Loading...
12-149 Resolution No. 12-149 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH ENGINEERING ENTERPRISES, INC. REGARDING THE ADDITION OF DESIGN, ADMINISTRATION AND PLANNING ENGINEERING SERVICES (Union-Sheridan Street Rehabilitation Improvement Project/2012 Combined Sewer Separation-Highland Avenue Phase I1 Project) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute amendment agreement no. 1 on behalf of the City of Elgin with Engineering Enterprises, Inc. regarding the addition of design, administration and planning engineering services for the Union-Sheridan Street Rehabilitation Improvement Project to the 2012 Combined Sewer Separation Project-Highland Avenue Phase II Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 26, 2012 Adopted: September 26, 2012 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk ELGIN MEMORANDUM THE CITY IN THE SUBURBS- May 3, 2013 TO: Kim Dewis, City Clerk FROM: Joseph Evers, P.E.,City Enginee SUBJECT: Union Sheridan Street Rehabilitation Contracts—Bolder Construction At the April 24, 2013 City Council meeting, the City awarded the Union Sheridan Street Rehabilitation and Sewer Separation Project to Bolder Construction. The City Manager signed their construction agreement and attached is an original for your files. I am submitting this directly to you, versus Purchasing, as I understand Daina will be out of the office for the rest of the week. 4 •i l Contract Bond Municipality Elgin Rd. District County Kane 2013 Street Rehabilitation - Section Union/Sheridan BOND# 09119753 We Bolder Contractors, Inc. , 440 Lake Cook Rd. , Unit 3B, Deerfield IL 60015 as PRINCIPAL, and Fidelity and Deposit Company of Maryland as SURETY, are held and firmly bound unto the above Local Agency(hereafter referred to as "LA") in the penal sum of ----Five Million One Hundred Forty One Thousand One Hundred Thirty Six & 41/100-- ----------------- Dollars ---------------------------- ($5,141,136.41 ), lawful money of the United States, well and truly to be.paid unto said LA , for the payment of which.we Bind ourselves, our heirs, executors, administrators, successors,jointly to pay the LA this sum under conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purposes of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person, firm company, or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company or corporation, for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for he purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted,.and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. BLR 5711 (Rev 7/87) IL 494-0372 IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 30th day of April A.D. 20 13 PRINCIPAL Bolder Contractors, Inc. (Company Name) (Company Name) By: By: igna ure & Title) (Signature &Title) Rober Gwiasda, President (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) Fidelity and Deposit SURETY Company of Maryland B Y• (Name of Surety) (Signature`of A rrie j-;ti-faot}�° v Kevin J. Scanlon. �- STATE OF ILLINOIS, COUNTY OF Will I, Sherry Bacskai A NOTARY Public in and for said county, do hereby certify that Robert Gwiasda & Kevin J. Scanlon (Insert names of individuals signing on behalf of PRINCIPAL &SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and vj� t cr purposes therein set forth. Given under my hand and notarial seal this 30th day of r 4 SH SKA$ o liinois o My commission expires 10/22/2015 $ xpir 10!22/2015® o A e o*0000*®eo otary Public Approved this day of A.D. 20 Attest: (Awarding Authority) Clerk (Mayor) (SEAL) 126 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York.the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland.and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V. Section 8, of the By-Laws of said Companies. which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Robert H. WALKER, Suellen BOTTOMLEY, R. L. MCWETHY, Kevin SCANLON, Gary A. EATON,Rob W.KEGLEY,JR.,Sherry BACSKAI and Brandie CATLIN,all of Ne-* Lenox,Illinois, EACH its true and lawful went and Attorney-in-Fact, to make. execute, seal and deliver, for. and on its behalf as surety. and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Companies,as fully and amply. to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York. New York.. the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills. Maryland..in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V.Section 8.of the By-Laws of said Companies.and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 4th day of June,A.D. 2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ofe BY I; Assistant Secretary Vicc PIVNidenl Eric D.$antes Thomas U. McClellan State of Maryland City of Baltimore On this 4th day of June,A.D. 2012,before the subscriber. a Notary Public of the State of Maryland. duly commissioned and qualified.THOMAS O. MCCLELLAN,Vice President,and ERIC D.BARNES,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same. and brim= by 111c duly sworn,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies.and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn.Notary Public My Commission Expires:July 14.2015 POA-F 036-3831A ACOI CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYY1) 4/26/2013 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 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). NTACT PRODUCER Michelle Haskell NAME: Columbian Insurance Agency PHONE 81 - 5 4 0 AX No: 1 1 45 1005 Laraway Road E-MAIL New Lenox IL 60451 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC S INSURER A INSURED BOLDE-1 INSURER B:lMpedUM ! r n m n BOLDER CONTRACTORS, INC. INSURER C: ATTN: BOB GWIASDA INSURER D: 440 LAKE COOK RD., UNIT 3B DEERFIELD IL 60015 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:1193262335 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 EFF POLICY EXP LTR INSR WVD POLICY NUMBER MMID MMID LIMITS A GENERAL LIABILITY Y Y PP00026961-01 /112013 (3/1/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $100,000 CLAIMS-MADE �OCCUR MEO EXP(Any one person) $5,000 PERSONAL&ADV INJURY - $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2,000,000 POLICY�^ I PRO LOC $ AUTOMOBILE LIABILITY Y Y CA00026949-01 3/1/2013 /1/2014 Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ C X UMBRELLA LIAB X OCCUR XLS0086808 0/1/2013 /1/2014 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X I RETENTION$10,000 $ B WORKERS COMPENSATION Y ERD-01000724-00 /1/2013 /1/2014 X WC STATU OTH- AND EMPLOYERS'LIABILITY YIN T Y M ANY FICERIMEMBERIETO�XCLUD/E ECUTIVE N/A E.L.EACH ACCIDENT $1000000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $1000000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $1000000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE:2013 Street Rehab Project. The City of Elgin: Engineering Enterprises, Inc; Rubino Engineering are primary/non-contributory additional insureds on the G/L&Auto policies if required by written contract. *Waivers of subrogation apply to G/L,Auto&Workers Comp. in favor of the additional insureds if 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 City of Elgin ACCORDANCE WITH THE POLICY PROVISIONS. 