village of Wayne Powis Road Storm Sewer 5 N 430 Railraod Street $30,887.50 ' Wayne,IL 60184 Completion: 5/06 Village of Mt Prospect Kensington Business Park Basin#7 Dredging Project 7 50 S.Emerson Street $186,390.00 Mt Prospect,IL Completion: 5/06 1 City of Northlake Addison Creek Riparian Restoration 1 55 E.North Ave $456,880.00 1 Northlake,IL 60164 Completion: 8/06 Mike Wrzeszcz-Christopher Burke Engineering 847-823-0500 1 County of DuPage East Pond Retention Basin i 421 N.County Farm Rd $765,532.50 Wheaton,IL 60187 Completion: 8/06 i St Charles Park District East Side Sports Complex-Phase 3 8 North Avenue $1,199,267.93 I St Charles,IL 60174 Completion: 8/06 630-584-1885 Forest Preserve District of DuPage County East Branch Dog Facility Site Improvements 3 S 580 Naperville Rd $345,062.00 '1 1 Wheaton,IL 60187 Completion: 9/06 Cook County Forest Preserve Shoreline Restoration-Contract B "1 118 North Clark,Room 569 $683,862.50 Chicago,IL Completion: 10/06 / Steven Choe 708-771-1343 I Cook County Forest Preserve Shoreline Restoration-Contract C 118 North Clark,Room 569 $667,002.00 I Chicago,IL Completion: 10/06 Steven Choe 708-771-1343 1f 1 Wheaton Sanitary District Storm Water Detention Facilities 1 S 649 Shaffnet Rd $251,145.00 Wheaton,IL 60187 Completion: 11/06 John Mayer-Engineering Resource 630-393-2152 1 i.. County of DuPage Kress Creek Regional Flood Control Facility 421 N. County Farm Rd $3,891,134.50 Wheaton,IL 60187 Completion: 12/06 l Wheaton Sanitary District East Flow Pond Renovations Phase I 1 S 649 Shaffnet Rd $268,166.00 Wheaton,IL 60187 Completion: 2/07 Bob Clavel LVillage of Glendale Heights Armitage Creek Streambank Stab. &Bridge Replmnt 1608 Bloomingdale Rd $583,289.50 Glendale Heights,IL 60139 Completion: 5/07 Greg Sanders-Christopher Burke Engineering 847-823-0500 ' Village of Woodridge 103'Street Drainage Ditch Reconstruction L Five Plaza Drive $108,482.00 Woodridge,IL 60517 Completion: 5/07 Glen Ellyn Park District Mary Knoll Park Improvements c 501 Hill Ave $1,243,701.00 L Glen Ellyn,I160137 Completion: 5/07 Dave Scarmardo-Project Manager 630-858-2462 X125 i Village of St Charles First Street Development 1 Two East Main Street $128,474.00 St Charles,IL 60174 Completion: 10/07 Jeff Goodrich 630-587-3373 r Village of Lincolnshire Spring Lake Outfall One Olde half Day Road $193,613.50 Lincolnshire,IL 60069 Completion: 11/07 Lydia Scott 847-883-8600 -� i City of Geneva Prairie Green Wetland Mitigation Bank Phase I ~ I 22 South First Street $567,702.50 Geneva,IL 60134 Completion: 11/07 Pat Kelsay-Christopher B.Burke Eng 630-443-7755 1 Village of Palatine Imperial/Glade Detention Basin Expansion 200 E.Wood Street $193,408.75 1 Palatine,IL 60067 Completion: 12/07 Michael Danecki Village Engineer 847-359-9051 I County of DuPage Drainage&Maint.Construction 421 N. County Farm Rd $387,760.00 Wheaton,IL 60187 Completion: 1/05-5/08 Greg Phillips 630-407-6800 Campton Township Poyner Park — 4 N 498 Town Hall Road $1,397,692.00 St Charles,IL 60175 Completion: 8/08 Nan Newlon-Christopher Burke Engineering West 630-443-7755 I County of DuPage Vernal Pool Creation ... 421 N. County Farm Rd $132,390.00 Wheaton,IL 60187 Completion:4/08 Sarah Ruthko 630407-6800 1 :.r IDOT Bid#97 Wetland Mitigation and Restoration 1 201 W.Center Ct $4,184,149.10 1.. i— Schaumburg,IL 60196 Completion: 12/08 Pat Kielty-Christopher Burke Engineering 847-823-0500 L Village of Lisle Garfield Ave Basin 925 Burlington Ave $1,907,771.59 Lisle,I160532 Completion: 12/08 Ray Peterson-PM 630-271-2160 L LGeneva Park District Peck Farm Restoration 710 Western Ave $370,072.25 1 �r Geneva,1160134 Completion: 10/08 Becky Lambert-PM 630-262-8244 L. Kane County Dixie Briggs-Fromm Open Space 719 S.Batavia Ave $267,770.00 Geneva,I160134 Completion: 10/08 Ted Gray-PE 630-430-8999 Glen Ellyn Park District Village Green Improvements-Shelter L 185 Spring Ave $400,316.00 LGlen Ellyn,1160137 Completion: 6/08 Dave Scarmardo-PM 630-858-2462 I Kane County Dunham/Steams Bike Path&Parking Lot 41 WO 11 Burlington Ave $250,000.00 1 St.Charles,Il 60174 Completion: 7/08 1 I Dave Boesch-KDOT 630-584-1170 Glen Ellyn Park District Village Green Park "1 185 Spring Ave $1,294,573.00 Glen Ellyn,IL 60137 Completion: 5/09 Dave Scannardo-PM 630-858-2462 City of Rolling Meadows Salt Creek Streambank-Phase 3 3600 Kirchoff $508,247.00 Rolling Meadows,IL 60008 Completion: 3/09 Ryan Lindemann-RE 847-823-0500 County of Kane Four Way Winds 719 Batavia Ave $104,096.00 Geneva,IL 60134 Completion:9/08 Kenneth Anderson-PM 630-208-3179 Village Of Buffalo Grove White Pines Drainage Channel Imp. 50 Raupp Blvd $457,427.50 Buffalo Grove,IL 60089 Completion: 7/09 John Briggs-PE 847-816-1631 Village of Lincolnshire Downtown Redevelopment One Olde Half Day Road $1,455,906.00 Lincolnshire,IL 60069 Completion 11/09 Rob Home-PM 847-883-8600 Village of Glenview OLPH Retaining Wall i. 1225 Waukegan Road $830,845.00 Glenview,IL 60025 Completion 9/09 Ed Herlihy-V3 630-724-9200 City of Oakbrook Terrace Spring Road Tributary 17W275 Butterfield Rd $148,250.00 1•. Oakbrook Terrace,IL 60181 Completion 7/09 Paul Bourke-CBBEL 847-823-0500 r Carol Stream Park District Armstrong Park L391 Illini Dr $153,532.00 Carol Stream,IL 60181 Completion 7/09 Dennis Ulrey-CSPD 630-784-6153 %.W Village of Winfield 2009 Storm Sewer Projects 27W465 Jewell Road $138,890.50 I Winfield,IL 60190 Completion 11/09 Dan Watson-Rempe-Sharpe Eng 630-232-0827 L Village of Villa Park Terrace Street/Douglas Avenue Stormwater Det.Pond L 20 S.Ardmore Ave $228,913.25 Villa Park,IL 60181 Completion: 11/09 Vydas Juskelis-Villa Park PW 630-834-8505 Village of Wheeling Buffalo Creek Phase I 77 W.Hintz Road $1,980,058.48 LWheeling,IL 60090 Completion 10/09 Timothy Menihew 847-279-6900 L Village of Lincolnshire South Village One Olde Half Day Road $226,282.00 Lincolnshire,IL 60069 Completion 4/10 Rob Horne 847-913-2366 Village of Vernon Hills Seavy Ditch _ 290 Evergreen Ave $294,362.00 Vernon Hills,IL 60061 Completion 8/10 Tom Brettmann 847-727-2562 f Village of Downers Grove 8"&Cumnor Road Improvements 801 Burlington Ave $453,864.00 Downers Grove,IL 60515 Completion:9/10 Tom Topor 630-434-5487 County of DuPage Route 53 &Harding Road 421 N. County Farm Road $309,467.00 Wheaton,IL 60187 Completion 9/10 Greg Phillips 630-407-6679 West Chicago Park District Pioneer Park 157 W.Washington Street $364,888.00 West Chicago,IL 60185 Completion 9/10 Patty King 630-961-1787 x 115 Forest Preserve District of Cook County Tinley Airfield _. 53611 Harlem Ave $427,500.00 River Forest,IL 60305 Completion 9/10 Dennis Dabros 708-478-2090 E Ss Village of Bensenville Church Rd&Green St Drainage Improvements i 12 S.Center Street $381,776.00 LBensenville,IL 60106 Completion: 10/10 Mark Wrzeszcz 847-823-0500 t L Forest Preserve District of DuPage County White Farm Cover Construction L3 S. 580 Naperville Road $1,699,259.00 Wheaton,IL 60189 Completion 4/11 Drew Bergenthal 630-426-5655 LCity of Batavia Braeburn Marsh L100 Island Ave $344,616.00 Batavia,IL 60510 Completion 10/10 Noel Basquin 630-454-2760 IV LVillage of Lincolnshire Lincolnshire Forest One Olde Half Day Road $182,612.00 LLincolnshire,IL 60069 Completion:10/10 LRob Horne 847-913-2366 LForest Preserve District of Kane County Braeburn Marsh Ecosystem Restoration Project 1996 S.Kirk Road $69,042.25 Geneva,IL 60134 Completion:3/11 Pat Kelsev 630-443-7755 L Village of Homewood Prairie Lakes Business Center Pond&Wetland L17755 Ashland Ave $489,766.00 Homewood,IL 60430 Completion: 3/11 LJohn Schafer 708-206-3470 L L I Forest Preserve District of DuPage County Songbird Slough 35580 Naperville Rd $482,032.00 Wheaton,IL 60189 Completion: 9/ 11 Matt Rauch 630-871-6424 Wheaton Park District Northside Dredging 1000 Manchester Road $1,335,125.00 Rob Sperl 630-510-4975 Village of Schaumburg Applegate/Kessel Park Improvements i 101 Schaumburg Ct $159,763.00 Schaumburg,IL 60193 Completion: 7/2011 Mike Litwin 847-923-6654 US Army Corps of Engineers Chichaqua Wetland 10856 NE Hubbell Ave $242,560.00 Altoona,IA 50161 Completion: 8/2011 Paul St.Louis 309-781-0182 Forest Preserve District of DuPage County Timber Ridge Trail 3S580 Naperville Rd $879,309.90 Wheaton,IL 60187 Completion: 11/2011 Kevin Horsfell 630-933-7200 Geneva Park District Garden Prairie Plots 710 Western Ave $139,824.00 Geneva,IL 60134 Completion: 10/11 u Chris Lindley 630-443-7755 St Charles Park District River Bend Community Park-Phase II i ` 37W755 Bolcum Rd $534,651.00 St Charles,IL 60175 Completion: 12/11 John Wessel 630-513-4373 i r. County of DuPage,Illinois Warrenville Grove Dam Modifications L421 County Farm Rd $1,789,603.00 Wheaton,IL 60187 Completion: 5/12 LSarah Ruthko 630-407-6676 Village of Bensenville Church Rd&Green Street Drainage Improvements 12 Center Street $381,176 Bensenville,IL 60106 Completion:4/11 John Anderson 630-350-3489 Carol Stream Park District Kuhn Road Trail 4 280 Kuhn Rd $83,551 r. I Carol Stream,IL Completion: 5/11 Dennis Ulrey 630-784-6100 Kane County Forest Preserve Braeburn Marsh Ecosystem 1996 S.Kirk Rd $69,042 Geneva,IL 60134 Completion: 7/11 Kenneth Anderson 630-232-5980 ., Village of Vernon Hills Seavy Ditch Restoration 290 Evergreen Dr $302,362 L Vernon Hills,IL 60061 Completion: 7/11 Ted Gray 630-321-1133 `^ USACE-Rock Island District Chichaqua Wetland Mitigation Clock Tower $246,580 L Rock Island,IL 61204 Completion: 8/11 _ Paul St Louis 309-794-5733 County of DuPage Timber Ridge Trail 421 N. County Farm Rd $879,300 Wheaton,IL 60187 Completion:4/12 Jamie Lock 630-407-6676 Village of Schaumburg Applegate/Kessel Parks Detention Basin Imps 101 Schaumburg Rd $155,357 Schaumburg,I160173 Completion: 5/11 Mike Litwin 847-895-4500 Wheaton Park District Northside Park Lagoon Dredging _ 1000 Manchester Rd $1,335,125 Wheaton,IL 60187 Completion: 8/11 Rob Sperl 630-6904880 St Charles Park District River Bend Community Park � 37W455 Bolcum Rd $534,651 St Charles,IL 60175 Completion: 12/11 630-513-6200 Geneva Park District Prairie Green Garden Plots 710 Western Ave $141,484 Geneva,IL 60134 Completion:4/12 Larry Gabriel 630-232-4542 Village of South Elgin Otter Creek Streambank Stabilization 10 N.Water Street $98,370 South Elgin,IL 60177 Completion:4/12 _ l L Jim Reuter 847-622-0003 I } Village of Homewood Prairie Lakes Business Center L 17755 Ashland Ave $489,766 Homewood,IL 60430 Completion: 5/12 :. John Schaefer 708-206-3470 County of DuPage Warrenville Grove Dam Modification L 421 N.County Farm Rd $1,865,795 Wheaton,IL 60187 Completion: 5/12 j Jamie Lock 630-407-6676 LForest Preserve District of DuPage County Songbird Slough 35580 Naperville Rd $487,744 1 %W Naperville,IL 60563 Completion: 10/11 Karen Grey 630-933-7200 1r i Oakbrook Park District Central Park Phase 1 1450 Forest Glen Rd $644,186 LOakbrook,IL 60523 Completion: 8/12 630-645-9535 Laurie Kosey School District 41 Hadley Junior High Site Imps h L, 793 N.Main St $968,438 Glen Ellyn,IL 60137 Completion: 9/12 LDave Scarmardo 630-534-7212 LVillage of Glen Ellyn Lake Ellyn Outlet I 1 30 S.Lambert Rd $72,340 6. Glen Ellyn,IL 60137 Completion: 10/12 Bob Minix 630-547-5514 L.r CP Rail Grading,drainage,treusell,crossovers 1290 Ontario Parkway $605,562 Mississa Uga,Ontario Canada Completion: 2-13 Andy Inserra 905-873-1276 Little Calumet River Basin Commission Forest Ave Levee 900 Ridge Rd $328,198 Munster,IN 46321 Completion: 6/13 Jeff Yatsko 219-989-1954 Belvidere Park District Baltic Mill 1 1006 W.Lincoln Ave $744,296 Belvidere,IL 61008 Completion: 6/13 John Cook 815-965-3188 1 City of Aurora Orchard Ave 44 S.Downers $572,739 — Aurora,IL 60507 Completion: 9/13 SoutsThavong 630-256-3207 County of DuPage Bower School Berm 421 N.County Farm Rd $666,650 Wheaton,IL 60187 Completion: 10/13 Sarah Hunn 630-407-6673 — Kane County Department of Transportation Hampshire Creek 41 WO 11 Burlington Rd $636,192 St Charles,IL 60174 Completion: 10/13 Dave Dobson 847-823-0500 i Village of Glen Ellyn Lake Ellyn II L„ 40 S.Lambert $51,578 LGlen Ellyn,IL 60137 Completion: 10/13 Bob Minix 630-547-5514 L City of Elgin Jack E. Cook Park 150 Dexter Ct $963,869 Elgin,IL 60120 Completion: 11-14 LRandy Roepelle 847-931-6100 L County of DuPage West Branch 13-135 421 N. County Farm Rd $3,419,431 LWheaton,IL 60187 Completion: 11/14 Jamie Lock 630-407-6676 L Village of Bartlett FEMA Flood Control 1, 228 S.Main St $3,727,093 Bartlett,IL 60103 Completion: 8/15 r L Keith Butkis 630-675-7335 L Elgin Community College Wetlands-Grading L 1700 Spartan Dr $42,000 Elgin,IL Completion: 11/15 Karen Kase 847-697-6700 County of DuPage Armstrong Park } 421 N.County Farm Rd $7,782,023 Wheaton,I160187 Completion: 7/16 Jamie Lock 630-407-6676 L County of DuPage West Branch Re-Meander L 421 N. County Farm Rd $2,708,065 `1 Wheaton,IL 60187 Completion:4/19 Jamie Lock 630-407-6676 Elk Grove Village Ditch Improvements-Touhy 450 E. Devon Ave $1,088,955 Elk Grove Village,IL 60007 Completion: 9/16 Brian Lovering 847-734-8800 Village of Glen Ellyn Lake Ellyn Outlet Structure 30 S.Lambert $594,089 Glen Ellyn,IL 60137 Completion:4/17 Bob Minix 630-547-5514 City of Wheaton Streams Dredging 303 W.Wesley St $695,000 _ Wheaton,IL 60187 Completion: 8/16 Erik Melchers 630-260-2000 -- City of Elmhurst York Rd-I-290 10 S.York St $1,375,920 Elmhurst,IL 60126 Completion: 7/16 Kent Johnson 630-530-3000 City of Elmhurst Washington Street 10 S.York Street $634,942 _ Elmhurst,IL 60126 Completion: 12/17 Kent Johnson 630-530-3000 Village of Glendale Heights North Ave Flood Alleviation 300 Civic Center Dr $1,588,009 Glendale Heights,IL 60139 Completion: 5/18 71 7 L LAndrew Pufundt 847-823-0500 LCity of Northlake Addison Creek Wetland Restoration 55 E.North Ave $4,544,450 LNorthlake,IL 60164 Completion: 11/18 Mark Wrzeszcz 847-823-0500 L County of DuPage Redmond Reservoir L421 N. County Farm Rd $2,398,430 Wheaton,IL 60187 Completion: 5/19 Jamie Lock 630-407-6676 City of Elmhurst SWSMP Phase2 _ 10 S.York Rd $1,693,938 ` Elmhurst,IL 60126 Completion: 5/19 Pat Kielty 847-823-0500 L Village of Glendale Heights Salt Creek BBQ Underground 300 Civic Center Dr $797,816.54 Glendale Heights,IL 60129 Completion: 7/20 LNicholas Tremmel,PE 847-823-0500 L Village of Villa Park Jackson Pond 11 W.Home Ave $1,677,645.00 L Villa Park,IL60181 Completion: 11/19 Doug Paulus 847-823-0500 �r LWoodridge School District 68 JJHS-Excavation-Site Utilities 7925 Janes Ave $906,000 LWoodridge,IL 60517 Completion: 11/19 Curtis Saindon-Asst Supr 630-967-2045 L L Village of Libertyville Charles Brown Park 118 W. Cook Ave $1,745,145.00 Libertyville,IL 60048 Completion: 7/20 Kevin Betke 847-823-0500 Village of Oak Lawn Oak Lawn Lake 5532 98"'Street $2,159,835.00 Oak Lawn,IL 60453 Completion: 6/20 Boris Vukovic 847-823-0500 City of Elmhurst SSWCF Comp Storage&BMP Facility 209 N.York St $155,163.00 Elmhurst,IL 60126 Completion: 7/20 Kent Johnson,City Engineer 630-330-1363 City of Naperville South Central Interccptor _ 400 S. Eagle St $834,192 Naperville,IL 60566 Completion: 8/20 — Kelsey Gattone,PM 815-744-4200 x 3122 City of Elmhurst Saylor/Swain/Vallette Stormwater Imps 209 N.York St $3,984,056 Elmhurst,IL 60126 Completion: 11/20 _ Pat Kielty,PE,RE,PM 847-833-7648 Little Calumet River Basin Commission Deep River Improvements-IN Progress 900 Ridge Rd Contract:$4,423,532 — Munster,IN 46321 Est Completion: 5/21 Karl Wilson,PE,RE 847-636-4456 — La Village of Oak Brook Sports Core Improvements L (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK `. CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS L L BID PACKAGE L NOTICE OF AWARD L TO: Earth Werks FROM: Village of Oak Brook 1240 Lyon Rd 1200 Oak Brook Rd Batavia, IL 60510 Oak Brook 91L ("Contractor") ("Owner") L On May 29 ,2021 ,Owner found to be most favorable to the interests of Owner the Bidder's Proposal submitted by Contractor and dated April 29 , 20 21 , in which Contractor proposes to contract with Owner, in the form of the Contract included in the Bid Package to perform the following Work: (1)to provide, perform and complete at the Work Site and in the manner described and specified in the Bid Package all necessary work, labor, services, Ltransportation, equipment, materials, apparatus,machinery,tools, fuels, gas,electric,water,waste disposal, information, data and other means and items necessary for the street improvement project; (2)to procure and furnish all permits, licenses and other governmental approvals and L authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3)to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4)to pay all applicable Lfederal, state and local taxes; (5)to do all other things required of the Contractor by the Contract; and(6)to provide,perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to,the Contract. Im OWNER ACCORDINGLY AWARDS CONTRACTOR, EFFECTIVE AS OF THE DATE OF DELIVERY OF THIS NOTICE OF AWARD, THE CONTRACT FOR SAID WORK FOR THE LUMP SUM AND/OR UNIT PRICES, AS THE CASE MAY BE, SET FORTH � IN THE BIDDER'S PROPOSAL. The Contract will be finalized and executed on , 20 , at the above listed `' office of Owner. The Contract will be executed by Owner provided that all conditions precedent to finalization have been satisfied. Contractor must have complied with all conditions precedent to finalization set forth in Section 15 of the General Instructions to Bidders included in the Bid Package, on or before this date. The failure or refusal to comply with the conditions precedent to finalization on or before the Finalization Date or to execute the Contract on the Finalization Date shall result, at Owner's Page 1 NOTICE OF AWARD .. L Village of Oak Brook Sports Core Improvements L (CBBEL Project No. 160597.00032) option, in the imposition of liquidated damages and the annulment of this award, or in Owner's L exercise of any or all equitable remedies Owner may have, all as more specifically set forth in Sections 8, 15, and 16 of the General Instructions to Bidders. DATED: �L1, , 20_al L Village of Oa Brook L By: - Charlotte Pruss LVillage Clerk L L L L L L L L Page 2 NOTICE OF AWARD A�" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 05/20/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sharon L Panos _ DSP Insurance Services 1900 E. Golf Road Suite 650 PHONE (847) 934-6100 AIC No:(847) 934-6186 E-DRESS:MAIL 9 anOs�de ina.COm Schaumburg IL 60173 AD INSURERS AFFORDING COVERAGE NAIC# INSURER A:Travelers Indemnity Company 25658 INSURED (630) 482-2341 INSURERS:Travelers Property And Casualt 25674 Earthwerks Land Improvement & Development Corp INSURER C:Phoenix Insurance Company 25623 1240 Lyon Rd INSURER D:Charter Oak Fire Insurance 25615 Batavia IL 60510 IN8URERE:Travelers Indentnity Company of 25666 INSURER F: r. COVERAGES CERTIFICATE NUMBER:Cert ID 30389 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, _ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIDPOLDIYYYY MM %DD LTY EXP R NYYY LIMITS D X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CGE TO RENTED LAIMS-MADE FxIOCCUR DT-CO-3R070480-COF-2 12/31/202012/31/2021 PREMISES(Ea occurrence) $ 500,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE $ 3,000,000 POLICYJEa � LOC PRODUCTS-COMPIOPAGG $ 3,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 I. Ea accident A X ANY AUTO BA-2R93816A-20-26-G 12/31/202012/31/2021 BODILY $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident L $ B g UMBRELLALIAB X OCCUR . CUP-7R922543-20-26 12/31/2020 12/31/2021 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 10,000 $ WORKERS COMPENSATION C AND EMPLOYERS'LIABILITY YIN UB-38049236-20-26-G 12/31/2020 12/31/2021 X STATUTE ERH- ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUDED? ❑N NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Equipment QT-660-4R622252-TIA- 12/31/2020 12/31/2021Leased/Rented $ 500 000 Ded: $500 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Sports Core Improvements Additional insured on General Liability and Auto Liability on a primary and non-contributory basis when required by written contract: The Village of Oak Brook and its boards, commissions, committees, authorities. employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget; Christopher B. Burke Engineering, Ltd. Umbrella Coverage is follow form as per the exclusions, terms and conditions of the policy. Waiver of subrogation applies in favor of the additional insured on Workers Compensation when required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Village