150 Dexter Ct. Elgin IL* AUTHORIZED REPRESENTATIVE ` ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD RETURN WITH BID PROPOSAL SUBMITTED BY Bolder Contractors, Inc z Contractor's Name 440 Lake Cook Road, Unit 3B Street Deerfield, IL 60015 City State Zip STATE OF ILLINOIS COUNTY OF Kane City ff Elgin (Insert name of City,Village,Town or Road District) ESTIMATE OF COST, SPECIFICATIONS, PLANS, MATERIAL PROPOSAL, , CONTRACT AND CONTRACT BOND. (Strike out that which does not apply) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. 2013 Street Rehabilitation - Union/Sheridan SECTION NO. TYPE OF FUNDS: Local TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE APPROVED City of Elgin Date 20 Engineer BLR 5701 (Rev 1/94) I L 494-0328 j I I 1 The following is a list of all information contained within this contract. If any of the listed information is missing please contact Engineering Enterprises, Inc. at (630) 466-6700 for the complete contract information. - Notice to Bidders (Letter) - Notice to Bidders (Form) - Information and Instructions to Bidders - Special Provision Index Sheet - Special Provisions - Hydrostatic and Bacteriological Testing Policy - Supplemental Conditions - Special Provision For Construction Debris o Sample Debris Manifest - Hydrant Meter Policy - Affirmative Action o Certification Requirements o Description of Groups for Classifications Purposes Sexual Harassment Policy o City of Elgin, Illinois - Policies and Programs o Illinois Department of Human Rights Public Contracts Unit - Bidders Utilization - Prevailing Wage Rates - Accounts Payable Schedule - Noise Ordinance Exhibits Index - Exhibits - Contract Documents o Tax/Collusion/Debarment Affidavit o Proposal Sheet o Schedule of Prices o Proposal Signature Sheet o Proposal Bid Bond o Contract Agreement o Contract Bond Other o Addendum No. 1 o Addendum No. 2 o IDOT Certificate of Eligibility o Certificate of Liability Insurance o U.S. Department of Labor Apprenticeship and Training Certificates 2 Notice to Bidders Sealed bids will be received by the Purchasing Director of the City of Elgin, Illinois, until 11:00 A.M. local time, April 4, 2013, for the 2013 Street Rehabilitation — Union/Sheridan project. At that time the bids will be publicly opened and read at the Purchasing Department in the City Hall located at 150 Dexter Court, Elgin, Illinois 60120. The proposed improvement includes the following base bid quantities: the removal and replacement of approximately 7,325 LF of concrete curb and gutter; 77,920 SF of concrete sidewalk; 32,200 SY of pavement removal, 9,150 TONS of bituminous binder and surface courses; 1,140 LF of water main; 7,250 LF of storm sewer and all other appurtenant work and materials necessary to complete the project. A mandatory Pre-Bid Meeting for all bidders is scheduled for March 26, 2013, 1:00 p.m. The meeting is to be held at the City of Elgin Public Works Facility, 1900 Holmes Road, Elgin, IL 60123. All proposals must be accompanied by a Bid Bond, Certified or Cashiers Check or a Bank Draft in an amount equal to at least 5 percent of the bid, payable without condition to the City of Elgin, Illinois, which sum shall be forfeited in case the successful bidder fails to enter into a binding contract and provide a properly executed contract surety bond within 15 days after the date the contract is awarded by the City Council. The successful bidder shall be required to furnish a satisfactory contract bond to the City of Elgin by a surety company authorized to do business in the State of Illinois covering the full amount of the contract. The successful bidder shall pay prevailing wage and shall provide certified payrolls to the City for the duration of the Project. The bidder shall submit, if requested by the Engineering Division, a list of qualified references for projects of similar size and scope of this project. Proposals withdrawn may not be resubmitted at the same letting. Each bidder shall satisfy the City as to their ability, financially or otherwise, to carry out the work. The right is reserved to reject any or all bids or to waive technicalities and any informality in any bid. Copies of the specifications, proposal and contract may be obtained for a non-refundable fee of $75.00 from the Purchasing Department located at 150 Dexter Court, Elgin, Illinois 60120. Documents can be sent 1St class mail for a fee of $15 or using the bidder's FedEx account. Questions regarding this bid package can be directed to Julie Morrison of Engineering Enterprises, Inc. Ms. Morrison can be reached at 630-466-6700. Dated March 19, 2013 Daina DeNye Purchasing Director City of Elgin 3 �. � City of Elgin M it 150 Dexter Court Elgin, IL 60123 Notice to Bidders Route IRETURN WITH BID County Local Agency Section Time and Place of Openinq of Bids. Sealed proposals for the improvement described below will be received at the office of City of Elgin Purchasing Department, 150 Dexter Ct., Elgin, IL 60120 (address) until 11 o'clock A M., 4/4/2013 Proposals will be opened and read publicly (date) at 11 o'clock A M., 4/4/2013 at the office of City of Elgin Purchasing (date) Department, 150 Dexter Ct,Elgin,IL 60120 (address) Description of Work Name 2013 Street Rehabilitation-Union/Sheridan Length 11,270 feet ( 2.14 mile Location Proposed Improvement Remove and replace curb and gutter,sidewalk,and driveways,pavement removal and replacement, replacement of water main,installation of storm sewer,removal and replacement of sanitary sewer and other appurtenant work. Bidders Instructions 1. Plans and proposal forms will be available in the office of Purchasing Department,City of Elgin, 150 Dexter Ct, Elgin,IL 60120 2. If prequalification is required , the 2 low bidders must file within 24 hours after the letting an"Affidavit of Availability" (Form BC 57),in triplicate,showing all uncompleted contracts awarded to them and all low bids pending award for Federal,State,County,Municipal and private work. One copy shall be filed with the Awarding Authority and 2 copies with the IDOT District Office. 3. All proposals must be accompanied by a proposal guaranty as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the"Supplemental Specifications and Recurring Special Provisions". 4. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the "Supplemental Specifications and Recurring Special Provisions". 5. Bidders need not return the entire contract proposal when bids are submitted unless otherwise required. Portions of the proposal that must be returned include the following: a. BLR 5701 -Contract Cover d. BLR 5706-Contract Schedule of Prices b. BLR 5704-Notice to Bidders e. BLR 5707 -Signatures c. BLR 5705 -Contract Proposal f. BLR 5708-Proposal Bid Bond (if applicable) BLR 5704(Rev.3102) Page I of 2 4 6. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased,decreased or omitted as hereinafter provided. 7. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs,expenses,losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 8. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 9. If a special envelope is supplied by the Awarding Authority,each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used,it shall be marked to clearly indicate its contents. When sent by mail,the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 101 Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. By Order of City of Elgin (Awarding Authority) Senior Engineer/City Engineer Note: All proposal documents,including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids processed. BLR 5704(Rev.3/02) Page 2 of 2 5 INFORMATION FOR AND INSTRUCTIONS TO BIDDERS 1. DEFINITIONS AND TERMINOLOGY Definitions, of the General Terms and Conditions of the Contract ("General Terms and Conditions") included in the Project Manual are incorporated by reference as if fully rewritten herein. In the event of a conflict between the definitions herein and those found in the General Terms and Conditions, the former shall govern for the purpose of this section only. All other terms which are not herein defined have their ordinary dictionary meaning. ADDENDUM(ADDENDA, PLURAL)—An Addendum is a document issued by the City prior to the opening of the General Bids which clarifies, amends or modifies the Bidding Documents or the Contract Documents. ALTERNATE BID—An Alternate Bid (or An Alternate) is a proposal for work which is bid alternatively to the original bid proposal pursuant to instructions contained in the Bid Form. Such alternative bids may include proposals for work that is different in scope from that contained in the Base Bid. BASE BID—A Base Bid is the sum proposed by a Bidder to perform the Work and does not include any Alternate Bids. BID—A Bid is a proposal to do the Work for a specified sum and includes accompanying forms which are required to be submitted. BIDDER—A Bidder is an entity that submits a Bid BIDDING DOCUMENTS—the Bidding Documents are comprised of the entire Project Manual, which includes, but is not limited to the Invitation to Bid (advertisement), the Instructions to Bidders, all of the forms (e.g., Bid forms,sample Agreement form, bond forms), the wage rates, the General Terms and Conditions of the Contract, any supplementary terms and conditions thereto, the Drawings, the Specifications, and all addenda. BUSINESS DAYS—Business days are defined as all days of the week excluding Saturdays, Sundays, and those holidays for which the City offices are closed for observance. CONTRACT DOCUMENTS—The Contract Documents consist of the Agreement, the Certificates of Insurance, Bonds, Notice of Award, Notice to Proceed, General Conditions, Supplementary Conditions, Specifications, Drawings, Addenda, Contractor's Bid, City Forms,.and any subsequent written amendments to the documents listed herein. PROJECT—the Project is the total Construction to be provided under the Contract Documents and the Work may be the whole or a part of the Project as indicated elsewhere in the Contract Documents and may include construction by the City or by separate contractors. The Project is the Work described in the Bidding Documents. PURCHASING DEPARTMENT—The Purchasing Department refers to the City of Elgin Purchasing Department located at 150 Dexter Court, Elgin IL. - WORK—Work refers to the services and the entire completed construction or the carious separately identifiable parts thereof required by the Contract Documents, including all labor, material, and equipment furnished, furnished and incorporated into the Project, or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. 2. COPIES OF BIDDING DOCUMENTS 6 A Bidder may obtain complete sets of Bidding Documents upon payment of a nonrefundable fee, the amount of which is set forth in the Invitation to Bid. No partial sets of Bidding Documents shall be issued. It is the responsibility of the Bidder to insure that it has obtained a complete set of Bidding Documents. Complete sets of Bidding Documents shall be used in preparing Bids. The City shall not be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, or any other reason, in preparing the Bids. Distribution of the Bidding Documents is for the sole purpose of obtaining Bids and does not confer a license or grant permission for any other use of the Bidding Documents. 3. STATE WAGE RATE REQUIREMENTS The minimum prevailing wage rates are included with the Bidding Documents and apply to this Project. Bidder shall comply with all statutory requirements regarding prevailing wage rates. Bidder, if awarded the contract, will keep accurate records showing the name, address, telephone number, social security number, occupation, hourly wages (including itemized hourly cash and fringe rates), hours worked each day, gross and net weekly wages for each laborer, worker and mechanic employed on the Work. The records shall be provided on a weekly basis to the City. The bidder shall collect and forward to the City the certified payrolls of all its subcontractors. The prevailing wage for any trade may change during the life of the Project. The selected Bidder and all its subcontractors shall be responsible for checking the Illinois Department of Labor web page (http.//www.state.il.us/agency/idol)to ensure that they are paying the current rate. If the City discovers any discrepancies between the prevailing wage rates as apply to the Work and the Bidder's payrolls, or if the Bidder or a subcontractor fails to submit payrolls, no further payments shall be made to the Bidder until the discrepancy is corrected. 4. QUESTIONS AND INTERPRETATIONS All questions about the meaning or intent of the Bidding Documents shall be submitted in writing to the City's Purchasing Director or applicable department contact specified in the invitation no later than five calendar days prior to the date set for the opening of Bids. Any questions received after such time shall be answered at the discretion of the City. Written clarifications or interpretations shall be issued by the Purchasing Department in the form of an Addendum. Only questions answered by an Addendum shall be binding. Oral clarifications or interpretations shall be without legal effect. Addenda shall either be faxed or mailed to all persons having received Bidding Documents from the Purchasing Department. Each Bidder shall be responsible for determining that it has received all Addenda issued. 5. THE BID BIDDER'S REPRESENTATIONS In submitting a Bid, the Bidder represents that: - It has read and examined the Bidding Documents.thoroughly; - It understands the Bidding Documents; - The Bid is made in accordance with the Bidding Documents; - It has visited the site, has become familiar with the conditions of the site and the surrounding area, and has familiarized itself with local conditions that may in any manner affect cost, progress, or performance of the Work; - It has correlated its own observations with the Bidding Documents; - It has found no errors, conflicts, ambiguities, or omissions in the Bidding Documents, except for those that it has brought to the City's attention either orally at a pre-bid conference or in writing at least five (5) calendar days prior.to submitting.its Bid; - It is familiar with all of the applicable Federal, State, and City laws, rules, regulations, and procedures affecting its Bid and its Bid is in conformity with those laws, rules, regulations, and procedures; 7 The Bidder has complied with every requirement of these Instructions and that the Bidding Documents are sufficient in scope and detail to indicate and convey an understanding of all terms and conditions for the performance of the Work; and Bidder hereby waives and releases any and all rights it may have pursuant to the Public Construction Contract Act, 30 ILCS 557/1 et.seq. BID CONTENTS The checklists below are