of Oak Brook 1200 Oak Brook Rd AUTHORIZED REPRESENTATIVE Oak Brook IL 605236 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page - of 1 1900 E.Golf Road,Suite 650 Schaumburg,IL 60173 DSPP 847 934 6100 F 847 934 6186 www.dspins.com April 28, 2021 Re: Village of Oak Brook Project: Village of Oak Brook— Sports Core Improvements To Whom It May Concern: We certify that we have read the insurance requirements set forth in the contract and that if awarded the job, Earthwerks Land Improvement&Development Corp. can comply with the insurance requirements in the above contract. We will issue the certificate of insurance upon award of the Contract to the Bidder—Earthwerks Land Improvement& Development Corp. Best Regards, Mike Pohl �— INSURANCE/CONTRACT BONDS/EMPLOYEE BENEFITS a - =-�: �►1 Document A310" - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Earthwerks Land Improvement and Development Corporation Harco National Insurance Company:Illinois Corporation 1240 Lyon Road One Newark Center,20th floor Batavia,IL 60510 Newark,NJ 07102-5207 This document has important legal OWNER: consequences.Consultation with (Name,legal status and address) an attorney is encouraged with Village of Oak Brook respect to its completion or 1200 Oak Brook Road modification. Oak Brook,IL 60523 Any singular reference to BOND AMOUNT:Five Percent of the Amount of Bid------(--5%--) Contractor,Surety,Owner or other party shall be considered _ PROJECT: plural where applicable. (Name,location or address,and Project number,if any) Sports Core Improvements _ The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been fiunished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrr)m and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein , furnished,the intent is at this Bond shall be construed as a statutory bond and not as a c law b1y'' f.c�` ,3 t r e Signedrand seal d i 29 day of April,202 . r 1. Earthwerk Land I oveme . Level t If n? Corporati eats(Principal) f. (Witness) (Title) A►) C.o co National Insurance Company (ur ) - (Seal) fitness) (Title)Courtney A.Flaska,Affomey In Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears itl RED.An original assures that changes will not be obscured. Init. AIA Document A310TO-2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA® Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,or t any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyright@aia.org. 081170 Surety Company Acknowledgement STATE OF ILLINOIS COUNTY OF COOK SS.: On this 29th day of April,2021,before me personally appeared Courtney A.Flaska,to me known,who, being by me duly sworn,did depose and say: that(s)he resides at Schaumburg,Illinois,that(s)he is the Attorney in Fact of Harco National Insurance Company,the corporation described in and which executed the annexed instrument;that(s)he knows the corporate seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation; that(s)he signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. Notary Public in and for the above County and State My Commission Expires: 06/23/21 SAMANTHA BRADTKE OFFICIAL SEAL Notary Public,State of Illinois My Commission Expires June 23,2021 POWER OF ATTORNEY Bond# Bid Bond HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint _ MIKE POHL,KIRK A.LISKIEWITZ,COURTNEY A.FLASKA,SAMANTHA BRADTKE,BRIEN SPODEN,JAMES L.SULKOWSKI,ROBERT B. SCHUTZ,SHERENE L.HEMLER,CAROL A.DOUGHERTY,STEPHEN L.WEBSTER,CHRISTINE EITEL,LUCIANNE BISCHOFF Schaumburg, IL their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had _ been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." Load Current Date IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31 st day of December,2018 ^S �yt�tSu9q'•. kily/�{rs� STATE OF NEW JERSEY STATE OF ILLINOIS .moo a°avo4.4"'%�'m: �44QR9� � County of Essex County of Cook =Z : SEAL o G SEAt �+ rnn I i' _ z: 0 ;O c O 178 y 1904 c `add•<LtNO`' iib. AC tERS '� Kenneth Chapman 'y „ Executive Vice President,Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December,2018 before me came the individual who executed the preceding instrument,to me personally known,and, _ being by me duly swom,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. .�"""""" IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, ••• � �';� New Jersey the day and year first above written. `�\Q F..�.ESP.Dp v. : 500799 .\ ' Shirelle A.Outley a Notary Public of New Jersey �l,,, ,,,t" My Commission Expires April 4,2023 CERTIFICATION I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that t have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, April 29,2021 A00319 Irene Martins,Assistant Secretary VER2 2/2019 e_POA 1900 E. Golf Road, Suite 650 Schaumburg, IL 60173 — . . P 847 934 6100 F 847 934 6186 www.dspins.com April 28, 2021 Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 Gentlemen: Through this agency Earthwerks Land Improvement and Development Corporation has advised Harco National Insurance Company that Village of Oak Brook is receiving bids on the 29th day of April,2021. Earthwerks Land Improvement and Development _ Corporation has also advised that they are submitting a bid for Sports Core Improvements. _ In the event the bid of Earthwerks Land Improvement and Development Corporation is accepted, a contract is awarded to this bidder and this bidder so requests, Harco National Insurance Company is prepared to underwrite the above referenced performance and payment bond upon review of the final contract documents. Harco National Insurance Company BY: Courtney A. Flaska ttorney In Fact `t Surety Company Acknowledgement STATE OF ILLINOIS COUNTY OF COOK SS: On this April 28,2021,before me personally appeared Courtney A.Flaska ,to me known,who,being by me duly sworn,did depose and say:that(s)he resides at Schaumburg,Illinois,that(s)he is the Attorney in Fact of .� Harco National Insurance Company,the corporation described in and which executed the annexed instrument;that (s)he knows the corporate seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation;that(s)he signed his/her name thereto by like order;and that the liabilities of said corporation do not exceed its assets as ascertained in the maturer provided by law. o Public in and for the above County and State My Commission Expires: 06/23/21 SAMANTHABRADTKE OFFICIAL SEAL Notary Public,State of Illinois My Commission Expires June 23,2021 POWER OF ATTORNEY Bond# NSA HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh,North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint _ MIKE POHL,KIRK A.LISKIEWITZ,COURTNEY A.FLASKA,SAMANTHA BRADTKE,BRIEN SPODEN,JAMES L.SULKOWSKI,ROBERT B. SCHUTZ,SHERENE L.HEMLER,CAROL A.DOUGHERTY,STEPHEN L.WEBSTER,CHRISTINE EITEL,LUCIANNE BISCHOFF Schaumburg, IL their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." Load Current Date IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2018 Wy STATE OF NEW JERSEY STATE OF ILLINOIS :0 L�p90-4qf Ofi i �y pPP0'Q4� �� County of Essex County of Cook ; r c v SEAL �' :O'•. S19o4EAL 0: 3 1964�a �4 0bd (O NON' yd`'IH*EKenneth Chapman Executive Vice President,Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December,2018 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly swom,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ��`A'0 � IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, •........ Cry- New Jersey the day and year first above written. 4(1 Boo It, 5 Shirelle A.Outley a Notary Public of New Jersey �E 0% My Commission Expires April 4,2023 CERTIFICATION I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hareby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, April 28,2021 A00319 Irene Martins,Assistant Secretary VER2 2/2019 e_POA Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS �- TABLE OF CONTENTS i Page ARTICLEI The Work .............................................................................................. 1 i 1.1 Performance of the Work.. .............................. 1 I 6. 1.2 Commencement and Completion Dates.................................................2 1.3 Required Submittals ...............................................................................2 f 1.4 Review and Interpretation of Contract Provisions ............... 1.5 Conditions at the Work Site; Record Drawings 1.6 Technical Ability to Perform..................................................................4 1.7 Financial Ability to Perform.............. 4 1.8 Time........................................................................................................4 1.9 Safety at the Work Site...........................................................................5 1.10 Cleanliness of the Work Site and Environs............................................5 1.11 Damage to the Work the Work Site and Other Property 1.12 Subcontractors and Suppliers.................................................................6 1.13 Simultaneous Work By Others...............................................................6 1.14 Occupancy Prior to Final Payment.........................................................6 1.15 Owner's Right to Terminate or Suspend Work for Convenience ..........6 1 �- ARTICLE II Changes and Delays..............................................................................7 2.1 Changes ..................................................................................................7 I2.2 Delays.....................................................................................................7 ARTICLE III Contractor's Responsibility for Defective Work...............................8 3.1 Inspection; Testing; Correction of Defects.............................................8 3.2 Warranty of Work...................................................................................8 i - 3.3 Owner's Right to Correct.......................................................................9 ARTICLE IV Financial Assurances............................................................................9 4.1 Bonds...................................................................................................... I,.., 4.2 Insurance.................................................................................................9 4.3 Indemnification..................................................................................... 10 1 i Page 1 CONTRACT 1.. Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) ARTICLEV Payment............................................................................................... 10 -_ 5.1 Contract Price....................................................................................... 10 5.2 Taxes and Benefits ............................................................................... 10 5.3 Progress Payments................................................................................ 10 5.4 Final Acceptance and Final Payment 5.5 Liens..................................................................................................... 11 5.6 Deductions............................................................................................ 12 I ARTICLE VI Disputes and Remedies....................................................................... 13 6.1 Dispute Resolution Procedure.............................................................. 13 6.2 Contractor's Remedies 6.3 Owner's Remedies................................................................................ 13 6.4 Owner's Special Remedy for Delay .................. 15 6.5 Terminations and Suspensions Deemed for Convenience................... 15 ARTICLE VII Legal Relationships and Requirements 7.1 Binding Effect ...................................................................................... 15 7.2 Relationship of the Parties.................................................................... 15 7.3 No Collusion/Prohibited Interests........................................................ 15 7.4 Assignment........................................................................................... 16 7.5 Confidential Information...................................................................... 16 7.6 No Waiver............................................................................................ 16 i 7.7 No Third Party Beneficiaries................................................................ 17 7.8 Notices.................................................................................................. 17 7.9 Governing Laws ................................................................................... 17 7.10 Changes in Laws................................................................................... 18 7.11 Compliance with Laws......................................................................... 18 7.12 Compliance with Patents...................................................................... 19 7.13 Time...................................................................................................... 19 7.14 Severability........................................................................................... 19 5 Entire Agreement..................................................................................20 7.16 Amendments.........................................................................................20 Contractor's Certification -� Attachment A: Supplemental Schedule of Contract Terms Attachment B: Specifications and Special Provisions -� Attachment C: List of Drawings Attachment D: Geotechnical Report .� Attachment E: IDOT Highway Standards Appendix 1: Bonds Page 2 CONTRACT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK L CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS `" In consideration of the mutual promises set forth below,the Village of Oak Brook, _ 1200 Oak Brook Road, Oak Brook, IL 60523-2255, an Illinois municipal corporation ("Owner"), and[name and address of successful bidder], a[form of organization] ("Contractor"), make this Contract as of , 20 , (the"Effective Date") and hereby agree as follows: -� ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must provide, perform, and complete all of the Lfollowing, all of which is herein referred to as the "Work": 1. Labor Equipment, Materials,and Supplies. Provide, perform, and complete, in the manner described and specified in this Contract, all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels,gas,electric,water,waste disposal,information,data,and other means and items necessary to accomplish the Project at the Work Site, both as defined in Attachment A, in accordance with the specifications attached hereto as Attachment B, the drawings identified in the list attached hereto as Attachment C, and the Geotechnical Report attached hereto as Attachment D, the IDOT Highway Standards attached hereto as Attachment E. 2. Permits. Except as otherwise provided in Attachment A,procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith. MW 3. Bonds and Insurance. Procure and furnish all Bonds and all certificates of insurance specified in this Contract. 4. Taxes. Pay all applicable federal, state, and local taxes. 5. Miscellaneous. Do all other things required of Contractor by this Contract, including without limitation arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work. Page 3 CONTRACT i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or pursuant to, this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged and first quality equipment,materials, and supplies. 1.2 Commencement and Completion Dates l Contractor must commence the Work not later than the"Commencement Date"set forth j on Attachment A and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the "Completion Date" set forth in Attachment A. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the "Contract Time." 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents,data,and information specifically required to be submitted by Contractor under this Contract and must, ~ in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this Contract ("Required Submittals"). Such details must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work. ` B. Time of Submission and Owner's Review. All Required Submittals must be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner's sole opinion,to permit Owner to review the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will,after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner's review and stamping of any Required Submittal will be for -� the sole purpose of examining the general management, design, and details of the proposed } Work, does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with,and as required by or pursuant to this Contract,and may not be regarded -� as any assumption of risk or liability by Owner. C. Responsibility for Delay. Contractor is responsible for any delay in the Work -� due to delay in providing Required Submittals conforming to this Contract. I Page 4 CONTRACT 6- Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 1.4 Review and Interpretation of Contract Provisions L' Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, at no L' increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment,materials or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor,the specific item mentioned is understood as establishing the type, function and quality desired. Other L manufacturers' or vendors' products may be accepted,provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. Contractor must promptly notify Owner of any discrepancy,error,omission,ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner,then the subsequent decision L of Owner as to which provision of this Contract governs is final, and any corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time. low When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor must, without any increase in the Contract Price, make L all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 1.5 Conditions at the Work Site, Record Drawings i Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon `, conditions found at, or in the vicinity of, the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings,test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency'or accuracy of such information,and there is no guaranty or warranty,either expressed or implied,that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present. Contractor is solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, Page 5 CONTRACT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) whichever is earlier. Contractor must check all dimensions,elevations,and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre-existing work. Contractor must notify Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment B or the drawings identified in Attachment C. 1.6 Technical Ability to Perform 1 Contractor represents and warrants that it is sufficiently experienced and competent,and has the necessary capital, facilities, plant, organization, and staff, to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.7 Financial Ability to Perform i Contractor represents and warrants that it is financially solvent, and Contractor has the financial resources necessary to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1 I 1.8 Time y, Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with,and as required by or pursuant to,this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties,hindrances,and delays that may be incident to the Work. 1.9 Safety at the Work Site -, Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during performance of the Work. This requirement applies continuously and is not limited to normal working hours. Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. -• Page 6 CONTRACT I L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor's operations, Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1.10 Cleanliness of the Work Site and Environs LContractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition. f` 1.11 Damage to the Work, the Work Site,and Other Property LThe Work and everything pertaining thereto is provided. performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final L Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of ' the Work in order to make all parts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified,and support and protect all buildings,bridges, roadways,conduits,wires,water pipes,gas pipes,sewers,pavements,curbs,sidewalks,fixtures and landscaping of all kinds and all other public or private property that may be encountered or L. endangered in providing,performing and completing the Work. Contractor will have no claim against Owner because of any damage or loss to the Work or to Contractor's equipment, materials,or supplies from any cause whatsoever,including damage or loss due to simultaneous 6. work by others. Contractor must, promptly and without charge to Owner, repair or replace,to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other property as a result of the L Work. Notwithstanding any other provision of this Contract, Contractor's obligations under this Section exist without regard to, and may not be construed to be waived by,the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section. 1.12 Subcontractors and Suppliers L A. Approval and Use of Subcontractors and Suppliers. Contractor must perform the Work with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by, Owner. Owner's approval of any subcontractor, supplier, and subcontract does not relieve 4 Contractor of full responsibility and liability for the provision, performance,and completion of .. the Work in full compliance with, and as required by or pursuant to, this Contract. All Work performed under any subcontract is subject to all of the provisions of this Contract in the same L manner as if performed by employees of Contractor. Every reference in this Contract to "Contractor" is deemed also to refer to all subcontractors and suppliers of Contractor. Every LPage 7 CONTRACT L 1 Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails .� to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others r Owner has the right to perform or have performed such other work as Owner may desire in, about, or near the Work Site during the performance of the Work by Contractor. Contractor must make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. ^ 1.14 Occupancy Prior to Final Payment Owner will have the right, at its election,to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service must be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor's duty to insure and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor's provision, performance, or completion of the Work. 1.15 Owner's Right to Terminate or Suspend Work for Convenience i A. Termination or Suspension for Convenience. Owner has the right, for its convenience,to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice must state the extent and effective date of such termination or suspension. On such effective date, Contractor must, as and to the extent directed, stop Work under this Contract, cease all placement of further orders or subcontracts,terminate or suspend ^ Work under existing orders and subcontracts,cancel any outstanding orders or subcontracts that may be cancelled, and take any action necessary to protect any property in its possession in which Owner has or may acquire any interest and to dispose of such property in such manner —� as may be directed by Owner. B. Payment for Completed Work. In the event of any termination pursuant to 7 Subsection 1.15A above,Owner must pay Contractor(1) such direct costs,excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or pursuant to, this Contract up to the effective date of termination together with ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit,as Contractor may have reasonably and necessarily incurred as the result Page 8 CONTRACT L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner's rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS ` 2.1 Changes Owner has the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time ("Change Order"). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable 6' adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order, and may, if not made prior to such time, be L conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. L 2.2 Delays ! A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor must, upon timely written application,be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No L extension of the Contract Time will be allowed for any other delay in completion of the Work. i B. No Compensation for Delays. No payment, compensation, damages, or 1 60 adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, may be made to, or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable. i ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK 3.1 Inspection, Testing; Correction of Defects A. Inspection. Until Final Payment, all parts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own 6W expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. I. B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time,and,if so ordered,any covered or closed Work must be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract, then Owner LPage 9 CONTRACT f A. "1 Village of Oak Brook Sports Core Improvements A" (CBBEL Project No. 160597.00032) must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is not in full compliance with this Contract,then Contractor must pay such cost. i C. Correction. Until Final Payment, Contractor must, promptly and without charge,repair,correct,or replace all or any part of the Work that is defective,damaged,flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs,Extension of Warranty_. Contractor,promptly and without charge,must 1 P Y g , correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor's obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.213 relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C. Subcontractor and Supplier Warranties. Whenever Attachment B requires a subcontractor or supplier to provide a guaranty or warranty,Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner's Right to Correct If,within two business days after Owner gives Contractor notice of any defect,damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract,Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys' fees and -, administrative expenses. Page 10 CONTRACT L Village of Oak Brook Sports Core Improvements i (CBBEL Project No. 160597.00032) ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds LContemporaneous with Contractor's execution of this Contract, Contractor must provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State { of Illinois with a general rating of A and a financial size category of Class X or better in Best's Insurance Guide,each in the penal sum of the Contract Price("Bonds"). Contractor,at all times while providing,performing,or completing the Work,including,without limitation,at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, must maintain and keep in force, at Contractor's expense,the Bonds required hereunder. i 4.2 Insurance Contractor hereby agrees and will, at its expense, carry insurance pursuant to the terms, conditions, and coverages set forth in Attachment A. 4.3 Indemnification 1 Contractor hereby agrees to and will indemnify and save harmless Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys' L fees and administrative expenses,that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform,the Work or any part thereof, whether or not due or claimed to be due in whole or in part to the active,passive, or concurrent negligence or fault of Contractor, except to the extent caused solely by the negligence of Owner. ARTICLE V: PAYMENT i 5.1 Contract Price Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment A, and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment A (the "Contract Price"), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits �. Owner is exempt from and will not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes all other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all �. taxes,contributions,and premiums for unemployment insurance,old age or retirement benefits, E Page 11 CONTRACT L t Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) pensions, annuities, or other similar benefits. All claim or right to claim additional ..� compensation by reason of the payment of any such tax, contribution, or premium is hereby waived and released by Contractor. 5.3 Progress Payments A. Payment in Installments. The Contract Price must be paid in monthly _ installments in the manner set forth in Attachment A ("Progress Payments"). B. Pay Requests. Contractor must, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner("Pay Request"). The first Pay Request must be submitted not sooner than 30 days following commencement of the Work. Owner may, by written notice to Contractor, designate a specific day of each month on or before which Pay Requests must be submitted. Each Pay Request must include (a) Contractor's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) Contractor's certification that all prior Progress Payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every part of this Contract and of the Work are interdependent and common to one another and to Owner's obligation to pay all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely i for the convenience of Contractor and for no other purpose. 5.4 Final Acceptance and Final Payment f A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notify Owner and request a final inspection ("Notice of Completion"). Contractor's Notice of Completion must be given sufficiently in advance of the Completion Date to allow for scheduling of the final inspection and for completion or correction before the Completion Date of any items identified by such inspection as being defective, damaged, flawed, unsuitable, nonconforming, incomplete, or otherwise not in full compliance with, or as required by or pursuant to,this Contract("Punch List Work"). B. Punch List and Final Acceptance. The Work may be finally accepted when,and only when,the whole and all parts thereof have been completed to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor's Notice of Completion, Owner must make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following -, Contractor's completion or correction of all Punch List Work,Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work ("Final Acceptance"). Page 12 CONTRACT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) C. Final Payment. As soon as practicable after Final Acceptance, Contractor must submit to Owner a properly completed final Pay Request in the form provided by Owner("Final Pay Request"). Owner must pay to Contractor the balance of the Contract Price,after deducting therefrom all charges against Contractor as provided for in this Contract ("Final Payment"). j Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment will operate as a full and complete release of Owner of and from any and all lawsuits, claims, demands, damages, liabilities, losses, and i expenses of, by,or to Contractor for anything done, furnished for, arising out of,relating to, or %W in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to, or in connection with the Work. ` 5.5 Liens A. Title. Nothing in this Contract may be construed as vesting in Contractor any I right of property in any equipment, materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into,attached to,or affixed to,the Work or the Work Site. All such equipment, materials, supplies, and other items will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title will not release Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract. B. Waivers of Lien. Contractor must, from time to time at Owner's request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, L certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of j any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract ("Lien") and that no right to file any Lien exists in favor of any person whatsoever. C. Removal of Liens. If at any time any notice of any Lien is filed,then Contractor must,promptly and without charge,discharge,remove,or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain from any money payable hereunder an amount that Owner, in its sole judgment, deems necessary to satisfy such Lien and to pay the costs and expenses, including attorneys' fees and administrative expenses, of any actions brought in connection therewith or by reason thereof. D. Protection of Owner Only. This Section does not operate to relieve Contractor's surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner's retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner's interests would thereby be served. 5.6 Deductions Page 13 CONTRACT 6. 1 Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) j A. Owner's Riiaht to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies, Owner will have the right at any time or times, whether before or after approval of any Pay Request, to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2)damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4)Liens or claims of Lien regardless of merit; (5)claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to perform any of its obligations under this Contract; or (10)the cost to Owner, including attorneys' fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner's remedies set forth in Section 6.3 of this Contract. B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to -� reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits,judgments, awards, attorneys' fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. i ARTICLE VI: DISPUTES AND REMEDIES 6.1 Dispute Resolution Procedure i A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof; provided, however, that Contractor must, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interprctcd, dctcrmincd, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, interpretation, determination, or decision, Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. --+ B. Negotiation of Disputes and Objections. To avoid and settle without litigation any such dispute or objection,Owner and Contractor agree to engage in good faith negotiations. Within three business days after Owner's receipt of Contractor's written notice of dispute or objection, a conference between Owner and Contractor will be held to resolve the dispute. Within three business days after the end of the conference,Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, Page 14 CONTRACT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will be conclusively deemed(1)to have agreed to and accepted Owner's final decision and(2)to have waived all claims based on such final decision. .. 6.2 Contractor's Remedies If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 6.3 Owner's Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of,the Work with diligence at a rate that L assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due ("Event of Default"), and has failed to cure any such Event of Default within five business days after L Contractor's receipt of written notice of such Event of Default,then Owner will have the right, at its election and without prejudice to any other remedies provided by law or equity,to pursue i any one or more of the following remedies: L 1. Owner may require Contractor, within such reasonable time as may be fixed by Owner, to complete or correct all or any part of the Work that is defective, Ldamaged, flawed, unsuitable, nonconforming, or incomplete; to remove from the Work Site any such Work; to accelerate all or any part of the Work; and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract. 2. Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph 1 above and withhold or recover from Contractor all the cost and expense, including attorneys' fees and administrative costs, incurred by Owner in connection therewith. 3. Owner may accept the defective, damaged, flawed, unsuitable, nonconforming, incomplete, or dilatory Work or part thereof and make an equitable reduction in Lthe Contract Price. 4. Owner may terminate this Contract without liability for further payment of amounts due or to become due under this Contract. L �.• Page 15 CONTRACT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 5. Owner may, without terminating this Contract, terminate Contractor's rights under this Contract and, for the purpose of completing or correcting the Work, evict Contractor and take possession of all equipment, materials, supplies,tools, appliances, plans, specifications, schedules, manuals, drawings, and other papers relating to the Work, whether at the Work Site or elsewhere, and either complete or correct the Work with its own forces or contracted forces, all at Contractor's expense. — 6. Upon any termination of this Contract or of Contractor's rights under this Contract,and at Owner's option exercised in writing,any or all subcontracts and _ supplier contracts of Contractor will be deemed to be assigned to Owner without any further action being required, but Owner may not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment. 7. Owner may withhold from any Progress Payment or Final Payment, whether or not previously approved, or may recover from Contractor, any and all costs, including attorneys' fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to any Event of Default. 8. Owner may recover any damages suffered by Owner. 6.4 Owner's Additional Remedy for Delay If the Work is not completed by Contractor, in full compliance with, and as required by or pursuant to,this Contract,within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or may, in the exercise of its sole and absolute discretion, permit Contractor to complete the Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or not previously approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the "Per Diem Administrative Charge" set forth in Attachment A, as well as any additional damages caused by such delay. 6.5 Terminations and Suspensions Deemed for Convenience -� Any termination or suspension of Contractor's rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or —� suspension for the convenience of Owner under Section 1.15 of this Contract. Page 16 CONTRACT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 6- ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS 7.1 Binding Effect This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, ` employees, agents, and representatives of such party. L 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may be construed (1)to create the relationship of principal and agent,partners,or joint venturers between Owner and Contractor or(2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any Lsubcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests I Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm,or corporation. If 1" at any time it is found that Contractor has, in procuring this Contract, colluded with any other person,firm,or corporation,then Contractor will be liable to Owner for all loss or damage that LOwner may suffer thereby, and this Contract will, at Owner's option, be null and void. Contractor hereby represents ands warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have �. an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly,for or on behalf of any person,group,entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or L on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism, and neither L Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is,directly or indirectly,engaged in,or facilitating,the Work on behalf of any such person, group, entity or nation. 7.4 Assianment Contractor may not (1) assign this Contract in whole or in part, (2)assign any of Contractor's rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, Page 17 CONTRACT i L i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) that Owner's prior written approval will not be required for assignments of accounts,as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor. 7 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work. 7.6 No Waiver No examination, inspection, investigation, test, measurement, review, determination, decision,certificate,or approval by Owner,nor any order by Owner for the payment of money, nor any payment for, or use, occupancy,possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract,nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective, damaged, Clawed, unsuitable, nonconforming or incomplete Work, equipment, materials,or supplies,nor operate to waive or i otherwise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. 7.7 No Third Party Beneficiaries No claim as a third party beneficiary under this Contract by any person, firm, or corporation other than Contractor may be made or be valid against Owner. 7.8 Notices -� All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set forth below by properly addressed, postage prepaid, certified or registered mail, return receipt requested. -? Notices and communications to Owner must be addressed to, and delivered at, the following address: -� Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 Attn: Doug Patchin Public Works Director — Page 18 CONTRACT L Village of Oak Brook L Sports Core Improvements (CBBEL Project No. 160597.00032) Notices and communications to Contractor must be addressed to, and delivered at, the following address: with a copy to: /name of successful bidderl /address of successful bidderl The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. L By notice complying with the requirements of this Section, Owner and Contractor each have the right to change the address or addressee or both for all future notices to it,but no notice of a change of address is effective until actually received. L7.9 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be L interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois; venue for any action related to this Contract will be in the Circuit Court of DuPage County, Illinois. 7.10 Changes in Laws ,,. Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time. L7.11 Compliance with Laws A. Compliance Required. Contractor must give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals ` and authorizations that may be required in connection with providing, performing, and L completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et sem. (see Subsection C of this Section) (a copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring L affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et sem., the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et sM.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage i `� Page 19 CONTRACT Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) Prevention Act, 220 ILCS 50/1 et seq., and the Occupational Safety and Health Act of 1970,29 U.S.C. §§ 651 et sed. B. Liability for Fines, Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's, or its subcontractors' or suppliers', performance of, or failure to perform, the Work or any part thereof. C. Prevailing Waize Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act,820 ILCS 130/0.01 et SeMc.(the"Act"),must submit to the Village � a certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the Contractor or subcontractor that certifies that (1) such records are true and accurate, (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Act, and (3) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor's false certification. On two business days' notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act(i)to the Village and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. ` D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs, Royalties, and Fees. Contractor will pay or cause to be paid all costs, royalties, and fees arising from the use on, or the incorporation into, the Work, of patented equipment,materials, supplies,tools,appliances,devices,processes,or inventions. •`� B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using any equipment, materials, supplies,tools,appliances,devices,processes,or inventions supplied or required to be supplied or used under this Contract, Contractor must promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, quality, suitability, and market value, for —1 review by Owner. If Owner should disapprove the offered substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and use, any such equipment, materials, supplies,tools,appliances,devices,processes,or inventions as may by this Contract be required � to be supplied, Contractor must pay such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment,materials, supplies,tools,appliances, devices, processes, or inventions without being disturbed or in any way interfered with by any j proceeding in law or equity on account thereof. Should Contractor neglect or refuse to make j any approved substitution promptly, or to pay such royalties and secure such licenses as may Page 20 CONTRACT L Village of Oak Brook Sports Core Improvements L (CBBEL Project No. 160597.00032) be necessary,then Owner will have the right to make such substitution,or Owner may pay such Lroyalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made. 7.13 Time L The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days. 7.14 Severability L The provisions of this Contract will be interpreted when possible to sustain their legality L and enforceability as a whole. In the event any provision of this Contract is held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract will be in any way affected thereby. ` 7.15 Entire Agreement This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor, and there are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefor. 7.16 Amendments No modification,addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by L Owner and Contractor. L L L Page 21 CONTRACT Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. Village of Oak Brook By: Name: Title: Attest: By: Name: Title: [name of contractor[ BN: r Name: Title: Attest: By: Name: Title: 1 Page 22 CONTRACT Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. Village of Oak Brook By: Name: L _ Title: Attest: By: nnee 1 Name: l_.Ylr� 1 LAS Title: [name of contractor) o! 6 tv Cu PM CW T D By: JAxi 54,v rL7 Name: Title: A&4(J U Attest: By: Name: k M i byl Y Title: s Page 22 CONTRACT f Village of Oak Brook LSports Core Improvements (CBBEL Project No. 160597.00032) STATE OF ILLINOIS ) SS COUNTY OF ) LCONTRACTOR'S CERTIFICATION [contractor's executing officer],being first duly sworn on oath,deposes and states that L all statements herein made are made on behalf of Contractor,that this deponent is authorized to make them, and that the statements contained herein are true and correct. LContractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of(i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et se .; or(ii)a L violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot LAct, including, but not limited to, Executive Order 13224 effective September 24,2001. DATED: , 20_ [name of contractoiJ By: L Name: Title: Attest: By: Name: Title: LSubscribed and Sworn to before me on . 20 My Commission expires: L Notary Public L (SEAL) L LPage 1 CONTRACTOR'S CERTIFICATION L Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK - CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS ATTACHMENT A SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS 1. Project: The project is described as site grading, athletic field fine grading, seeding, circulation path construction and custom shelter construction. and all necessary site restoration in Oak Brook, Illinois, as further described in the contract documents for the said work prepared by Christopher B. Burke Engineering, Ltd. (CBBEL). This project is being financed, in part, with funds from the Illinois Department of Natural Resources, "Open Space Lands Acquisition & Development" (OSLAD) grant program. 2. Work Site: These improvements are located in the Village of Oak Brook, Du Page County, Illinois, as more fully described in the Invitation to Bidders,Attachment B, and the Sports Core Improvements Plans. 3. Permits,Licenses,Approvals, and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: 4. Commencement Date: Ten (10) days after execution of the Contract by Owner. Village anticipates work to start on or before May 24, 2021. 5. Completion Date: I July 28, 2021,plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract —, Page 1 ATTACHMENT A Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 6. Insurance Coverage: Certificates of Insurance shall be presented to Owner 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 Owner will not approve and execute the Contract until acceptable insurance certificates are received and approved by Owner. { Each contractor performing any work pursuant to a contract with Owner and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook(hereinafter referred to L 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 L 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. LA contractor or permittee shall maintain insurance with limits no less than: A. General Liability-$2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $25,000,the required limit shall be $1,000,000; L B. Automobile Liability (if applicable)-$1,000,000 combined single limit per accident for bodily injury and property damage; L 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. L Any deductibles or self-insured retention must be declared to and approved by Owner. At the option of Owner, either the insurer shall reduce or eliminate such deductible or self- insured retention as respect to Owner, 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. L The policies shall contain,or be endorsed to contain,the following provisions: LD. General Liability and Automobile Liability Coverage - L (1) The Owner, 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 L Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Owner, its officers,officials,employees,volunteers, or agents. LPage 2 ATTACHMENT A L Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) (2) The Insured's insurance coverage shall be primary insurance as respect to the Owner,its officers,officials,employees,volunteers and agents. Any insurance or self-insurance maintained by the Owner, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Owner, 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. I E. Worker's Compensation and Employer's Liability Coverage 4 The policy shall waive all rights of subrogation against the Owner, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Owner. I 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 Owner. Each insurance policy shall name the Owner, 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 Owner 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 Owner and shall be subject to approval by the Village Attorney before work commences. The Owner 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. F. Owner's and Contractor's Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. I Page 3 ATTACHMENT A Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) G. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so that, when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover that loss. 0 H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: Owner's and Contractor's Protective Liability Insurance The Additional Insured endorsement must identify Owner as follows: LThe Village of Oak Brook and its boards,commissions,committees,authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. X G. Other Parties as Additional Insureds. In addition to Owner,the following parties must be named as additional insured on the following policies: Additional Insured Policy or Policies Christopher B. Burke Engineering,Ltd. Owner's and Contractor's Protective Liability 7. Contract Price: SCHEDULE OF PRICES L A. UNIT PRICE CONTRACT NOTE: If Owner has provided a separate form Schedule of Pricing attached to this Attachment A,then that Schedule of Prices will be used and this Subsection B should not be used. If Owner has not provided a separate form Schedule of Prices, then this Subsection B should be used. L For providing, performing, and completing all Work, the sum of the products j resulting from multiplying the number of acceptable units of Unit Price Items ` listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: [Deleted] bo' Page 4 ATTACHMENT A "1 Village of Oak Brook Sports Core Improvements =� (CBBEL Project No. 160597.00032) B. Any items of Work not specifically listed or referred to in the Schedule of Prices, .� or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, ..� including without limitation extraordinary equipment repair, the cost of transportation,packing, cartage, and containers,the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities .� and sanitary conveniences, and any portion of the time of Contractor, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner ("Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised -� based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such i Payments based on Owner's determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis,the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in the Schedule Page 5 ATTACHMENT A Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) L of Prices. The actual number of acceptable units installed and complete L in place will be measured on the basis described in Attachment B to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the L Schedule of Prices are Owner's estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final �- Acceptance. L C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor 6. and any third party. I L 9. Per Diem Administrative Charge: $1,500 per day after July 28, 2021. 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard Lspecifications, each of which are incorporated into the Contract by reference: "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) L "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). L The Contract also includes Owner's Village Code and Building Codes. References to any of these manuals,codes,and specifications means the latest editions effective 6. on the date of the bid opening. 1. See Attachments for any special project requirements. L L L Page 6 ATTACHMENT A L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS ATTACHMENT B r SPECIFICATIONS AND SPECIAL PROVISIONS Detailed Specifications are contained in this ATTACHMENT B. In the event that any conflict exists with any part or parts of the various contract documents,the following order shall govern: 1. Plans shall take precedence,then 2. Special Provisions,then 3. Village of Oak Brook"Public Works Construction Standards",then 4. Standard Specifications/Standard Drawings The following Specifications and other provisions together with Special Provisions, and all provisions contained in this Bid Package, shall govern the construction of the proposed improvement and are a part of the Contract. I A. "Standard Specifications for Road and Bridge Construction", adopted April 1 st, 2016, published by the Illinois Department of Transportation (IDOT). B. "Supplemental Specifications and Recurring Special Provisions", adopted ' January 1st, 2021,published by IDOT. 1 C. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by IDOT. D. "Bureau of Design and Environment, Special Provisions", adopted subsequent to issuancc ofu l rn n 1 S pp c e to Specifications and Recurring Special eeial Provisions. E. "Manual on Uniform Traffic Control Devices for Streets and Highways", adopted by IDOT. 1 Before submitting the proposal, bidders should read all the above mentioned documents along I with the Special Provisions and familiarize themselves with all requirements of same. 1 Before submitting proposals, bidders should visit the site of the proposed work, verify all site conditions and also conditions under which said work must be conducted. Page 1 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) Submission of a Proposal implies that the bidder is fully conversant with all requirements of Standard Specifications, Special Provisions, Standard Drawings,and site conditions. No claim for additional compensation will be considered or paid because of the Contractor's negligence or failure to be so informed. I I 6w I L I L L t L L I L t L L I Page 2 ATTACHMENT B i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK _ STATE OF ILLINOIS Sports Core Improvements ATTACHMENT B j SPECIAL PROVISION TABLE OF CONTENTS i DEFINITIONOF TERMS......................................................................................................3 CLARIFICATION OF CONTRACT DOCUMENTS..........................................................3 CONTRACTTIME..................................................................................................................4 SURVEYCONTROL POINTS...............................................................................................4 VANDALISM...........................................................................................................................4 — MAINTENANCE OF ROADWAYS......................................................................................5 PUBLIC CONVENIENCE AND SAFETY............................................................................5 STREETCLEANING..............................................................................................................5 CHANGE IN SCOPE OF WORK..................................................... USEOF FIRE HYDRANTS....................................................................................................6 IEPA CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD).....................6 SUBSURFACE EXPLORATION DATA..............................................................................6 SITE INVESTIGATION AND CONDITIONS AFFECTING WORK..............................7 DUSTAND MUD CONTROL................................................................................................7 SPECIALCONDITIONS........................................................................................................8 -, NOISE........................................................................................................................................8 USE OF HEAVY EQUIPMENT,TOOLS; RESTRICTIONS............................................9 EXISTINGUTILITIES.........................................................................................................10 TOPSOIL EXCAVATION AND PLACEMENT................................................................10 SUPPLEMENTAL WATERING..........................................................................................11 Page 1 ATTACHMENT B i Village of Oak Brook ` Sports Core Improvements (CBBEL Project No. 160597.00032) 6. ` EXPLORATION TRENCH, SPECIAL............................................................................... 11 TRAFFIC CONTROL AND PROTECTION, SPECIAL k STABILIZED CONSTRUCTION ENTRANCE.................................................................12 L CONSTRUCTIONLAYOUT...............................................................................................13 LSEEDING,VARIOUS TYPES..............................................................................................1; LCIRCULATION PATH AND RUNNING TRACK............................................................16 CUSTOMSHELTER.............................................................................................................18 L I f` t L L Page 2 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK STATE OF ILLINOIS _ SPECIAL PROVISIONS FOR OF SPORTS CORE IMPROVEMENTS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016(hereinafter referred to as the "Standard Specifications"); the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids;and the"Supplemental Specifications and Recurring Special Provisions",adopted January 1,2021,indicated on the Check Sheet included herein; all of which apply to and govern the construction of: SPORTS CORE IMPROVEMENTS for the Village of Oak Brook, Illinois. These special provisions included herein apply to and govern the proposed improvement designated as SPORTS CORE IMPROVEMENTS and in case of conflict with any part or parts of said specifications; said special provisions shall take precedent and shall govern. DEFINITION OF TERMS In addition to the definitions included in Section 101 of the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016 the following should be added: Engineer - shall be the firm of Christopher B. Burke Engineering, Ltd. as Engineer employed by the Owner. i Owner- shall be the Village of Oak Brook. Municipality - shall be the Village of Oak Brook. Department- shall be the Village of Oak Brook. 