included for the bidders' convenience only and shall not be construed to constitute a waive or abridgement of the City's right to reject any or all bids. A Bid shall include: - a complete Bid form - a Bid deposit - EEO/Sexual Harassment Forms - A Tax/Collusion/Debarment/Prevailing Wage Affidavit/Legal Status RIGHT TO WAIVE INFORMALITIES AND PERMIT CURATIVE MEASURES The City reserves the right to waive any Bid informalities. The City may permit bidders who fail to include forms not otherwise required by law to cure such omission(s) within five days of bid opening, in the City's sole discretion. Bid Deposits: Unless otherwise stated, every Bid shall be accompanied by a Bid deposit in the form of a Bid bond, certified check or a treasurer's, or cashier's check issued by a responsible bank or trust company payable to the City of Elgin. The Bid bond shall be: a) in a form satisfactory to the City; b) with a surety company qualified to do business in the state of Illinois and satisfactory to the City; and c) conditioned upon the faithful performance by the bidder of the terms contained in the Bid. The Bid deposit shall not be less than five percent %) of the value of the Bid. Bid Forms. Each Bid shall be submitted on the Bid form included in the Project Manual. In the case of a conflict between dollar figures and words, written amounts shall control over dollar figures. All blank spaces shall be filled. Any and all blank spaces shall constitute sufficient cause to reject any bid. The Bid form shall be completed in ink or by typewriter. Acknowledgment or Addenda. Each Bidder shall acknowledge the receipt of all Addenda (the number of which are to be filled in on the Bid form by the Bidder). A Bidder's failure to acknowledge any Addendum shall constitute sufficient cause for rejection of a bid at the City's sole discretion. SUBMISSION OF A BID Prior to the deadline for receipt of Bids, each Bid shall be submitted to the Purchasing Department in sealed envelope which is.plainly marked on the outside with the name and address of the Bidder, the title of the Project, and the date and time of the Bid opening. Any Bid received after the.deadline shall not be accepted. Any Bid submitted to any other office or department of the City and received by the Purchasing Department after the deadline for receipt of Bids shall not be accepted. It is the responsibility of the Bidder to ensure that its Bid is received by the Purchasing Department in a timely fashion. The deadline for receipt of Bids can be extended by Addendum only. Bids may not be submitted orally, by facsimile, by telephone, or by any other method except for the method described above. MODIFICATION OF A BID A Bid may be modified only by submitting any such modification in the form of a document executed in the same manner as a Bid, delivered in a sealed envelope in the same manner as a Bid, designated as a modification to the original Bid and submitted to the Purchasing Department prior to the time designated for the opening of Bids. 8 WITHDRAWAL OF A BID Prior to Bid Opening. A Bid may be withdrawn before the time designated for opening Bids. All requests for withdrawal of a bid shall be in writing. Withdrawal of a Bid prior to the Bid opening time shall not prejudice the right of a Bidder to resubmit a Bid. A Bid cannot be withdrawn after the Bid opening time except as provided in the Bidding Documents. After Bid Opening. In the case of death, disability, clearly apparent clerical error, a Bidder may withdraw its Bid after the time designated for Bid Opening, if within five (5) days of the date designated for opening its Bid, such Bidder submits a statement under the penalties of perjury to the Purchasing Department detailing the basis for withdrawal. The City shall then make a determination as to whether such Bidder shall be permitted to withdraw such bid. Such a determination shall be in the City's sole discretion. In such case, the Bid Deposit shall be returned to the Bidder. BID OPENING All Bids received prior to the date and time designated for the Bid opening shall be opened publicly and read aloud at a location designated by the Purchasing Department. PUBLIC BID REVIEW AND INSPECTION. Upon opening, all Bids become public records except for any portions thereof that are not subject to public disclosure as a matter of law. Bids may be reviewed by the public in a manner set forth by the Purchasing Department. Any Bidder who objects to a Bid may protest the Bid. Bid protests shall be governed by Elgin Municipal Code Chapter 5.26 6. RESERVATION OF RIGHTS TO REJECT BIDS The City reserves the right to reject any or all Bids, if it is in the public interest to do so. The City reserves the right to reject the Bid of any Bidder who the City has determined has not completed a prior project, whether with the City or elsewhere, because of the fault of the Bidder, its Subcontractors or employees; has been declared in default on a prior contract whether with the City or elsewhere; has failed to complete a prior project in a timely fashion whether with the City or elsewhere; based on its work record, is not capable of performing the Work within the Contract whether due to lack of sufficient prior experience, as determined by the City, or any other reason; has a work record of its Subcontractors demanding direct payment from the City; has a work record of its Subcontractors, employees or material suppliers complaining to the City or other awarding authority regarding the Bidder's failure to pay them; has a record of complaints made to the City or other awarding authority by persons offended by the behavior of he Bidder, its Subcontractors or employees; or has a record of its failure to comply with State of Illinois and/or City laws or requirements. "Work record" or"record"constitutes a minimum of one event in the work history of the Bidder. The City shall reject every Bid that is not accompanied by a Bid deposit. 7. AWARD OF A CONTRACT The City shall award the contract to the lowest responsible (as defined in Elgin Municipal Code Chapter 5.04) and responsive (as defined in Elgin Municipal Code Chapter 5.04) Bidder within 60 days after the date of the opening of the Bids. If the successful Bidder fails to execute a contract in accordance with the terms of its Bid and to furnish all applicable bonds, an award shall be made to the next lowest responsible and responsive Bidder. The time limit provided above shall not be applicable to a second or subsequent award. Any Bidder who fails to execute a contract and furnish applicable bonds shall forfeit its Bid deposit which shall become the property of the City. The amount retained by the City shall.not exceed the difference between the lowest Bid price and the Bid price of the next lowest responsible and eligible bidder. The City shall notify the selected Bidder and all other Bidders of the award. 9 The City shall submit to the selected Bidder a Notice of Award and at least four(4) unsigned copies of the Agreement between the City and the Contractor. The Bidder shall return all executed copies of the Agreement between the City and the Contractor. The Bidder shall return all executed copies of the Agreement, all bonds and insurance certificates to the City's Purchasing Director within 10 Business Days of the notice of the notice of award. Failure of the selected Bidder to submit such documents in a timely fashion as provided above may result in the withdrawal of the award, at the City's discretion. The City shall return one executed copy of the Agreement to the Contractor. Time is of the essence in the performance of the Agreement. 