1 Village - shall be the Village of Oak Brook. —� CLARIFICATION OF CONTRACT DOCUMENTS Requests for interpretations of the Bid Documents shall be made in writing, email or via telephone, and shall be received at least five (5) days prior to the big opening. All '1 interpretations and supplemental instructions will be in the form of written addenda to the Bid Documents. 1 Page 3 ATTACHMENT B Village of Oak Brook LSports Core Improvements (CBBEL Project No. 160597.00032) A copy of such addendum will be mailed to all BIDDERS who register with the VILLAGE. In Lorder to register with the Village, BIDDERS must send notice to: Rania Serences, Senior Purchasing Assistant Butler Government Center 1200 Oak Brook Road Oak Brook, IL 60523 BIDDERS will provide written acknowledgment of receipt of each addendum issued with the bid submission. Failure to acknowledge receipt of the addenda may be cause for rejection for L the BID. The information shall also be placed on file and be made available to the public per the Freedom of Information Act. Oral explanations will not be made. No addenda shall be issued later than three (3)working days prior to bid opening date. L CONTRACT TIME LFor this contract, all work including punch list items shall be completed by July 28, 2021. Should the Contractor fail to complete the work as stipulated above,the Contractor shall be 1 liable to reimburse the Owner in accordance with Article 108.09, Failure to Complete the Work on Time. LSURVEY CONTROL POINTS The provisions of Article 105.09 of the Standard Specifications shall be modified so that the L Contractor will be responsible for all layout, staking and other activities required to establish the location, alignment, elevations and grade of work. The Contractor shall assume full responsibility for all dimensions and elevations required to L construct the work in accordance with the details shown on the plans. The Engineer will be available to assist the Contractor in interpretation of the plans and layout L, operations. In the event any questions arise to the proposed location of any work element or the intent of the plans, the Contractor shall advise the Engineer of such issues prior to the Lexecution of any construction operations. This work will not be measured or paid for separately but shall be considered as included in and incidental to the various payment items provided for herein. L VANDALISM Special attention is called to the Special Provision for"Inspection" as well as Article 107.30 of the "Standard Specifications". Any defaced work shall be corrected or replaced by the LContractor at Contractor's sole expense prior to final payment. The Village of Oak Brook shall cooperate with the Contractor to minimize vandalism, but the Contractor shall be LPage 4 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) ultimately responsible to correct any damage. The Village will not be responsible for the ...� security of the work site in this regard, other than normal patrolling and response to emergencies. The cost of additional security required to meet this provision shall be solely the Contractor's responsibility. ..1 I MAINTENANCE OF ROADWAYS I Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer. PUBLIC CONVENIENCE AND SAFETY In addition to the requirements of Article 107.09 of the "Standard Specifications for Road and Bridge Construction",the Contractor shall maintain entrances and side roads along the proposed improvement; interference with traffic movements and inconvenience to owners of abutting property and public shall be kept to a minimum. Any delays or inconveniences caused the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. -. The Contractor is to plan his work so that there will be no open holes in the pavement and that all barricades will be removed from the pavement during non-work hours. During all construction operations, the Contractor will be required to provide, erect and maintain proper signage and barricades plus provide flagmen as necessary for safe traffic control. All provisions relating to traffic control, signage, barricades and the use of flagmen shall be subject to the approval and the direction of the Engineer. The Contractor will not be allowed to close any street to through travel without the prior approval of the Engineer. The Contractor will be required to provide all warning signs, barricades,traffic cones, flagmen and other appurtenances as the Engineer deems necessary to guarantee the safety of motorists and pedestrians during construction. This work will not be paid for separately but shall be considered as incidental to the Contract and no extra compensation will be allowed. STREET CLEANING Special attention shall be paid to Section 107.15 of the STANDARD SPECIFICATIONS. If the CONTRACTOR fails to clean the pavement, sidewalk or parkways on or adjacent to the Page 5 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) section under construction to the satisfaction of the OWNER at any time during the contract, L the OWNER will notify the CONTRACTOR at which time the CONTRACTOR will have 24 hours to respond. If the CONTRACTOR fails to respond within 24 hours an amount of$500.00 per incident will be deducted from any monies due the CONTRACTOR. CHANGE IN SCOPE OF WORK The Village reserves the right to decrease the contract quantities in order to meet budgetary constraints. No compensation will be allowed to the Contractor for decrease in quantities and I anticipated profits. USE OF FIRE HYDRANTS In addition to the requirements of Article 107.18 of the Standard Specifications, construction water must be obtained from a tank truck and not from municipal fire hydrants. Arrangements L for filling a tank truck shall be made with the Village of Oak Brook Public Works Department, 3003 Jorie Boulevard, Oak Brook, Illinois. i IEPA CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD) All removal or excavation items being disposed of at an uncontaminated soil fill operation or Clean Construction and Demolition Debris (CCDD) fill site shall meet the requirements of Public Act 96-1416. All costs associated with meeting these requirements shall be included in L. the unit price cost for the associated removal or excavation items in the contract. These costs shall include but are not limited to all required testing, lab analysis, certification by a licensed professional engineer, and State and local tipping fees. The CONTRACTOR is required to submit copies of all dump debris tickets to the ENGINEER. i L. SUBSURFACE EXPLORATION DATA I I Limited investigation of subsurface conditions at the proposed site of Work has been made for the purpose of design. The Village of Oak Brook, and Christopher B. Burke Engineering,Ltd. assume no responsibility whatsoever with respect to the sufficiency or accuracy of these ` preliminary investigations, nor their interpretation, and there is no guarantee, either expressed or implied that conditions indicated are representative of those existing throughout the Work or any part of it, or that unforeseen developments may occur. 6W Page 6 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) SITE INVESTIGATION AND CONDITIONS AFFECTING WORK ..� I The BIDDER acknowledges that, prior to submission of its bid, it has taken steps necessary to ascertain the nature and location of the Work, and that it has investigated, confirmed, verified as correct and satisfied itself as to the general and local conditions which can affect the Work or its costs, including but not limited to (1) location and load capacity of existing roadways, utilities,corresponding pavement,shoulders,curb and gutter, sanitary sewer,storm sewers,and water main, bearing upon transportation, disposal, handling and storage of materials; (2) the 4 availability of labor, water, electric power and roads; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground and existing detention ponds; (5)the character of equipment and facilities needed prior 1 to and during work performance;(6)subsurface conditions at the site of Work;(7)the quantities and qualities of all materials,equipment,and labor set forth in Bid Proposal,plans and drawings and specifications that are necessary to complete all of the Work as required under the Contract Documents; and (8)the location, condition,compatibility, configuration of all existing utilities and infrastructure. The BIDDER also acknowledges that it has verified as correct, confirmed and satisfied itself as to the character, quality and quantity of surface and subsurface materials, j obstacles or conditions to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done, if any, as well as from the drawings,plans and specifications made a part of the bidding documents. The BIDDER further —` acknowledges that it has reviewed, investigated, confirmed, verified as correct and satisfied itself as to the geotechnical report. Any failure of the BIDDER to take the actions described and acknowledged in this paragraph will not relieve the BIDDER from responsibility for estimating properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the OWNER. Christopher B. Burke Engineering, Ltd. and OWNER assume no responsibility for any conclusions or interpretations made by the BIDDER based on information made available by ' Christopher B. Burke Engineering,Ltd.or the OWNER of the project. Nor do the OWNER or Christopher B. Burke Engineering, Ltd. assume responsibility for any understanding reached or representation made concerning conditions which can affect the Work by any of its officers or agents before the acceptance of the bid offer and execution of the contract, unless that understanding or representation is expressly stated in this contract. I I DUST AND MUD CONTROL A. Abide by Village requirements and Section 107.36 of the Standard Specifications. B. Take necessary precautions to control dust and mud associated with the Work, subject to the approval of the Engineer. 1. In dry weather, spray dusty areas daily with water in order to control dust. 2. Apply calcium chloride having a minimum chemical content of 77 percent calcium ..� chloride at an application rate of 3 pounds per square yard of surface covered at locations i as directed by the Engineer. Page 7 ATTACHMENT B I 6w Village of Oak Brook - Sports Core Improvements (CBBEL Project No. 160597.00032) 6. C. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1. Wash mud resulting from the construction traffic off the adjacent streets and highways. 2. Clean all permanent roadways used for construction activities by using motorized street sweeper that utilizes vacuum and water to pick up debris, when directed by Engineer. SPECIAL CONDITIONS 1. EXPERIENCE: The Contractor shall have five (5) years of experience which is comparable in type and scope to this project. 2. EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER: The Contractor shall provide the Engineer the name and telephone number of an 6. individual in his direct employ who will be available twenty-four(24)hours a day,seven (7) days a week,to receive notification of any deficiencies regarding traffic control and L protection and shall dispatch men, materials and equipment to correct any such deficiencies. The contractor shall respond to any call from the Village concerning any request for improving or correcting traffic control devices and begin making the I requested repairs within two (2) hours from the time of notification. 3. RECORD DRAWINGS: Contractor shall keep one copy of the approved specifications, drawings, addenda, L modifications and shop drawings at the site in good order and annotated to show all changes made during the construction process. These plans shall be available to the ' Village upon completion of the project. 4. TAX EXEMPTION: The Village is exempt from Federal excise tax(#36-600-9534)and the Illinois Retailers Occupation Tax(#E9997-4381-06). This bid cannot include any amounts of money for these taxes. ti. NOISE A. It shall be unlawful for any person to make, continue to cause to be made or continue any loud, unnecessary,prolonged or unusual noise which disturbs the peace of others. B. Any person who shall, without prior authorization by the President and Board of Trustees, operate or cause, permit or allow to be operated upon any public street in the Village any mechanically operated piano, phonograph or other musical instrument, radio or similar mechanical or electrical device or wind instrument or noise-making device of any character .. whatsoever, for the purpose of advertising any goods,wares, merchandise or other articles for sale, barter or exchange, or for the purpose of attracting attention, or of inviting the patronage of any person to any business whatsoever, shall be deemed guilty of an offense ` against the Village. (Ord. G-577, 10-22-1996) r. Page 8 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) USE OF HEAVY EQUIPMENT,TOOLS; RESTRICTIONS Except as provided in subsections B, C and D of this Section, no person or entity may use "heavy equipment" in residential areas except between seven o'clock (7:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between eight o'clock (8:00) A.M. and five o'clock (5:00) P.M. on Saturdays and Sundays; and in commercial areas except between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between six ! o'clock(6:00)A.M. and six o'clock(6:00)P.M. on Saturdays and Sundays;provided,however, that such equipment shall not be used at any time on Federal holidays. For purposes of this Section,"heavy equipment"shall mean bulldozers,jackhammers,pile drivers,power hammers, chain saws, graders, riveters, earth movers, tree and stump grinders,trenchers, cement mixers, tractors,power hoists or derricks,demolition balls,power shovels,trucks,and power equipment on wheels or traction chains, or other similar equipment, but shall not include garbage trucks which are governed by separate agreement within the Village. 1, A. Other Tools: Tools other than heavy equipment may be used at any time within a fully enclosed structure; any use of such tools outside a fully enclosed structure shall be prohibited between the hours of eight o'clock (8:00) P.M. and eight o'clock (8:00) A.M., except as provided in subsections B, C and D of this Section. B. Emergencies: The limitations stated in this Section shall not apply in any situation which requires heavy equipment or other tools in emergencies to assist or avoid a problem related r` to health or to safety of persons or property, or to sewer, water, power, utility,or telephone interruptions. C. Work by Public Agencies: The limitations stated in this Section may be waived by the Board of Trustees by resolution for work undertaken by any public body or agency for the benefit of the public. The Board of Trustees may attach to any such waiver all conditions "t it deems necessary to protect the public health, safety or welfare. D. Waiver: The limitations stated in this Section may be waived by the Village Manager in areas of the Village zoned for nonresidential uses pursuant to the Village zoning ordinance; provided, however, that no such waiver shall be granted unless the, Village Manager finds that: -� 1. The party seeking the waiver will suffer a unique or unusual hardship unless the waiver is granted; and -. 2. The granting of a waiver will not cause a substantial or undue adverse impact upon adjacent property or upon the public health, safety and welfare. The Village Manager -• may attach to such waiver all conditions he deems necessary to protect the public health, safety or welfare. Page 9 ATTACHMENT B Village of Oak Brook Sports Core Improvements ! (CBBEL Project No. 160597.00032) EXISTING UTILITIES ' The CONTRACTOR shall be responsible for interference with or damage to any existing utilities, such as water mains, sewers, gas mains,cable,conduit, etc., and shall repair or replace _ same at his own expense and with the least possible delay. The CONTRACTOR shall give prior notification to the utility companies of his intention to begin work. He shall also call J.U.L.I.E. at 1-800-892-0123 and the Village to mark the location of underground utilities. TOPSOIL EXCAVATION AND PLACEMENT ti.. Description. This work shall consist of stripping the existing turf and disposing the turf offsite, and disking and screening the native soils to a depth of 6"to remove any stone,root or inorganic L material greater than 1/2"- inch in diameter. The area shall be fine graded to a uniform surface that slopes consistently in the direction indicated on the plans. All unacceptable material ! accumulated from the stripping, fine grading and screening shall be removed from the site and L disposed of properly. The construction requirements for placing topsoil shall confirm to Section 211 of the STANDARD SPECIFICATIONS. Materials. Topsoil shall be free of any residual herbicides and capable of supporting and germinating vegetation. Under no circumstances should decomposed peat material be used as an organic amendment. Finishing. Topsoil shall be finished in accordance with Sections 211.03, 211.04, 211.05 and L 211.06 of the STANDARD SPECIFICATIONS as modified herein. Topsoil shall not be fine graded until the area to be covered has been shaped, trimmed, and finished. All irregularities or depressions in the surface due to weathering or other causes shall be filled or smoothed out before the topsoil is placed. One rolling of the entire surface shall be made. Owner approval of finished grade of the topsoil is required before the seed application. Clearing Area and Disposal of Surplus Material. Upon completion of the work, all areas low shall be cleared of equipment, debris, and excess material. Surplus or waste material resulting from construction operations shall be disposed of according to Article 202.03. of Illinois Department of transportation Standard Specifications Current Edition. Measurement of Measurement. TOPSOIL EXCAVATION AND PLACEMENT will be measured in place and paid for at the contract unit price per square yard, in place and complete. L Basis of Payment. This work will be paid for at the contract unit price per square yard for TOPSOIL EXCAVATION AND PLACEMENT, which price shall constitute all labor, materials, and equipment necessary to complete the work as specified. f Page 10 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) SUPPLEMENTAL WATERING Description. This work shall consist of applying additional water to newly sodded areas as directed by the ENGINEER in accordance with Section 252 of the Standard Specification. Water shall be applied at a rate of 15 L/sq in (3 gal/sq yd) or as directed by the ENGINEER. The CONTRACTOR shall provide the meter readings of the usage of water on a daily basis to the ENGINEER. -� Method of Measurement and Basis of Payment. This work shall be calculated and paid for ' at the contract unit price per unit of SUPPLEMENTAL WATERING based on the amount sod installed which includes all labor, material and equipment. EXPLORATION TRENCH, SPECIAL i This item shall consist of excavating a trench at the locations directed by the Engineer for the purpose of locating existing utility lines within the construction limits of the proposed improvement. I The trench shall be deep enough to expose the utility line, and the width of the trench shall be sufficient to allow proper investigation to determine the depth of the utility line. The exploration trench shall be backfilled with the materials from the excavation. i An estimated number of lineal feet of exploration trench has been shown in the summary of quantities to establish a unit price only, and payment shall be based on the actual number of lineal feet of the trench explored without a change in unit price because of adjustment in plan quantities. -� This work shall be paid for at the contract unit price per foot for EXPLORATION TRENCH. TRAFFIC CONTROL AND PROTECTION, SPECIAL I This work shall consist of furnishings, installation, relocation and removal of work zone traffic control and protection in accordance with the contract documents and Section 701 of the Standard Specifications. The contractor shall install proper barricades and warning signs to 'K close the existing path and roadway. Construction operations shall be conducted in a manner such that the street will be open to emergency traffic and accessible as required to local traffic in accordance with the Standard Specifications. Temporary fencing shall be installed to create -� an enclosure. This work shall be paid for at the contract unit price per lump sum price for TRAFFIC CONTROL AND PROTECTION SPECIAL which price shall be payment in full for all labor, , Page 11 ATTACHMENT B I Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) materials, transportation, handling and incidentals necessary to furnish, install, maintain, and I remove all traffic control devices. STABILIZED CONSTRtiCTION ENTRANCE _ Description. This work shall consist of furnishing, installing,maintaining,and finally removing a stabilized pad of aggregate underlain with filter fabric as shown on the plans or directed by the Engineer. i Materials. Materials shall conform to the following: Aggregate size. IDOT Coarse Aggregate Graduation: CA-1, CA-2 CA-3, or CA-4. I L. Filter Fabric shall consist of synthetic polymers composed of at least 85 percent by weight polypropylene,polyesters,polyamides,polyethylene,polyolefins,or polyvinyl idene-chlorides. The geotextile shall be free of any chemical treatment or coating that significantly reduces its L porosity. Fibers shall contain stabilizers and/or inhibitors to enhance resistance to ultraviolet lights. t-. Construction Requirements. The course aggregate shall be a thickness of 6 inches or more. The stone entrance should not be filled until the area has been inspected and approved by the 1 Engineer. L The rock shall be dumped and spread into place in approximately horizontal layers not more than 3 feet in thickness. It shall be placed in a manner to produce a reasonable homogeneous stable fill that contains no segregated pockets or larger or small fragments or large unfilled space caused by bridging of larger fragments. No compaction will be required beyond that resulting form the placing and spreading operations. L The minimum width and length shall be 14 and the length shown on the plans. j All surface water flowing or diverted toward the construction entrance shall be piped across the entrance. Any pipe used for this will be considered incidental to the STABILIZED CONSTRUCTION ENTRANCE. The stabilized construction entrance will have positive drainage away from the roadway. L The entrance shall remain in place and be maintained until the disturbed area is stabilized. Any - sediment spilled onto public right-of-ways must be removed immediately. L Method of Measurement and Basis of Payment. The work shall be paid for at the contract unit price per square yard for STABILIZED CONSTRUCTION ENTRANCE,which price shall be payment in full for all material, labor and any other items required to complete the work. Page 12 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) CONSTRUCTION LAYOUT The Contractor shall be required to furnish and place construction layout stakes for this project. , The Engineer will provide adequate reference points to the centerline of survey and benchmarks ..� as shown in the plans and listed herein. Any additional control points set by the Engineer will be identified in the field to the Contractor and all field notes will be kept in the office of the Resident Engineer. i The Contractor shall provide field forces,equipment and material to set all additional stakes for this project, which are needed to establish offset stakes, reference points, and any other ,..� horizontal or vertical controls, including supplementary benchmarks, necessary to secure a correct layout of the work. Stakes for line and grade of pavement and/or curb shall be set at sufficient station intervals (not to exceed 15 m (50 ft.)) to assure substantial conformance to plan line and grade. The Contractor will not be required to set additional stakes to locate a utility line which is not included as a pay item in the contract nor to determine property lines between private properties. 7 i The Contractor shall be responsible for having the finished work substantially conform to the lines, grades, elevations and dimensions called for in the plans. Any inspection of checking of the Contractor's layout by the Engineer and the acceptance of all or any part of it shall not i relieve the Contractor of his/her responsibility to secure the proper dimension, grades and elevations of the several parts of the work.The Contractor shall exercise care in the preservation of stakes and benchmarks and shall have them reset at his/her expense when any are damaged, lost, displaced or removed or otherwise obliterated. Responsibility of the Engineer a. The Engineer will locate and reference the centerline of all roads and streets except interchange ramps. The centerline of private entrances and short street intersection 1 returns will not be located or referenced by the Engineer. Locating and referencing the centerline of survey will consists of establishing and referencing the control points of the centerline of surveys such s PC's,PT's and as many POT's as are necessary to provide a line of sight. b. Benchmarks will be established along the project outside of the construction lines not exceeding 300 m (1,000 ft.) intervals horizontally and 6 m (20 ft.)Vertically. C. Stakes set for(a)and (b)above will be identified in the field to the Contractor. d. The Engineer will make random checks of the Contractor's staking to determine if the work is in substantial conformance with the plans. Where the Contractor's work will tie into work that is being or will be done by others, checks will be made to determine if the work is in conformance with the proposed overall grade and horizontal alignment. Page 13 ATTACHMENT B r L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) e. The Engineer will set all stakes for utility adjustment for building fences along the right i of way line by parties other than the Contractor. f. The Engineer will make all arrangements and take all cross sections from which the ? various pay items are to be measured. g. Where the Contractor, in setting construction stakes, discovers discrepancies, the Engineer will check to determine their nature and make whatever revisions are necessary in the plans, including the recross sectioning of the area involved. Any additional restaking required by the Engineer will be the responsibility of the Contractor. The additional restaking done by the Contractor will be paid for in accordance with 109.04 of the Standard Specifications. i h. The Engineer will accept responsibility for the accuracy of the initial control points as L- provided herein. L i. It is not the responsibility of the Engineer, except as provided herein, to check the correctness of the Contractor's stakes; however, any errors that are apparent will be immediately called to the Contractor's attention and s(he) shall be required to make the necessary correction before the stakes are used for construction purposes. j. Where the plan quantities for excavation are to be used as the final pay quantities, the ? Engineer will make sufficient checks to determine if the work has been completed in �. substantial conformance with the plan cross sections. Reslonsibility of the Contractor L a. The Contractor shall establish from the given survey points and benchmarks all the control points necessary to construct the individual project elements. S(he) shall 1 provide the Engineer adequate control in close proximity to each individual element to allow adequate checking of construction operations. This includes, but is not limited I to, line and grade stakes, line and grade nails in form work,and/or filed or etched marks `w in substantially completed construction work. It is the Contractor's responsibility to tie in centerline control points in order to preserve them during construction operations. b. At the completion of the grading operations,the Contractor will be required to set stakes ` at 30 in (100 ft.) station intervals along each profile grade line. These stakes will be used for final cross sectioning by the Engineer. C. All work shall be in accordance with normally accepted self-checking surveying practices. Field notes shall be kept in standard survey field notebooks and those books shall become the property of the Engineer at the completion of the project. All notes shall be neat, orderly and in accepted form. ... Page 14 ATTACHMENT B i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) d. For highway structure staking, the Contractor shall use diligent care and appropriate .... accuracy. Points shall be positioned to allow reuse throughout the construction i accuracy. Prior to the beginning of construction activities, all structure centerlines and pier lines are to be established by the Contractor and checked by the engineer. The ..1 Contractor shall provide a detailed structure layout showing span dimensions, staking lines and offset distances. '-c Measurement and Payment. This item will be paid for at the contract lump sum price for I CONSTRUCTION LAYOUT,which prices shall be payment in full for all services, materials, labor and other items required to complete the work. SEEDING, VARIOUS TYPES 1 Description. This work shall consist of preparing the seed bed and placing seed and fertilizer nutrients. 270 pounds of fertilizer nutrients shall be applied at a 1:1:1 ratio. All work shall be in accordance with Sections 250 of the Standard Specifications with the following additional requirements. Materials. The seed mixtures are designated in the plans or in Article 250.07 of the Standard 1 Specifications. Seed mixtures specified to be installed in the same season shall be seeded within 3 days of each other. The ENGINEER must approve variations in seed mixture in writing. Seed quality must meet the applicable standards set forth in Standard Specification 1081.04. ~ I Planting Time: Live seed shall be planted between May 1 and June 15 or between August 12 and September 15. Dormant seed shall be planted between September 15 and June 15. Period of Establishment. The period of establishment shall be the first 90 days of the growing t season following seeding. Ninety percent aerial cover shall be evident at the end of the 90-day period of establishment. The ENGINEER shall make the cover determination. Re-seeding to achieve the aerial cover shall not be paid for separately, but shall be included in the cost of the initial seeding. Seeding Methods. Seeding shall be accomplished by utilizing a "no till" attachment meeting f the specifications of the Fngineer or a rangeland type grass drill meeting the specifications of the Standard Specifications 1101.08(g). Grasses and sedge mixtures will be seeded separately. Hydraulic seeding or hand broadcast seeding shall only be allowed as approved by the Engineer and only for inaccessible areas where the use of the equipment as specified is physically impossible. Hydraulic seeding shall utilize tackifier and mulch as approved by Engineer. I Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in ACRE and shall be paid for at the contract unit price per ACRE for SEEDING, of the type specified, which price shall be full compensation for all labor, equipment, and material including fertilizer and preparation of the bed to complete the work as specified in these special provisions. -� Page 15 ATTACHMENT B Village of Oak Brook - Sports Core Improvements ' (CBBEL Project No. 160597.00032) CIRCULATION PATH AND RUNNING TRACK The work includes the supply and installation of naturally occurring decomposed granite and _ - crushed stone surfacing as shown on Drawings and specified herein. 1 Submit a one-pound sample of each type and color of decomposed granite surfacing material. for evaluation of surface preparation, installation techniques and quality of � Provide amock-up o p p � q application. Install a 4-feet x 4-feet minimum of decomposed granite surfacing, including subbase course, at location approved by Owners Rep. Do not proceed with remaining work until installation of decomposed granite surfacing is approved by Owners Rep. Approved mock-up may remain as part of completed Work. Bulk Materials: Each load of decomposed granite surfacing material arriving at the job site in bulk shall be accompanied by a delivery ticket containing the following minimum information: 1. Quarry of origin. 2. Amount, weight and type of material. 3. Brand name and manufacturer's identification. Protect decomposed granite surface surfacing materials from contamination until ready for installation. Store under cover. Surfaces to receive decomposed granite surfacing shall be frost free and free of oil or any F other foreign matter, which may impair the proper installation of the surfacing system. L Do not install decomposed granite surfacing when subbase course is muddy or saturated with standing water. Perform work in dry weather when subgrade is sufficiently stable to be properly compacted. j L Material Manufacturer: Provide"Standard Pathway Mix"decomposed granite surfacing 1 system by the following Kafka Granite, LLC 550 East Hwy 153 r.. Mosinee, WI 54455 Tel: (800) 852-7415 (Toll Free) Tel: (715) 687-2423 (Local) Fax: (715) 687-239 1 1.. Or approved equal Decomposed Granite and Crushed Stone Aggregate: Provide high quality materials consisting ` of sound, angular,durable stone particles, free from clay lumps, organic materials, frozen materials, or other deleterious substances. Gradation: Manufacturer's standard mix of well-graded materials in accordance with ASTM 6" C136. Blends of coarse sand and rock dust are not acceptable. t.. Page 16 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) SURFACE MATERIAL GRADATION SIEVE SIEVE SIZE PRECENT PASSING 3/8" 9.51 100% #4 4.76 80-100% #8 2.36 65-90% _ #16 1.18 40-60% #30 0.6 25-55% #50 0.3 15-35% _ #100 0.149 10-20% #200 0.074 7-15% EXECUTION A. Examine areas and conditions under which Work of this Section will be performed. Notify Owners Representative of unsatisfactory preparation before proceeding. B. Correct conditions detrimental to timely and proper completion of Work. C. Do not proceed until unsatisfactory conditions are corrected. D. Lay out work prior to the commencement of installation. PREPARATION —. A. Excavation: Excavate to depth required so edges of decomposed granite surfacing will match adjacent grades and have a maximum cross-slope of 2 percent. Ensure edges / and bottom of excavation are in a smooth and even line. -� i B. Subgrade Preparation: Plow, harrow and mix the entire surface of the in-place subgrade to a depth of at least 6-inches. After the material has been thoroughly mixed, the subgrade shall be brought to line and grade and compacted to 95%of the maximum laboratory dry density as determined by the Standard Proctor test. C. Herbicide: Apply herbicide per manufacturer's written instructions. Limit the ..� application to the area to receive decomposed granite surfacing. D. Subbase Course Preparation: Place the subbase coarse aggregate free from ridges, depressions or hollows. Rake and compact to 95% Standard Proctor Density. INSTALLATION 1 Subgrade: Proof-roll the subgrade with heavy pneumatic-tired equipment to locate unstable "• areas and to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Owners Representative, and replace with compacted backfill or fill as directed. 2. The surface of the completed subgrade shall be bladed to a smooth and uniform texture. j Page 17 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) 3. The finished subgrade shall be uniform and free from deleterious debris such as ' organic materials, nails, stones and loose soil. - Subbase: Install aggregate subbase to a compacted depth of 4 to 6-inches minimum for pedestrian traffic (PAID SEPERATELY), and 8 to 12-inches minimum for vehicular traffic in ` accordance with manufacturer's recommendations. Install the subbase in multiple 3 to 4-inch lifts, and compact to a minimum 95%density. `, Compaction: Compact each lift of the subgrade, subbase and final finish decomposed granite surfacing materials with a one to three-ton roller or compactor. In small areas that are difficult " to access with compaction equipment, hand tamping may be performed with multiple passes L, to achieve the required density. Lightly spray surface area following compaction. Do not disturb aggregate surface with spray 1 action. L Spread decomposed granite surfacing material in 3 to 4-inch lifts. Spread the pathway mix evenly and smoothly before compacting. Allow for 20-25%compaction. Screed if possible. Wet the mix to ensure water has penetrated the full depth of the decomposed granite surfacing low material, and roll each lift to form a uniform, smooth surface with a cross slope of 2% maximum. Compact each lift to a minimum 95%density. :. Grade and smooth to the required elevation; compact final lift with 1-3 ton drum roller or compactor. Minimum Compacted Thickness: 1. Pedestrian Paths: 3-inches. 2. Vehicular Drives and Roadways: 4-inches. Surface shall follow grades per plans. Remove crown, allow 1-2%cross pitch. Completed surface shall be of consistent quality and shall not have depressions or humps greater than 1/4-inch in 10-feet. Method of Measurement and Basis of Payment. The work shall be measured and paid for at the contract unit price per SY of CIRCULATION PATH AND RUNNING TRACK 6. CUSTOM SHELTER DELIVERY, STORAGE, AND HANDLING OF MATERIAL Store materials under cover and protected from weather and contact with damp or wet surfaces. L.. Stack lumber flat with spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. Handle and store lumber to comply with manufacturer's written instructions. Stone Column Veneer Including metal anchors, straps, bars, etc; mortar, and joint pointing. `� Page 18 ATTACHMENT B i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) ENVIRONMENTAL REQUIREMENTS _ Maintain materials and ambient air to a minimum 40 degrees F (5 degrees C) prior to, during, and 48 hours after completion of work. At the end of working day,or during rainy weather,cover exposed stonework with non-staining j waterproof coverings, securely anchored. -c STONE Stone: Granite cobble stone must match appearance of the existing Bath and Tennis Club Entrance Sign at 31 st Street. -. Size: Heights: 2"-6"nominal Width: 4" nominal Contractor shall supply samples to the owner for approval. MORTAR -` For neutral joints, mortar shall be composed of I part of a specified mortar color cement and 3 1 parts of clean sharp sand, free from iron and impurities, using only sufficient water to effect -� thorough mixing of masonry ingredients. The mortar color shall be reviewed and approved by the Owners Representative. ACCESSORIES Anchors, Dowels, Ties, Cramps,and Fasteners: Steel,ASTM A36,galvanized after fabrication ..� to ASTM A 123 oz/sq ft;of sized and configurations required for support of stone and applicable superimposed loads. Supports: Steel,ASTM A36, galvanized after fabrication to ASTM A 123, oz/sq ft. Bolts, Washer, and Nuts: Galvanized steel. 1 Flashings: Prefinished step type, and top of flue pan type flashing. ' Cleaning Solution: Type which will not harm stone, joint materials, or adjacent surfaces. -� Consult stone supplier for recommended type. INSPECTION Verify that support work and site conditions are ready to receive work of this Section. Verify that items built-in under other Sections are properly located and sized. -. Beginning of installation means acceptance of existing conditions and support work. PREPARATION Clean stone prior to erection. Do not use wire brushes or implements which can mark or damage exposed surfaces. -► Page 19 ATTACHMENT B 1.. Village of Oak Brook -- Sports Core Improvements (CBBEL Project No. 160597.00032) INSTALLATION Erect stone in accordance with stone industry standards. 6. Arrange stone pattern to provide variable joint sizes throughout. - Set stone in full mortar setting bed to support stone over bearing surface. Shore up units until setting bed will maintain panel in position without movements. Rake out mortar joints 5/8"to 3/4" inch and brush joints clean to accommodate pointing mortar. Fill joints with pointing mortar.Pack and work into voids.Neatly tool surface to slight concave joint. Install cavity vents in vertical joints immediately above horizontal flashings and supports, and at top of cavity spaces,to provide cavity space venting. 6w Install flashings of longest practical length and seal watertight to back-up. Lap end joints minimum 6 inches and seal watertight. Rake out joints 1 inch to accommodate sealant and bond breaker at perimeter joints. CLEANING Remove excess sealant upon completion of work. Clean soiled surfaces with cleaning solution. Use non-metallic tools in cleaning operations Lumber, General �. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated,provide lumber that complies with the applicable rules of any rules-writing agency jcertified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ,. ALSC Board of Review to inspect and grade lumber under the rules indicated. Factory mark each piece of lumber with grade stamp of grading agency. r Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry wood products. 16. Provide dressed lumber, S4S, unless otherwise indicated. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, L include the following: WWPA - Western Wood Products Association. DIMENSION LUMBER Maximum Moisture Content: 19 percent for 2-inch nominal thickness or less: no limit for more ■• than 2-inch nominal thickness. Framing: No. 2 grade and of the following species: Douglas fir-south; W WPA. •• BOARDS Page 20 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) Maximum Moisture Content: 19 percent. _ Board Decking: 1-1/4-inch-thick radius-edged decking of the following species and grades: Douglas fir-south, Patio 1, WWPA. Fascia Boards: 3/4-inch thick lumber of the following species and grades: Western Red Cedar, Grade A,NLGA, WCLIB, or WWPA. Finger Jointing: Not allowed. Face Surface: Surfaced (smooth). Color: "Oak Brook Brown" found at the Home Depot 17w734 22nd Street, Oakbrook Terrace, -. IL 60181 or approved equal. PRESERVATIVE TREATMENT Pressure treat boards and dimension lumber with waterborne preservative according to AWPA C2. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. -� Use process that does not include water repellents or other substances that might interfere with application of indicated finishes. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber. Do not use material that is warped or does not comply with requirements for untreated material. Mark each treated item with the treatment quality mark of an inspection agency approved by the American Lumber Standards Committee Board of Review. For items indicated to receive a stained or natural finish, mark each piece on surface that will not be exposed or omit marking and provide certificates of treatment compliance issued by inspection agency. Application: Treat all exterior rough carpentry unless otherwise indicated. FASTENERS -, General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. Provide nails or screws, in sufficient length, to penetrate not less than 1-1/2 inches into wood substrate. Use fasteners with a hot-dip zinc coating per ASTM A 153 or of Type 304 stainless steel. Nails: ASTM F 1667. Power-Driven Fasteners: NES NER-272. Wood Screws: ASME B 18.6.1. Lag Screws: ASME B 18.2.1. Page 21 ATTACHMENT B L Village of Oak Brook -- Sports Core Improvements (CBBEL Project No. 160597.00032) Carbon-Steel Bolts: ASTM A 307 with ASTM A 563 hex nuts and,where indicated,flat washers L all hot-dip zinc coated. L Stainless-Steel Bolts: ASTM F 593,Alloy Group 1 or 2;with ASTM F 594,Alloy Group 1 or 2 hex nuts and,where indicated,flat washers. '. Post Installed Anchors: Stainless-steel, chemical or torque-controlled expansion anchors with capability to sustain,without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. Stainless-steel bolts and nuts complying with ASTM F 593 and ASTM F 594,Alloy Group 1 or 2. METAL FRAMING ANCHORS Manufacturers: Subject to compliance with requirements, provide products by one of the following: %W Alpine Engineered Products, Inc. Cleveland Steel Specialty Co. L. Simpson Strong-Tie Co., Inc. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those of products of manufacturers listed. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing + agency. Galvanized Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653, G185 coating designation. v Stainless-Steel Sheet: ASTM A 666, Type 304. i .. INSTALLATION, GENERAL Set exterior rough carpentry to required levels and lines,with members plumb,true to line,cut, and fitted. Fit exterior rough carpentry to other construction; scribe and cope as needed for accurate fit. L Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame Construction" unless otherwise indicated. Install wood decking with crown up (bark side down). Install metal framing anchors to comply with manufacturer's written instructions. Do not splice structural members between supports unless otherwise indicated. LW Page 22 ATTACHMENT B Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) Provide blocking and framing as indicated and as required to support facing materials,fixtures, specialty items, and trim. f Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated -� lumber. i Use copper naphthenate for items not continuously protected from liquid water. End-Cut Sealing: Immediately after end-cutting each member to final length,apply a saturation coat of end sealer to ends and other cross-cut surfaces, keeping surfaces flood-coated for not less than 10 minutes. Securely attach exterior rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 1 Use cuintnun wire nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view. Make tight connections between members. Install fasteners without splitting wood;do not countersink nail heads unless otherwise indicated. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. Seal Coat: After fabricating and sanding each unit, and end-coat sealing, apply a heavy "+ saturation coat of penetrating sealer on surfaces of each unit, except for treated wood where treatment included a water repellent. Shingles CertainTeed— Weathered Wood or Approved Equal. �r Protective Underlayment Carlisle W. R. Grace ..., Mirafi Moisture Protection Approved Equal SHINGLE MATERIALS -t 1 Asphalt Shingles: ANSI/ASTM D3018; glass fiber matt base, mineral granule surfaced type; 240 lb,/square; self-sealing type; square type 3-tab; color shall be Weathered Wood. •-� l MISCELLANEOUS MATERIALS Ridge vent: Air Vent Inc. (Certainteed) Shinglevent II. , Page 23 ATTACHMENT B L Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) L.. LFlashing tins: galvanized. Protective Underlayment: W.R. Grace `Ice and Water Shield' or equivalent. Nails: Standard round wire shingle type of hot- dipped zinc-coated steel; minimum 13/64 inch head diameter and 0.080 inch shank diameter; of sufficient length to penetrate through roof _ sheathing. i Building Felt: 15 pound asphalt saturated felt. INSTALLATION �— Install asphalt shingle roofing over dry surfaces, free of ridges, warps, and voids. Coordinate installation of roof mounted components or work projecting through roof. Verify roof openings are framed, sized, and located prior to installing work of this Section. Completed installation to provide weathertight service. PROTECTIVE UNDERLAYMENT INSTALLATION ti.. Place one ply of underlayment over area not protected by eave membrane,with ends and edges weatherlapped minimum 6 inches. Stagger end laps of each consecutive layer. Nail protective L. underlayment to hold in place. Install protective underlayment perpendicular to slope of roof. Weather lap and seal items projecting through or mounted on roof with plastic cement. Protective underlayment shall be installed at roof edges over all interior spaces a minimum of L60 inches beyond warm face of building below. FLASHING INSTALLATION Weather lap joints minimum 4 inches and seal weathertight with plastic cement. Secure in place with nails at 12 inches o.c. minimum. Conceal fastenings. Flash and seal work projecting through or mounted on roofing with plastic cement. Provide ` weathertight installation. i L' ASPHALT SHINGLES INSTALLATION Place asphalt shingles in accordance with manufacturer's instructions over entire roof area. IProvide double course of shingles at eaves.Project first course of shingles 3/4 inch beyond face of fascia boards. 1 Extend shingles 1/2 inch beyond face of gable edge fascia boards. I L.. Page 24 ATTACHMENT B i i Village of Oak Brook Sports Core Improvements — (CBBEL Project No. 160597.00032) Nail shingles in place in accordance with manufacturer's instructions. Cap ridges with individual shingles, maintaining 5 inch weather exposure. Place to avoid E exposed nails. MEASUREMENTS & PAYMENT This work shall be included in the lump sum contract unit price for CUSTOM SHELTER. The unit price shall be payment in full of all labor, equipment, supplies, and all other items needed to install the entire structure as detailed and noted on the Drawings. 1 i i y i Page 25 ATTACHMENT B Village of Oak Brook Sports Core Improvements (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS �- ATTACHMENT C LIST OF DRAWINGS SHEET NOS. SHEETTITLES DATE LAST REVISED 1 TITLE SHEET April 14, 2021 2 GENERAL NOTES AND SOQ April 14, 2021 3 ALIGNMENT,TIES AND BENCHMARK PLAN April 14, 2021 4 OVERALL SITE PLAN April 14, 2021 5 EROSION CONTROL PLAN April 14, 2021 6 EROSION CONTROL DETAILS April 14, 2021 7-8 GRADING AND LAYOUT PLANS April 14, 2021 9-10 LANDSCAPING PLANS April 14, 2021 11-16 SHELTER DETAILS April 14, 2021 Village of Oak Brook Sports Core Improvements -- (CBBEL Project No. 160597.00032) VILLAGE OF OAK BROOK _ CONTRACT FOR THE CONSTRUCTION OF SPORTS CORE IMPROVEMENTS APPENDIX 1 BONDS APPENDIX 2 L Bond No.0789528 Village of Oak Brook L (CBBEL Sports Core Improvements Project No.160597.00032) L. PERFORMANCE BOND LKNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] Earthwerks Land Improvement and Development Corporation L 1240 Lyon Road,Batavia,IL 60510 as Principal(hereinafter called the"Contractor")and [insert surety name and address here:] Harco National Insurance Company,One Newark Center, 20th Floor,Newark,NJ 07102 ,organized and existing under the laws of the State of Illinois (hereinafter called the"Surety")are held and firmly bound unto Village of Oak L Brook,1200 Oak Brook Road,Oak Brook,Illinois,as the obligee(hereinafter called the"Owner"),in the full and just sum of[insert full contract price here:] $464,635.00 for the payment of which sum of money well and truly to be made,the Contractor and the Surety bind I themselves and their heirs,executors,administrators,successors,and assigns,jointly and severally, Lr firmly by these presents,said amount to include payment of actual costs and damages and for attorneys' fees,architectural fees,design fees,engineering fees,accounting fees,testing fees,consulting fees, ` administrative costs,court costs,interest and any other fees and expenses resulting from or incurred by reason of the Contractor's failure to promptly and faithfully perform its contract with the Owner,said contract being more fully described below,and to include attorneys'fees,court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS,the Contractor has entered into a written agreement dated[insert contract date here:] May 29 2021 , with the Owner titled [insert contract title here:] L Sports Core Improvements CBBEL Project No.160597.00032 11 (the "Contract"),the terms and conditions of which are by this reference incorporated herein as though fully L set forth herein. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall well,truly,and promptly perform all the undertakings,covenants,terms,conditions, L and agreements of the Contractor under the contract,including but not limited to the Contractor's obligations under the Contract,(1)to provide,perform,and complete at the Work Site and in the manner specified in the Contract all necessary Work,labor, services, transportation,equipment,materials, apparatus,machinery,tools,fuels,gas,electric,water,waste disposal,information,data,and other means and items necessary for [insert general description of the Work here:] L Snorts Core Improvements.CBBEL Project No.160597.00032 ;(2)to procure and furnish all permits,licenses,and other governmental approvals and authorizations necessary in connection therewith/except as otherwise expressly provided in the Attachment_ojthe Contract/; (3)to procure and furnish all bonds,certificates,and policies of insurance specified in the Contract;(4) to pay all applicable federal,state,and local taxes;(5)to do all other things required of the Contractor by the Contract; and(6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with,and as required by and pursuant to,the Contract;all of which is herein referred to as the"Work,"whether or not any of the Work enter into and become component parts of the improvement contemplated,then this obligation shall be null and void;otherwise it shall remain in full force and effect. .. The Surety,for value received,hereby stipulates and agrees that no changes,modifications, alterations,omissions,deletions,additions,extensions of time,or forbearances on the part of the Owner 1 ` APPENDIX 2 Village of Oak Brook Sports Core Improvements (CBBEL Project No.160597.00032) or the Contractor to the other in or to the terms of said Contract;in or to the schedules,plans,drawings, or specifications;in or to the method or manner of performance of the Work;in or to Owner-furnished facilities,equipment,material,service,or site;or in or to the mode or manner of payment therefore shall in any way release the Contractor and the Surety or either or any of them,or any of their heirs,executors, administrators,successors,or assigns,or affect the obligations of the Surety on this bond,all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time,or forbearances and notice of any and all defaults by the Contractor or of the Owner's Ltermination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph,in no event shall the i- obligations of the Surety under this bond in the event of the Contractor's default be greater than the obligations of the Contractor under the Contract in the absence of the Contractor default. In the event of a default or defaults by the Contractor,the Owner shall have the right to take i over and complete the Contract on 30 calendar days'written notice to the Surety,in which event the �. Surety shall pay the Owner all costs incurred by the Owner in taking over and completing the Contract. At its option,the Owner may instead request that the Surety take over and complete the Contract, in which event the Surety shall take reasonable steps to proceed promptly with completion no later than 30 calendar days after the date on which the Owner notifies the Surety that the Owner wants the Surety to take over and complete the Contract. The Owner shall have no obligation to actually incur any expense or correct any deficient performance of the Contractor to be entitled to receive the proceeds of this bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner or the heirs,executors,administrators,or successors of the Owner. Signed and sealed this 29th day of May 2021 . pca:i✓ORPC •,r"., Attest(Witness: PRINCIPAL rthw Land Ilrtprovementarrd ,m•z Dove ment L By: By: n�m LTitle: I.t itnsSBy: DMv,o A..I C-S c�J� rottiz'9 XXWMitness: SLIRETy Harco National Insurance Company, LBy: /vWv 1 i By: Title: Witness By: Courtney A.Flaska, ttomey in Fact 4.� L i� LAPPENDIX 2 Bond No.0789528 Village of Oak Brook Sports Core Improvements I (CBBEL Project No.160597.00032) e. LABOR AND MATERIALS PAYMENT BOND I L KNOW ALL MEN BY THESE PRESENTS: I [insert contractor name and address here:]Earthwerks Land Improvement and Development Corporation L 1240 Lyon Road Batavia,IL 60510 as Principal(hereinafter called the"Contractor')and [insert surety name and address here:] Harco National Insurance Company,One Newark Center, L 20th Floor,Newark,NJ 07102 organized and existing under the laws of the State of Illinois (hereinafter called the"Surety")are held and firmly bound unto Village of Oak Brook,1200 Oak Brook Road,Oak Brook,Illinois,as the obligee(hereinafter called the"Owner"),for the use and benefit of itself and of claimants as hereinafter defined(the"Claimants")in the full and just L. sum of[insert full contract price here:]$464 635.00 to be paid to the Owner or the Claimants or the Owner's or the Claimant's assigns,to which payment well and truly to be made the i Contractor and the Surety bind themselves and their heirs,executors,administrators,successors,and assigns,jointly and severally,firmly by these presents,said amount to include attorney's fees,court costs,and administrative and other expenses necessarily paid or incurred in successfully enforcing Lperformance of the obligation of the Surety under this bond. ` WHEREAS,the Contractor has entered into a written agreement dated[insert contract date here:] May 29 2021 ,with the Owner titled[insert contract title here:] Sports Core Improvements CBBEL Project No.160597.00032 "(the"Contract"),the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall promptly pay or cause to be paid all sums of money that may be due to any Claimant with respect to the Contractor's obligations under the Contract: (1)to provide,perform,and complete at the Work Site and in the manner specified in the Contract all necessary Work,labor,services, transportation, equipment,materials, apparatus, machinery, tools, fuels, gas,electric, water, waste disposal,information,data and other means and items necessary for[insert general description of the Work here:] Sports Core Improvements CBBEL Project No.160597.00032 L ; (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith [except as otherwise expressly provided in Attachment A to the Contract],(3)to procure and furnish L all Bonds and all certificates and policies of insurance specified in the Contract;(4)to pay all applicable federal,state,and local taxes;(5)to do all other things required of the Contractor by the Contract;and (6)to provide,perform,and complete all of the foregoing in a proper and workmanlike manner and in full compliance with,and as required by or pursuant to,the Contract;all of which is herein referred to L as the"Work,"whether or not any of said Work enter into and become component parts of the improvement contemplated,then this obligation shall be null and void;otherwise it shall remain in fitll force and effect. LFor purpose of this bond,a Claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor to provide,perform,or complete any part of the Work. The Contractor and the Surety hereby jointly and severally agree that every Claimant that has i not had all just claims for the furnishing of any part of the Work paid in full,including without limitation all claims for amounts due for materials,lubricants,oil,gasoline,rentals of or service or repairs on machinery,equipment,and tools consumed or used in connection with the famishing of any part of the LAPPENDIX 2 L Village of Oak Brook Sports Core Improvements (CBBEL Project No.160597.00032) Work,may sue on this bond for the use of that Claimant,may prosecute the suit to final judgment for such sum or sums as may be justly due that Claimant,and may have execution therein;provided, L however,that the Owner shall not be liable for the payment of any costs or expenses of any such suit. The provisions of 30 ILCS 550/1 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this L bond. The Contractor and the Surety hereby jointly agree that the Owner may sue on this bond if the Owner is held liable to,or voluntarily agrees to pay,any Claimant directly,but nothing in this bond shall create any duty on the part of the Owner to pay any Claimant. L The Surety,for value received,hereby stipulates and agrees that no changes,modifications, alterations,omissions,deletions,additions,extensions of time,or forbearances on the part of the Owner or the Contractor to the other in or to the terms of the Contract;in or to the schedules,plans,drawings, L or specifications;in or to the method or manner of performance of the Work;in or to Owner-famished facilities,equipment,material,service,or site;or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any of them,or any of their heirs,executors, administrators,successors,or assigns,or affect the obligations of the Surety on this bond,all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time,or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Signed and sealed this 29th day of May 2021 . 0 L / arks I prY T� Attest/Witne ss: CONTRACT O evel ant rd9on '� R By: ll�i�� By: G� .