8. COMPLETION TIME The selected Bidder shall fully complete the project within or by September 27, 2013 (if Base Bid is awarded) or October 25, 2013 (if Alternate Bid Is awarded) from the date of the Notice to Proceed. If any conflict exists between the date provided in the Agreement and these Instructions, the Agreement shall prevail. Selected Bidder shall also pay as liquidated damages the sum of$2,000 for each consecutive calendar day thereafter that the work remains unfinished. Selected Bidder agrees that such liquidated damages constitute a reasonable, good faith estimate of damages actually incurred by the City and do not constitute a penalty. Daina DeNye Purchasing Director END OF INFORMATION FOR AND INSTRUCTIONS TO BIDDERS 10 2013 STREET REHABILITATION - UNION/SHERIDAN INDEX OF SPECIAL PROVISIONS Page Numbers PREQUALIFICATION OF BIDDERS 13 SUBCONTRACTOR APPROVAL 13 CONSTRUCTION SCHEDULING 13 SUBMISSION FOR PAYMENT 13 DRIVEWAY, SIDEWALK ACCESS, WATER SERVICES, & STAGING 14 HOLIDAY ACCESS 14 RIGHT-OF-WAY RESTRICTIONS 14 J.U.L.I.E 14 USE OF HYDRANTS 14 PORTLAND CEMENT CONCRETE TESTING 15 CONSTRUCTION STAKING AND MARKING 15 EXISTING UTILITIES 15 CONFINED SPACE ENTRY 15 VANDALISM 15 INSPECTION SCHEDULING 15 EQUIPMENT STORAGE 15 PROJECT SIGN 15 BENCHMARK MONUMENT—USGS DATUM 16 HOUSEKEEPING 16 MISCELLANEOUS ADDITIONS TO PROJECT AT CITY'S DISCRETION 16 GUARANTEE 17 PROTECTION AND RESTORATION OF PROPERTY 17 PREVAILING WAGE RATE 17 COMPLIANCE WITH LAWS 17 WAIVER OF PUBLIC CONSTRUCTION CONTRACT ACT 18 SEVERABILITY 18 INDEPENDENT CONTRACTOR STATUS 18 CHOICE OF LAW 18 BREACH OF CONTRACT 18 NO PERSONAL LIABILITY 18 CLAIMS 18 NON-DISCRIMINATION 18 LOCAL PURCHASING PREFERENCE 19 ASSIGNMENT AND SUCCESSORS 19 HEADINGS 19 MODIFICATION OR AMENDMENT - 19 INCENTIVE/DISINCENTIVES PROVISION 19 SUPERPAVE HOT MIX ASPHALT (HMA) MIXTURES 20 AGGREGATE BASE COURSE, TYPE B, 4" 30 BITUMINOUS MATERIALS (PRIME COAT), SS-1, MC-30 30- PREPARATION OF BASE 30 INCIDENTAL BITUMINOUS SURFACING 31 PAVEMENT REMOVAL 32 UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA-1, 100%CRUSHED STONE 32 COMBINATION CURB AND GUTTER REMOVAL 33 COMBINATION CONCRETE CURB AND GUTTER 34 SIDEWALK REMOVAL AND MONOLITHIC SIDEWALK REMOVAL 34 PORTLAND CEMENT CONCRETE SIDEWALK, 5° 35 MONOLITHIC SIDEWALK 37 DETECTABLE WARNINGS 37 DRIVEWAY PAVEMENT REMOVAL 37 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT—6" 38 STRUCTURE ADJUSTMENTS 39 TEMPORARY RAMPS 41 STRUCTURE TO BE CLEANED (NOT ADJUSTED OR RECONSTRUCTED) 41 PORTLAND CEMENT CONCRETE RETAINING WALLS 42 11 Page Numbers PORTLAND CEMENT CONCRETE STEPS 42 REMOVE AND REPLACE RETAINING WALLS 42 REMOVE AND REPLACE BRICK PAVERS 43 EARTH EXCAVATION 43 SODDING AND SUPPLEMENTAL WATERING 43 DUST CONTROL—MECHANICAL SWEEPING 44 DUST CONTROL—WATERING WITH CALCIUM CHLORIDE 44 TRAFFIC CONTROL& PROTECTION 45 STANDARDS (ORDER OF PRECEDENCE) 46 SELECTED GRANULAR BACKFILL 46 FOUNDATION MATERIAL 47 WATER MAIN 47 WATER BOXES TO BE ADJUSTED 48 DUCTILE IRON FITTINGS 48 POLYETHYLENE WRAP 48 VALVES AND VAULTS 49 FIRE HYDRANT, COMPLETE 49 FIRE HYDRANTS TO BE ADJUSTED 50 FIRE.HYDRANTS TO BE REMOVED 50 FIRE HYDRANTS TO BE RELOCATED 50 PRESSURE CONNECTION 51 CUT-IN CONNECTION 51 EXISTING WATER MAIN ABANDONMENT 51 WATER SERVICES 52 WATER SAMPLING STATION. 52 DISINFECTION 52 EXPLORATORY TRENCH 53 MANHOLES TO BE ABANDONED 53 STORM SEWER CONSTRUCTION 54 4'X 7.5' BOX MANHOLE 55 STORM SEWER ABANDONMENT 55 SANITARY SERVICE CONNECTIONS (DUCTILE IRON PIPE, 6"OR 8° SANITARY) 56 CURED IN PLACE PIPE LINER 56 TYPE A SANITARY MANHOLE 60 SANITARY SEWER CONSTRUCTION 60 SOIL CERTIFICATION 62 CONTAMINATED WASTE DISPOSAL 62 WATER MAIN PARTS- SPECIFICATIONS 64 HYDROSTATIC PRESSURE TESTING PROCEDURE 66 12 CITY OF ELGIN COOK & KANE COUNTY, ILLINOIS SPECIAL PROVISIONS This project shall be completed in the manner, amount and location as set forth in the Contract, Request for proposals or Bid Documents, as well as the Illinois Highway Code's"Standard Specifications for Road and Bridge Construction", the special provisions attached hereto and expressly made a part thereof as well as all documents or exhibits attached hereto preferred to by any of the above listed documents including but not limited to drawings, specifications or sketches of the project. The following special provisions supplement the"Standard Specifications for Water and Sewer Main Construction in Illinois", Sixth Edition, adopted in July 2009, the"Standard Specifications for Road and Bridge Construction", adopted January 1, 2012, the latest edition of the Illinois Manual on "Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids, and the "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein which apply to and govern the proposed improvement designated as 2013 Street Rehabilitation - .Union/Sheridan and in case of conflict with any part or parts of said specifications, the said Special Provisions shall take precedence and shall govern. Inclusive of the General Contractor and the Subcontractors, an English-speaking foreman shall be present on the job site at all times. PREQUALIFICATION OF BIDDERS In accordance with Article 102.01 of the Standard Specifications and Recurring Special Provision LRS 6 (adopted January 1, 2012), prequalification by IDOT will be required of all bidders on this project. The City may choose to.waive this requirement if, in the City's determination, the contractor has demonstrated the ability to perform work of a similar nature and scope to that set forth in this contract. SUBCONTRACTOR APPROVAL Prior to awarding the contract to the lowest qualified bidder, the selected general contractor must submit a list of all subcontractors and material suppliers for approval by the City of Elgin's Engineering Division. The City reserves the right to reject any subcontractor or material supplier for any reason. This same requirement applies to any subcontractor or material supplier being substituted by another after construction has started. CONSTRUCTION SCHEDULING All improvements covered by this contract shall be completed by September 27, 2013 (if Base Bid awarded) or October 25, 2013 (if Alternate Bid awarded). All "punch list" items shall be completed by October 11, 2013 (if-Base Bid awarded) or November 8, 2013 (if Alternate Bid awarded). Liquidated damages, as outlined in the "Standard Specifications for Road and Bridge Construction," latest edition, will be assessed if the contract completion date is exceeded without authorized extensions. Any additional construction requirements for hot and/or inclement weather conditions shall be included in the cost of the contract. The contractor shall submit final waivers, a final invoice, and request final payment and acceptance of the improvements within 60 days from the completion of all work. Failure to do so will result in the City processing the final payment based on project quantities developed by the Engineer. Any claims for additional contract time and costs will be waived if the above schedule is not met. SUBMISSION FOR PAYMENT An Accounts Payable Schedule is included with this contract. Payments to the contractor will be subject to this schedule. Requests for payment shall be submitted to the Engineer at least 2 days prior to the "Paperwork to Purchasing by" date. 13 DRIVEWAY, SIDEWALK ACCESS, WATER SERVICES, & STAGING Driveway access must be provided at all times with the exception of forming, pouring and cure time for the various concrete items. The contractor, at his expense, shall deliver a letter to all affected addresses a minimum of 12 hours, maximum 24 hours, in advance of closing or limiting access to driveways so resident vehicles can be removed. Access to sidewalks at cross walks and to homes and/or businesses shall be provided when deemed necessary by the engineer. At no time shall the access for individual driveway be interrupted for more than a total of ten calendar days. The cost of the aggregate used to provide temporary access shall be included in the cost of the contract. Work activity shall be limited to one side of the street at a time. If the contractor desires to work both sides of the street at a time, he must submit a written request to the Engineer. The request should demonstrate that adequate parking can be provided for those individuals not having access to their driveways. The Engineer will respond back in writing. In addition, the contractor, at his expense, shall deliver a letter to all affected addresses a minimum of 24 hours, maximum 48 hours, in advance of transferring the affected addresses to the new water main. At no time shall any affected address be without water except during cut-in connections to the existing water main. HOLIDAY ACCESS The contractor shall, in an effort to minimize the inconvenience of residents and business owners, ensure that driveway access is provided to every business and residence from 3:00 pm on the Friday through 7:00 am the day after the following holidays: Easter, Mothers Day, Memorial Day, Fathers Day, Fourth of July and Labor Day. The sole exception to this will be to allow for cure time on concrete poured prior to 3:00 p.m. on that Friday. Any gravel or other labor and material required for providing this access shall be included in the price of the contract and shall not be considered for payment. RIGHT-OF-WAY RESTRICTIONS No construction equipment, materials or contractors' vehicles shall be placed or driven on the`TREE BANKS" OR"PARKWAYS"without written authorization from the Engineer. For example, concrete trucks have to be equipped with enough chutes so that it is NOT necessary to drive over the tree bank area to reach the item being poured. Failure to comply with this item will result in job suspension until the Engineer receives acceptable documentation that the Contractor agrees to restore the area in question at their expense, and that they specify the steps that will be implemented to insure it will not happen again. J.U.L:LE. The Contractor shall notify J.U.L.I.E. (1-800-892-0123), and the City of Elgin Public Works (847-697-3160) for utility locations at least 48 hours prior to a construction start. USE OF FIRE HYDRANTS If the Contractor desires to use water from hydrants, he shall contact the City s water department and request a water meter. All water drawn from the City's water supply shall be metered, and drawn only from those hydrants approved for use by the City. A policy is included with this contract outlining the City's meter request and water usage fees. 14 PORTLAND CEMENT CONCRETE TESTING All concrete used in this contract shall comply with the appropriate articles within this specification. The contractor will be directed by the Engineer to prepare cylinders for testing purposes on a daily basis when concrete is being poured. These cylinders will be made each time to test one 7-day break, and two 14-day breaks. After the cylinders have sat on the jobsite for 24 hours, the contractor shall transport them to the Public Works Facility at 1900 Holmes Road and deposit them into a water-filled, temperature controlled tanks. Cylinders made from trucks not selected by the Engineer, will not be accepted. Any concrete not reaching the 14-day strength requirement prescribed by these specifications will be rejected. All rejected concrete will be replaced by the contractor. Coring, or any other means of testing besides the prepared cylinders WILL NOT be an option to further test the concrete as these additional tests would not represent the 14-day strength of the concrete. CONSTRUCTION STAKING AND MARKING Construction staking and marking is the responsibility of the Contractor and shall conform to article 105.09 of the Standard Specifications. The City will provide survey/project control points. The Contractor shall set all construction information stakes that mark the location, alignment, elevation and grade of the work. Requests for control information must be made 48 hours prior to the date needed. EXISTING UTILITIES The Contractor shall exercise special care when working around existing utilities. The Contractor is responsible for, and shall repair any damage to existing utilities at no additional cost to the Owner. CONFINED SPACE ENTRY The Contractor performing the work outlined in this contract must follow the guidelines as set forth by OSHA and the City of Elgin for Confined Space Entry. VANDALISM Any work (finished concrete, asphalt;etc.) which has been vandalized, will be REPLACED, not repaired, by the Contractor at their expense. It is recommended by the City of Elgin that the Contractor finish a normal days' concrete pour by 2:00 P.M. to allow the concrete to set up before the crew leaves the job. INSPECTION SCHEDULING The Contractor shall inform the Engineer 24 hours in advance of when they desire to work weekends and holidays. Failure to notify may result in non-acceptance of any work performed during this period. EQUIPMENT STORAGE No permission shall be granted for the Contractor or sub-contractors to store equipment, materials or employee's cars on City of Elgin property. Equipment can be parked on City streets during the day and overnight provided that the intersections and driveways are open and clear to traffic. The Engineer reserves the right to have the contractor move equipment if a hazard exists. Any vandalism to equipment or materials shall be the Contractor's responsibility.and no fault of the City of Elgin. Materials may not be stockpiled overnight on the jobsite unless receiving verbal permission from the Engineer. PROJECT SIGN The contractor shall install two city furnished signs. The size of these signs is roughly 4'x8'. The signs are to be installed in manner to be determined by the Engineer. The cost of installing and maintaining this sign shall be included in the cost of the project. 