� Title:Jp,�,}+ne1S By: D,w.r Dk-e1f+C yL�- XM& Witness: SURETY Harco National Insurance Company! t By By: LTitle: Witness By: Cou ey A.Flasks,&-me in-Fad L - L #35028042_vl an L APPENDIX 2 Surety Company Acknowledgement STATE OF ILLINOIS COUNTY OF COOK SS: On this before me personally appeared_ I�Y'fne, ( (l5 j to me known,who,being by me duly sworn, did depose and say:that(s)he resides at Schaumburg,Illinois,that(s)he is the Attorney in Factof �Lnr'rt) Nah(n(d InS,Lkrance raYfL(ktl1U_ - the corporation described in and which executed the annexed instrument;lhat�knows the corporate seal of said corporation;that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation;that(s)he signed his/her name thereto by like order;and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. L Notary Public in and for the above County and State My Commission Expires:06/23/21 SAMANTHA RRADTKE - OFFICIAL SEAL dot;uy Public,State of Illinois My Commission Expires June 23,2021 I_ POWER OF ATTORNEY Bond# 0789528 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group,Headquartered:702 Oberlin Road,Raleigh,North Carolina 27605 r_ KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint I MIKE POHL,KIRK A.LISKIEWITZ,COURTNEY A.FLASKA,SAMANTHA BRADTKE,BRIEN SPODEN,JAMES L.SULKOWSKI,ROBERT B. L SCHIITZ,SHERENE L.HEMLER,CAROL A.DOUGHERTY,STEPHEN L.WEBSTER,CHRISTINE EITEL,LUCIANNE BISCHOFF LSchaumburg,IL their true and lawful attomey(s)4n-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise,and the execution of such instrument(s)in pursuance of these presents,shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of 1 Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. 1 "RESOLVED,that(1)the Chief Executive Officer,President,Executive Vice President,Senior Vice President,Vice President,or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys4n-Fact or agents with power and authority as defined or limited in their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances,contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation L may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process,and Aftomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter,being hereby adopted by the ` Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL Load Current Date FIDELITY INSURANCE COMPANY have each executed and attested these presents onthis 31st dayof December,2018 .•••••,, Ty W811 qq k\4tLl iMJG STATE OF NEW JERSEY STATE OF ILLINOIS j�j}�JOR�t:?n'•; iy pPPaR.rJ,ass County of Essex County of Cook SEAL 4 59D4 n Vi tyN�• Jit: o y~lima... S lEa`' a+T Kenneth Chapman •"•�•-'�.�.1 �- Executive Vice President,Harco National Insurance Company "••"' and International Fidelity Insurance Company On this 31st day of December,2018 ,before me came the individual who executed the preceding instrument,to me personalty known,and, being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ' IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, E A�0Gj,'y- New Jersey the day and year first above written. ��;a •!C s^r''.a+ '-.��'JEPS�•`�,, Shirelle A.Outley a Notary Public of New Jersey r� CERTIFICATION My Commission Expires April 4,2023 I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set_ forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of tlip whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day,May 29,2021 - - Irene Martins,Assistant Secretary VER2 2/2019 e_POA t� s t. VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS OAK BROOK, ILLINOIS INDEX LOCATION I VICINITY MAP STANDARDS ••saws Village President x.aa.a.raoRw s r.•sa.: GDP.]G.La1nUlRnl i.NEET'KD. sxEET m¢ Trustees I TlrlE sxED ar no:xN n rw:war ... Philip Cuevas J GENERAL NmES AND SUMMARY OP DUANTITIES w.+uvr c.osuar rc a ore Michael Men.o _w J ALurDc coa nr Na�rnPx+ MOI. Ti wa,d rdiycd IGNMENT.TIES AND BENCHMARK PLAN Ed ,,.,d 0 OVERALL SM PUN a.rRc cuxry,o r .r uaw e • AAf Yusuf 5 EROSION CONTROL PLAN urRc cowao,oOxLsa.r um.axwmuau NR ra.a s EROSION CONTROL DETAILS Village Ch"k ]—t GRADING AND U PUNS Charlo.c K.Pruss i 9-10 LANDSCAPING PUNS Vilingc Manager n—IC SHELTER DFTAILS _ - Rick Gi.ex Public IN arks Dlrcelor Doug PLuchin Emergency Canlact- t D,mgP"chin lowL (630)x05-2807 � w asw BENCHMARK LOCATION cuann�nr .;� __ ------- _w_` as xuwexr Tas..woeaxcw..Nn sxKe+ - � - ­NNAIE S ORpN C."LEY D sraRS NE„wos or.oHSTRu<T11 arram r .w,.oww,e rr.,em CHRISTOPHER B.BURKE ENGINEERING.LTD ANY DEVIATION FROM THIS APPROVED PLAN SHALL 9575 W.Hio9 —,S 1600 VILLAGE OF OAK BROOK B R999r—I 616.1. Lzoo oAK MOI PDAD REQUIRE PRIOR WRITTEN APPROVAL FROM THE (847)82wSW OAK BROOK,IL 60523 VILLAGE OF OAK BROOK DFEssaH.L DE MGR FIRNHD.1-11 ExP.AnoN wTE:wnNxr a9► 1 1 1 NDSaIXRbq m —IR 1. � w`I�n ,.. =. SUMMARY SUMMARY OF QUANTITIES W lxlcpN,RAcrOR ixAU BF wyw161uE taA<OxTACMlOrta OWx060F OrasR,=..F�m"Ox.v"i[opFTN�isl'IxWixEw 11K utulr[s KxDlxfxIAPIWR[xwKEs T,mR Ltd OxIT gNKRr OOC fxli srtau rxcwMD In rxF cOxrRKi °R0.11frWMPPCTw TsxALL IblT1,G iIEE RFRpvK la i0 t5 UIIS DPMER:R) Il[Yl t ORt - uunLltt owx[RS ASOwNpfD lGllN iflE —z7--,5 iE£E RE9pVAL(OAR l5 uwt5 WNtElEa, tw 2 SP[01K.Aigw IOt3m ,ESRP 13wvLG sGC TEE PRVSIG I,r0 t0INGx—R, FAp 10 R W Actxi xAs �uxFs rARF wG10vEP IO IxCxIXWElER1 EAGI wrz. orN RvmFRFFFR Naorx IR r APPRORRuIFNrvD rw wLuu Do[sxorGu.R.Nrzt xoR.ccuRA<• _ w �D OR F ! LOG ID10y,w EAaTn F,SAVAUSPOSAI OF MSUigBtE W W ro By0 V{F wrDnOYlrso[wCxacwR FNRE vm[cOGxslxuGrgx OPF OVT Of rxt R-11 Oau rv[f.clvF[R rxlswwRvau RTrx 5[V[xsF IX b>aDD1mG E-- IF, NbLFCL�gamFKaH0.Ax0OUN6PvLx,NsEONlE(F.I T E6Ap MY0 ,�t - SLPPLEMEMu WA,EaNG [M! toy Gvxnd4 R6 FaxAAcln Y.9u Gu'qu[' LY L9 iENIPORNRv ER051Ox xc vDxs vuu at DwF9xw Nv,Ns wLLow.Nc PFRuftfaFM61W aAI F T NyyD R wRER.Exrs. WLDRSFF,aY vo IN sans sx4EN0i&RRONFDuxnLtapcREss OE wpuxff[salAiFs rt. [T[fERtaox MDsrtNs IN x0016 xOaRKAIgN Is xwFwyn • RyUUAOE OWxSErrYP Oy0 R:puIRED.I G[GypLro PORIUNO CEMExi N(AEIE Iq EVERY sqx R[RasSD N+Lar yE REF9F[rtp Ar P rtRFRpRuv LIXRrwx lv W v0 w COnCREIE ylR001WE6 QIW yA wEw 514rFSR10u5i EF NwxTEplDst"[MIw�Axp4Exx ld SyywY6 REEPOR(£MEM BAa5.EP0%Y WALED RDLW ixF OuwlgNalnF lEMwxMrftrrwD. EHKYNtltmB yWD[n P 3.CtA66 A.TYPE1 1A UI Au 65x'yvmrvO euLLw NlywOw BEtwiw a00EWVipry i i WybY.O wR51W[6RSw ISLM 1 _ ra EDGE w PRIOR ID uww-uw wru nor u.1FAsuRFo w E[RpiATK1N sFFUAL vo w RwFrn[x,sxNu cfu eex u loo�wx FraRRRa Axn rang r Lyfx IT Iol Au uxusfDSlGrvswruDeF RFNRxw TrxEWW6E OP p�sRGFDa 45 9EA $TABlISO CplS'iylCipx ENlRY1R DafRFDRvmfFxnxf.q. Slwrtl COasiAgivJF UYOta I[;tD Rw.wNLxl � rnwlwxra.un lwTARF w.DFRcwsnuawx aN. sw PAulAwaviaFO rou sfeL s�cx,OGnOxs to RUlxiux RROPFREwx F6vxrraxs. Air,[sNNI[nIV[ sFEOwG.FELDOF ORFAEK NRF.ETC AQiE seEnwe.LO Paoom enEsq EORaoan ADa a.ts rr�e ce ry I�Aa'�rwlLins7irpulfi6kTfii:Ix x .Ae L�i'F" ou o s '� wGFu.W«sm DrRigx.xo sEEosrc.Lo Pxo PanwF FaN awr son w ,.�F a oxs,aIX„DN o�R.rwrrswAsxor I a uTms uua[wDuofowlxecmra ua,aFDRRonsroruLlw>E ROT lQ-Emhos. xo Lac.u�-11 sfrs " 1-111 Dx RN pOR LOWERrxp IX DRLaRy x.D yF DWR�N D xR �r[f xDnRfIXP�r�x s�.p f RpPpfLp,�S w 1 lllf[ 5 f>ofxSf T rxE ui6[Arnoxq TIFF fGpvnU0K� 1 �TFwLwNyrRxRIDxDP[GpSWITMREfNGIN[FR pGgN FpS,INEDRPD6.rx[[p aoRF—fpFl:� agE[wo 1 w DURwG lx[FDxs,RDrnDx D.fG Fr[NGw[ERATNpAwmp.N..1— ,ER16 F6[aGLGNwG ,VRIfN.p�...... �m w ;or lay y,AxDNIXIXixtNL.oa—TI Dw x le. aw CHRISTOPHER B.BURKE END1NEEa1NG.im. ._ VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS Ess,s w.Etgpv,s Roa6.suNe 6OD GENERAL NOTES AND aD.eDwm.�NtdsBWle 1200 OAK BROOK ROAD x°f te.a azso6W OAK BROOK,IL 60527 SUMMARY OF QUANTITIES NOT I I A 1 L d60 60 } — S—E IN FEET 3. ^Z Emig 4 � — CP 3025 Or N 1882841.69,E 1091667.95 \_ - ^ `\ _ $ k+r Sta 204+13.89,Off 178.07'Lt•, __ ` �� `y, TREE TREE l% • _�l � �L It TREE• •, TRt� _i CP 7 • i 1 _ 205+0N 1883021.32,E 1092201.32 ••• 1 1 ��\�-y„Sta 106+19.11,Off 170.95'Rt CP 2925 f uas b.Rw T�E•6;J /�•�� I i --t" `�� +C N 1882866.63,E 1091875.94 Sta 204+75.08,Off .90'Lt T _. • `� + �V,,,,,,/// _ ' ELEVATION BENCHMARKS to �\ +♦ •. .• `��,� 1_ L CP 3033 ------------- - -- N 1882710.29,E 1091721.82 Sta 203+16.69,Off 130.48'Lt .. �.� cI8RI8TOPHERB.BURKEENcweewRc,LTD. VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS 95]S W.Higgins Road,Sutte i00 a ALIGNMENT,TIES AND BENCHMARKS BRR emont 1111-60— 1200 OAK BROOK ROAD 1HTI941o500 OAK BROOK.IL 60523 8NN L `'' ' STABILIZED PATH ' FOR PATH SURFACE _ _ A foorl \ APATH FORPATH SURFACE I ' s f LIBRARY a 1 e. POND It f es��-'itt CUSTOM SHELTER I- 11 BATH&TENNIS CLUB ffB8575 W.Hig9m,R—Sue.500 CHRISTOPHER B.BURKE5lveweeRiwe.iro. ° VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS R°.....Llm N— 200 OAK BROOK ROAD OVERALL SITE PLAN (847) .0500 e' OAK BROOK.1L 60523 PNI I V I I f SOIL EROSION CONTROL AND SEDIMENT NOTES A.?oBerosion.antse Iment conUol(SESC,features 0 1 N1 LT EF E I C E I T'IN't E L—OFTI—T-8111ER CUMM SHEL =v, —RS0110111E PFCVEe A COLIELE ""I"T""E LMRS OF THE 1V%'0-iLFFER ........... ELT FENCED 0 .E C EII—L To.. CoN..— Jill l' it VA lIM 5i6 OrE WET-ID SUFFER I FG FN Indicates Area Seeded with P, id Existing Wetlands Field of Dreams Athletic Mixture and Stabilized with Erosion Control Blanket 50 Foot Weiland Buffer Indicates Area Seeded with SkT FEN Lo P.Prairie for Clay Soil Mix and CE io 1 i s .;;i \4Y Waters Of D,Poge A-I.GERM Stabilized with Erosion Control Blanket Existing Wetlands 'r. Indicates Area Seeded with Fence th 1. 0 100 E and l:=3M111L=== Lo P Dry Mesic for Open Wood sCA,E IN FEET Stab ,r............. Stabilized with Erosion Control Blanket v CHRISTOPHER B.BURKE ENGINEERING LTD. SPORTS CORE IMPROVEMENTS mO VILLAGE OF OAK BROOK —411-60018 1200 OAK BROOK ROAD EROSION CONTROL PLAN (.1).2-50) OAK BROOK,IL 60 523 ERB [B t �t ' d rn � .. I LII STABILIZED CONSTRUCTION ENTRANCE PLAN SILI FENCE PLAN SILT FENCE-SPLICING TSO FENCES STABILIZED CONSTRUCTION ENTRANCE PLAN iop.ieme �—• .w....ro....aTy n...rrw ry PLAN VIEW ELEVATION Step 2 SECTION - QL D Town vsre» s,« AAAA.» ,...•�" .re 3 [+w.uw uev+e SKIS ELEVATKIN PAgRIC ANCNOrt OEIAIL ~ SECTION O�f®MliXl'¢ L— wm� ewe a.eaaaiee xee.eno a.•re a•r" ^ •we- e.w ee .e aFee. y e:�va wuua.nr.a ywen awwwr mara.eea w � =e E'—: tta CHRISTOPHER B.euRKE ENGINEERING.ETD. SPORTS CORE IMPROVEMENTS 2-1411— m 9575 W.HI9gM—d.SWIe 600 VILLAGE OF OAK BROOK Rpgempm.�ew4900te 1200 OAK BROOK ROAD EROSION CONTROL DETAILS 1 IASTI ATtnsnn OAK Bfl00K,IL 60523 I 'ILI I­ DET1 I f l i "1 I t L t WETLAND LIMITS V 234 BY TOPSOIL FURNISH AND PLACE 30 FEET 50'WETLAND BUFFER ` STABILIZED PATH 242 BY TOPSOIL FURNISH 228 SY CIRCULATION PATH AND PLACE ANDRUNNINGTRACK \ 5.0' 938 SY TOPSOIL —STgBNZED PATH EXCAVATAION '• `\` 8.0' AND PLACEMENT 8.0. 5.0' 315 BY CIRCULATION PATH 5.0' AND RUNNING TRACK 4624 BY TOPSOIL `\� EXCAVATAtON— ••. AND PLACEMENTB.O' •• • _ --------- ..... 5.0' e /-- -- 192 BY TOPSOIL FURNISH — \ AND PLACE •\��• 224.30 N� L 50'WETLANO BUFFER \ \ 50.00' EXISTING AGGREGATE \ STAB PATH DRIVE TO BE DRESSED WITH AGG SURFACE 1 479 SY TOPSOIL FURNISH ! N N AND PLACE � /11, WETLAND LIMITS �F EKISTING AGGREGATE J ` W[VE TO BE DRESSED )\ PATH TO BE WITH AGO SURFACE CONSTRUCTED 1\ AT EXISTING— WETLAND XISTING • \ WETLAND LIMITS GRADING TOn� TOP" Lo Pm PI" \ ��� FunxeR aela Fu P,.P, Beef Mx \\ Plate T TDRF FWEGRAOED THENATIVESOILSCREENEO\ t"DEPr—787 Sy CIRCULATION PATH v 4'or 6'— O INDICATES AREwS TO eE STST+ OF a A—MATERIU-EATER1-1 AND RUNNING TRACK tin Mx KeDU GraMIe AMMETER REMOVETO AUNIHORM SURFACENCREATED SLOPING TO PROMOTE EMSTIxO IS MKS Peltl lossCMcuM00P ® LYN:L—C—AcnorvaEUieMSN�AR SCREENING AND-TOPIOSEADAFINE GRADING.PeIM1 antl RuPDIRB Trod � EO Oa SG WETLAND LIMBS I ® TE exsE cauRSE a OF tr oRN'PLncEMExT of sTA.LIZEO rnACx ANFAA GRANITE vATH1 WALL SE PLACED R.—T K� OURSE.OILA ORAS'14 INCH'AND'CIRCU 1—AND — NLNIWANOLA EKDAVATED A IMNNI M OF v 6' TFORSALLOFNTOFTOv5011 ]EIVMRFOR AS.". INC.',AREA OF E SEEDED A AN. PUCE.]INCH'I.nPEA TO BE SEEDED AS Removelol GOmpac.ICAB LABELED THE Tt°xDSCMIIW PLANE D d —959 BY TOPSOIL FURNISH SUograde Pap as .C ea ABBIePeIe wLATION PATH AND RUNNING TRACK ARE TO AND PLACE Removal ma OlspoSM Seca Gane.Type B) AP ES ON ExMTV GRAD ES UNLESS OTHERWISE NOTED.RU OI UOSOKAN'MaMr41 Comp CAd SuDENRIP .ALL MA*FROM SITE DISPOSED FIPEGRMMG ANDSCREENINGSHALL BE �a STTNAABILIZED PATH DETAIL IXEMovED FROM sire ANo olsaasED of PROPERLY INCLUDED IN THE cos*OFC. •Tovsox OFFASRMED RITX SUaiACE MATENN VAU BE SELECTED Br THE 'AVATION AND PUCInEN A O 1FROMACOMMCTORPROVIpEO SAMPLE OF STANDARD COLdiS TO AC IEVEA ACOWCSEHTYPE S'; CHRISTOPHER B.BURKE ENGINEERING.LTD. L VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS eHp a BETS..HIBBNC R—.61IM 300 GRADING AND LAYOUT PLAN jB RoeeamM....EDDIE OAK OAK BROOK ROAD RMT)R230600 OqK BROOK.IL 60523 _ SD1 4� I I L l 6- L L 3o p 30 938 BY LO PRO PRAIRIE '•:: �:.::. FOR CLAY SOIL MIX 234 BY FIELD OF DREAMS ATHLETIC MDC 242 BY FIEOF 2 ' DREAMS ATHLETIC MIX ,,�, ._ a62�SY LC PRO PRAIRIE FOF C_AY SOIL I.11X 192 SV FIELD OF DREAMS ATHLETIC 179 SY FIELD OF DREAMS = �'/ \ ATHLETIC MIX %— � Field of Dreams aasshletlC Mixture Hwwa..�.wi \ ZW V GuMae \ �� � r oao ,cxmm�wto ver<wI rw a a m.x 1\ Lo Pro Prairie for Clay Soil Mix Ii 959 SV FIEL7DR.S ATHLETIC M \ Lo Pro Dry Mask for Open Wootls \\ \ / 1 lam\ I \ I 1 1 CHRISTOPHER B.BURKE ENGINEERING I.M. VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS 9s7 �K s W.Rggnz Roaa.sm.boo B RaLANDSCAPE PLAN cemoM.amdc b00,e + 12OAK BROOK ROAD X871 OAK BROOK.IL 6052] U Mile L' 1 L L 4 L I , 513 SY LO PRO PRAIRIE Field of Dreams Athletic Mixture FOR CLAY SOIL MU( •:n'•2;::' } _ 7262 SY FIELD OF DREAMS ::• :jC:; ATHLETIC MIX Lo Pro Prairie for Clay Sall Mix •.f::.• ""4 _ Lo Pro Dry Mesic for Open WooOS 0 5C4E IM FEET ' {32 SV I. PRO PRAIRIE':' -.°�,.., °`•. . .,...-,. ..FOR-CLAY SOL Mx .......... 1 FORFE MS •, \ 1 ATHLETIC MU( -•1:; \ ATHLETIC FIE ALD OF DREAMS, 11 — ATHLEMIX \ 423 SV LO PRO DRV MES IC J FOR OPEN WOODS \\ 1320 SV LO PRO PRAIRIE�\ ,YC / wM\\•L/ ~ __ ' FOR CLAY SOIL MIX al \\ 150 SY LO PRO DRV MESICJ ,•` 11 FOR OPEN WOODS --_ \ \ \\;• 1 • ` /�; ,A.- fes"-_•'�. ; 4 �,•.. ( 1 222 SY FIELD OF _--=J$ DREAM •1''' 1 I _ ATHiETIG MIX i'._ � '��\•••• l� �w'g jam`' F-• CCHRISTOPHER S.BURKE eNoINeERm.LTD. SPORTS CORE IMPROVEMENTS 8575 W...,m R—,—55D VILLAGE OF OAK BROOK BROMmoL1YnM6OO1B �® z.off BROOK Rao LANDSCAPE PLAN w, ° (MI6x5.OSOD OAK BROOK.IL 60523 L2 d L L L L L POWDER COATED 1-2" BLACK STEEL BAND I'X 3'POWDER COATED PRECAST L 6'-102" BLACK BOLTS CONCRETE ®® R 14,$" ®® POWDER COATED POST CAPS 2 BLACK STEEL BAND (INCLUDED IN ®® ®® CUSTOM SHELTER 10' PBS66 POST BASES PAY ITEM) ROTATED 90'FROM THE POST NEXT TO IT GRANITE COBBLE [CONCRETE PAD FACADE (PAID AS PORTLAND CEMENT (INCLUDED IN CONCRETES CUSTOM SHELTER In- \CONTROLJOINT 3,11• PAY ITEM) CONCRETE PAD2 t MEDIUM BROOM SURFACE "DEEP SMOOTH 22 COURBE TYPB ASE FOR 2"ON BOTH SIDES I I l" E _ ._ 19'-6" OF GROOVE IS REBAR @ 12'O.C. _ USE M 5 HORIZONTAL I CONCRETE—Z COLUMN CONCRETE ao COLUMN ®® NOTE ALL ELEMENTS SHOWN IN DETAILS ARE INCLUDED IN THE CUSTOM SHELTER PAY ITEM ®® \ ®® EXCEPT THE CONCRETE PAD AND SHELTER FOOTINGS SHALL BE PAID FOR SEPARATELY. 3� +I' 3' CUSTOM SHELTER PAD&FOUNDATION SECTION Y� L POSTS AND ROOF SUPPLIED BY POLIGON,OF HOLLAND MICHIGAN QUOTE NUMBER 142910 POWDER COATED STEEL POSTS,COLOR OF ALL POWDER COATING TO BE SELECTED BY OWNER FROM STANDARD COLORS HIP ROOF 20.75 X 20.75 CEDAR SHINGLES TONGUE AND GROVE ROOF DECK r ELECTRICAL ACCESS WITH 2 CUTOUTS ` 8 DECORATIVE BRACKETS(2 PER COLUMN) SHELTER PAD PLAN VIEW L CHRISTOPHER B.BU500RKEENGINEERINGLro. SPORTS CORE IMPROVEMENTS 9575 W.H59Ne R—,Sake VILLAGE OF OAK BROOK B Rocemonl.Rl d 69at6 1200 OAK BROOK ROAD SHELTER DETAILS ` (BC))63]-050D OAK BROOK,IL 60527 8NB TER 1 E ffo o @ �i PROJECT: SHELTER BATH TENNIS LOCATION: OAKBROOK,IL BUILDING TYPE:SOR 20'-9e ROOF TYPE: CEDAR SHINGLES OVER T&G BUILDING NUMBER: P12020 L ORDER NUMBER: 68655 I DRAWING LIST: R tag �R SHEET NUMBER DRAWING DESCRIPTION 8 r n CS COVER SHEET 1 ARCHITECTURAL ELEVATIONS 2 STRUCTURAL FRAMING PLAN 3 COLUMN LAYOUT I OVE FABRICATOR APPROVALS: T Cj` OF LOS ANGELES, CA APPROVED FABRICATORCATOR 015% �NERS SHIO NONTHESEIS STRUCTURERAWL GS THE OTO ALL WELDING E WELDIEMEA AND TOTH LATEST CI TY OF LOSANGELES.CAAPPROVEDFABRICATORRO5S5 ONLYSUPPORTWMATISSHOWNCTTHESEDRAWINGS.THE (AWS)CERTIFIED WELDERS PND CONFORMS TO THE LATEST EDITION CITY OF RIVERSIDE.CAAPPROVED FABRICATORRSPoE-0033 MANUFACTURER MUST SETURE MALL IF ANYTHING ELSE ISTOBE (AWS) D1.I CR DL 9 AS REQUIRED. ✓1 CITYOF HOUSTON,TXAPPROVEDF FABRICATOR M7(I ATTACHED TO THIS STRUCTURE(WALLS.COLUMN WRAPS,RAILINGS. Z CLARK COUNTY.NV APPROVED FABRICATOR KBt ETC.11 SO THE DESIGN OF THIS STRUCTURE CAN BE REVIEWED AND PARTS SHOWN MAY BE UPGRADED DUE TO STANDARDIZED 2 SLATE OF UTAH APPROVED FABRICATOR @009 1A P059ELY REVISED. ABPOSSIBLE SU E MI� &STiTUTK)NS.E SHIPPING BILL OF MATERIALS FOO W r UNLESS NOTED OTHERWISE,THIS STRUCTURE WAS DESIGNED >< NTV CERTIFICATE OF COMPETENCY NO.tB-0806.05 ASSUMING A 2D'SEPARATION BETWEEN ANv ADJACENT STRUCTURE FOR PROPER FIELD INSTALLATION OF THE BUILDING R IS m O T PCI(POWDER COATING INSTITUTE)A000 CERTIFIED WITH AN EAVE HEIGHT EOUAL TO OR GREATER THAN THE EAVE RECOMMENDED THAT THE PRIMARY FRAME INSTALLER AND THE O to --- HEIGHT OF THIS STRUCTURE.IF THAT SEPARATION DOES NOT EXIST. ROOF INSTALLER HAVE A MINIMUM FIVE(S1 YEARS DOCUMENTED w STO P I! YATERALS. THE MANUFACTURER MUST BE CONTACTED$O THE DESIGN OF 111A5 EXPERIENCE INGTAWNG THIS TYPE OF PRODUCT. _ STRUCTURE CAN BE REWE.ED AND POSSIBLY REVISED. DESCRIPTION tAI DESIGNAT u FORPROPER FIELDWSTpLLAI-OFTHE BUM1ING tT IS NOT FOR CONSTRUCTION _ � L BTgUCTURAL STEEL SHALL BE DETAILED.FABRICATED.AND ERECTED RECOMMENUDITIMTELECTRICWIRING.IFREQUIREI SE RUN -.-.... - SCHEDULE PPE A53(GRADE B) W ACCORDANCE WITH THE LATEST EDITION OF THE AMERICAN THROUGH THE STRUCTURAL MEMBERS BEFORE THE BUILDING IS INSTITUTE OF STEEL CONSTRULTK)N(AISC)SPEGFlCgT10u MANJAL ERECTED. CS USE FOR PRELIMINARY LIIGHTPGAAGE COLD FORMED atom(GRADE 5D) PLANNING AND ESTIMAnNG ; STFIMTURALSTEEL PLATE A% ONLY : ROOF PANELS(STEEL) RBST CCHRISTOPHER B.BURKEENGINEERING,Lm. SPORTS CORE IMPROVEMENTS D, 9575 W.Higgins ROOD,$pile S. B VILLAGE OF OAK BROOK �ROumant.Nlndz e00t9 1200 OAK BRDOK ROAD nxe xa i (6t7)023450D OAK BROOK.IL 60527 SHELTER DETAILS SHELTER 2 �4 I 1 "e1 L 1i E _ GENERAL ROOF NOTES: �� V 1. METAL1sAL UGE {a.T • GAL""'COX ALUME COTEDE. KYNAR 500 PAINTED - -------_'—— 2 TRIM COLOR MATCHES ROOF i �— 3. SEE POLIgQtl,SB,M fOR COLOR OPT10ONS TOP i o p e� I AS _e r L L - v W R �------------------ IsoAAErRIc vNEw - - Rd: lz r. W ` z w ZJ W a ------—-------------.... FNOH GRADE w m.= STOP FRONT VIEW ASSUA OAt CONSTANTz i ELEVATION UNLESS __NOT FOR CONSTRUCTION oTNEnvnsE NOTED) ,° a USE FOR PRELIMINARY E 1 PLANNING AND ESTIMATING i ONLY CHRISTOPHER B.BURKE ENGINEERING.LrD. VILLAGE OF OAK BROOK �, ORE IMPROVEMENTS ' B CHRISTOPHER TOP ER Bile U 6 1200 OAR BROOK ROAD nt.111^o1s 5°C'.9 OAR BROOK.IL 60527 ELTER DETAILS ;ea�7=.0-0500 ° � � 3 SHELTER3 1 E o� go F AJ 1 P VIEW ISOMETRIC VIEW zz 1 Z _. FN6H GRADF Q STOPi! FRONT VIEW IASWMED AT CONSTAM u EIEVARON UNLESS ___N_O_T FOR CONSTRUCTION O.ERwaE Nol®I s USE POR PRELIMINARY mai PLANNING AND ESTIMATING A ONLY L cNlusrorNertra.euRl(EENemeERlNc.u 9575 W.HIRRM R— n. VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS SWtt 300 B Rosemo t 1200 OAK BROOK ROAD 101]1029-0500 OAK BROOK,11 R0523 w I SHELTER DETAILS SHELTER a l h L L L L ANDNGR eoLT urour xoTEs: „ o L ° a ENGINEERING WILL DETERMINE REQUIRED ANCHOii BOLT LAYOUT AFTER ENGNEERINGYSC GE18 ORDERED. ° F 2, CUSTOMER MAY SUGGEST PREFERRED ANCHOR BOLT O i 83� R L z - mks w STOP!! ((( ,NOT FOR CONSTRUCTION. USE FOR PREUMINARY 4 ` PLANNING AND ESTIMATING J ONLY CHRISTOPHER B.BURKE ENGINEERING.LTD. SPORTS CORE IMPROVEMENTS ,,;W_wac.nRoansn.;os VILLAGE OF OAK BROOK Roaenwe.■�wlc sao,e 1200 OAK BROOK ROAD SHELTER DETAILS I.7)82Td5oo OAK BROOK,IL 60527 SHELTER 5 ,r L L L L f p ligon q NOTE: ALL ELEMENTS SHOWN IN SHELTER DETAILS ARE INCLUDED IN THE CUSTOM SHELTER PAY ITEM EXCEPT THE CONCRETE PAD AROUND THE SHELTER,AND THE SHELTER FOOTINGS SHALL BE PAID FOR SEPARATELY. -PRECAST CONCRETE POST CAPS (INCLUDED IN CUSTOM SHELTER PAY ITEM) GRANITE COBBLE j FACADE (INCLUDED IN CUSTOM SHELTER ' PAY ITEM) r - FRAMER colo .SEA GLASS SHELTER BATH TENNIS ROOF COLOR:CEDAR SHINGLE COLORS MAY VARY SLIGHTLY FROM RENDERED IMAGE OAKBROOK,IL SQR 20'-9" cHRLBTOPHER B.BURKE ENOWEERIW LTD. VILLAGE OF OAK BROOK SPORTS CORE IMPROVEMENTS . .ro} ssis w.wgghs Rose.sdN soo Rouma6.bids 6006 . 1200 OAIc BROOK RD yy„ ' ea»exe oe OAK RRnne,n KROAOAM71 SHELTER DETAILS axanR B 1 r I VBCHRISTOPHER B.BURKE ENGINEERING,LTD. , 9575 West Higgins Road,Suite 600 1 Rosemont, 160018 Tel:(847)823-0500 1 Fax:(847)823-0520 1 www.cbbel.com