15 BENCHMARK MONUMENT - USGS DATUM The contractor shall install a USGS survey marker at a location to be determined by the Engineer. This marker is to conform to USGS standards for a permanent marker as set forth in the exhibits. This item shall include all labor and material necessary to construct and establish this marker to USGS standards. The benchmark shall conform to the detail included in the plans and/or specifications and shall be Type 11 as shown on the detail. Additionally, the language for the marker shall be provided to the Contractor prior to fabrication. Contractor shall receive written approval of the language on the benchmark after fabrication and prior to installation. Payment for this item will be processed when the City receives documentation declaring that the Benchmark Monument conforms to USGS datum for established elevation. HOUSEKEEPING Equipment (shovel, form boards, tarps, etc.) shall not lay abandoned for a period of more than 24 hours. The jobsite shall be maintained with a neat and orderly appearance. The Contractor will be required to relocate or remove and replace all road signs which interfere with construction operations and to temporarily reset all such signs during construction operations. This work will be included in the cost of the contract. The loss or damage to any City of Elgin signs or post supports by the Contractor or Sub-Contractor's work shall result in a penalty deduction of$200 per sign, from the contract amount. The Contractor shall.backfill with topsoil along all newly poured concrete (curbs, sidewalk, monolithic walk; retaining walls, drives, and drive approaches) within ten (10) calendar days of pour. Failure to do so will result in a deduction of$500 per day from the associated pay item (i.e. $500 per day from sidewalk quantity when area adjacent to new walk is not backfilled). Failure to backf ill along new concrete within the allotted 10 days shall also result in the quantity of new concrete items not backfilled being withheld from pay estimates until they have been backfilled to the satisfaction of the Engineer. All crosswalks are to be accessible throughout construction. When curb and/or side walk is removed, temporary stone shall be placed to allow pedestrian traff ic access across the curb opening and a stone ramp to new or existing concrete walk. This temporary stone shall be included in the price of the associated concrete items and its installation and removal shall not be considered for separate payment. Access shall only be interrupted for the placing of form boards and the actual concrete pour. Failure to provide this access shall result in a deduction of$500 per day per location of inaccessible cross walks. This deduction shall come from the associated concrete pay items. Prior to backfilling along new concrete, any affected areas adjacent to newly poured concrete shall be protected with Type II barricades at each end, at drive.approaches, and spaced at 25' intervals at ALL locations where the difference in grade along the concrete is greater than 2". MISCELLANEOUS ADDITIONS TO PROJECT AT CITY'S DISCRETION Description of Work This item is to provide for adequate budget to cover items not specifically included in the contract prior to the bidding process. Construction Requirements All work shall conform to appropriate articles of the Standard Specifications, City ordinances, city details and specifications that are considered industry standards or standards set forth by a governing body(i.e. FRWRD, MUTCD, etc.) for the furnishing, fabrication, installation or removal of the included items. Materials 16 All furnished material shall conform to appropriate articles of the Standard Specifications, City ordinances, city details and specifications that are considered industry standards or standards set forth by a governing body(i.e. FRWRD, MUTCD, etc.) for the furnishing, fabrication, installation or removal of the included items. Disposal of Material & Safety All materials resulting from this extra work shall be disposed of at he contractor's expense, outside the limits of the job, at locations acceptable to the Engineer and in accordance with Section 107.01 of the Standard Specifications, as amended by Public Act 90-761. A sample of the required load ticket is included in this contract. Method of Measurement This item shall be measured for payment in the appropriate dimensions for the work performed. Basis of Payment The Contractor will include in his bid a sum of$75,000.00 for miscellaneous additions to the project at the City's Discretion. Only additional work, not covered by existing Pay Items, indicated on the Drawings or in the Project Specifications will be eligible for payment under the Cash Allowance. Additional work may consist of items such as additional connection to an existing water service of an odd size, or handrail installation, or other construction that may be deemed necessary by the City to add to the project. GUARANTEE All work performed shall be guaranteed for a period of one year after completion of the project. No extra compensation will be permitted for this guarantee. PROTECTION AND RESTORATION OF PROPERTY The Contractor shall take all necessary precautions for the protection of public and private property. This shall include the location and identification of property markers prior to and during construction. The Contractor is responsible for the damage or destruction of property resulting from neglect, misconduct or omission in his manner or method of execution or non-execution of the work, or caused by defective work or the use of unsatisfactory materials and such responsibility shall not be released until the work has been completed and accepted and the requirements of these specifications complied with. Whenever public or private property is so damaged or destroyed,the contractor shall, at their expense, restore such property to a condition equal to that which existed prior to such damage or injury by repairing rebuilding or replacing it as may be directed, or he shall otherwise make good such damage or destruction in an acceptable manner. If he fails to do so, the City will withhold any payouts toward completed work until arrangements are made to correct any damage as described above. PREVAILING WAGE RATE All work under this contract shall comply with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. Copies of the Prevailing Wage Rates are included in this Contract. COMPLIANCE WITH LAWS Notwithstanding any other provision of this CONTRACT it is expressly agreed and understood that in connection with the performance of this CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. CONTRACTOR shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this CONTRACT. 17 WAIVER OF PUBLIC CONSTRUCTION CONTRACT ACT Bidder(Bid Package) or Contractor(Agreement) represents he has made a reasonable inspection of the construction site and hereby voluntarily waives the incorporation of the provisions of 30 ILCS 557/1 et seq. and represents that the negotiated contract price is the ole consideration for the construction of the improvement described in this contract. Further, the City of Elgin shall not be liable to the Contractor for any amount of money over the negotiated contract price. SEVERABILITY The terms of this agreement shall be severable. In the event any of the terms or provisions of this agreement are deemed to be void or otherwise unenforceable for any reason, the remainder of this agreement shall remain in full force and effect. INDEPENDENT CONTRACTOR STATUS This agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between parties. CHOICE OF LAW This agreement shall be subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois. BREACH OF CONTRACT If either party breaches any of the terms of this Agreement, and falls within fifteen.(15) days after notice thereof by the non-breaching party to comply with the terms of this Agreement, the non-breaching party may terminate this Agreement. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually:liable under any term or provision of this Agreement because of their execution, approval or attempted execution of this Agreement. CLAIMS The contractor agrees that any claims against the contractor and/or the City shall be properly forwarded to the Contractor's insurance company for their appropriate resolution of said clams. Unresolved claims may affect/delay final payment. NON-DISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, or the presence of any disability, unless based upon a bona fide occupational qualification. This requirement shall apply, but not be limited to: Employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any disability. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 18 LOCAL PURCHASING PREFERENCE Bids from responsible and responsive local businesses that do not exceed the lowest bid price from a responsive and responsible non-local business by more than two percent (2%) but no more than $500 for contracts of$25,000 or less or by more than one percent (1%) but no more than $2,500 for contracts in excess of$25,000 shall be awarded to the local businesses. A local business is a business authorized to do business under the laws of the City of Elgin, a business with its principal place of business located within the corporate limits of the City of Elgin, which has the majority of its regular, full-time workforce located within the City of Elgin and is subject to City of Elgin taxes including, but not limited to, sales taxes. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. HEADINGS - The headings of the several paragraphs of the Agreement are inserted only as a matter of convenience and for reference, and are in no way intended to define, limit or describe the scope or intent of any provision of this Agreement; nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. MODIFICATION OR AMENDMENT This Agreement, the documents it incorporates and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing.herein or in a duly executed amendment hereof, or change order as herein provided. Notwithstanding anything to the contrary provided herein, any change to the total contract price, including but not limited to a change in any quantities hereunder, shall constitute:and necessitate a change order. All Change orders shall be in writing and shall be submitted to the City council for the City of Elgin for authorization. INCENTIVESMISINCENTIVES PROVISION It is the intent of the City of Elgin that this project will be split into four separate phases. Each phase will have a separate Substantial Completion Date that must be met (with the exception of Phase IV;the completion dates for Phase IV are as shown below). Substantial Completion shall be defined all water, storm sewer, sanitary sewer, concrete work and roadway work through the binder course being completed by the date specified for that phase. In addition, the sodding for phase I must be completed prior to the Phase I Substantial Completion Date, and the sodding for Phase II shall be completed prior to the Phase III Substantial Completion Date. The Completion Date for Phase IV(all final restoration, surface course placement, sodding, signage and other outstanding items) shall be considered to be the contract Completion Date. There is no incentive provision for final contract completion (Phase IV), however liquidated damages will apply as stipulated in the executed contract in the event that the Phase IV work is not completed by the various completion dates. The phases and all corresponding substantial completion dates are as follows: 19 PHASE (COMPLETION REQUIREMENT) SUBSTANTIAL (OR AS OTHERWISE NOTED) COMPLETION DATE PHASE I (SUBSTANTIAL COMPLETION) JUNE 28, 2013 PHASE II (SUBSTANTIAL COMPLETION) AUGUST 9, 2013 PHASE III (SUBSTANTIAL COMPLETION) SEPTEMBER 20, 2013 PHASE IV (PAVING COMPLETED) OCTOBER 4, 2013 PHASE IV (100% PROJECT COMPLETION) OCTOBER 25, 2013 Should the Contractor fail to meet a substantial completion date, all work being performed in any of the other phases will be suspended unless written authorization from the Engineer has been received. Prior to the suspension of work, the Contractor shall inform the Engineer as to any work items underway that may create hazardous situations in the area of suspension that need to be addressed prior to the suspension. The suspension will be removed when Substantial Completion has been obtained for the phase in question. The Contractor shall be granted a one (1) week grace period to get the phase in question to the substantial completion point. If at the end of the grace period, substantial completion for the phase in question has not been attained, work in all other phases will continue to be suspended and liquidated damages in the amount of $2,000 per calendar day will begin to be assessed until such time as Substantial Completion has been attained as determined by the Engineer. Liquidated damages will not be assessed for delays in attaining substantial completion that are beyond the Contractor's control (severe weather, utility conflicts, etc.). However, any requests for extensions to the Substantial Completion date for each phase must be submitted in writing to the Engineer and must be approved in writing by the Engineer. The Contractor shall not be entitled to any compensation for time lost as a result of such a suspension in work. If the Contractor should attain substantial completion for a particular phase in advance of the Substantial Completion date, the Contractor shall be entitled to an "Early Completion Bonus" equal to$1,000.00 per Working Day up to a maximum bonus of$10,000.00 per phase. The Engineer shall determine when the Contractor has obtained Substantial Completion as well as the number of Working Days that are eligible for consideration in determining the amount of the "Early Completion Bonus"that the Contractor has earned. Should the Contractor request and get an approved extension on the Substantial Completion date for a phase, the Contractor shall not be eligible for any bonus for meeting the extended date. Any additional construction requirements for hot and/or inclement weather conditions shall be included in the cost of the contract. The contractor shall submit final waivers, a final invoice, and request final payment and acceptance of the improvements within 60 days.from the completion of all work. Failure to do so will result in the City processing the final payment based on project quantities developed by the Engineering Inspector. Any claims for additional contract time and costs will be waived if the above schedule is not met. SUPERPAVE HOT MIX ASPHALT (HMA) MIXTURES Description of Work This special provision establishes and describes the responsibilities of the Contractor in designing, producing, and constructing Superpave HMA mixtures using Illinois Modified Strategic Highway Research Program (SHRP) Superpave criteria. This work shall be according to Section 1030 of the Standard Specifications, except as follows. 20 For simplicity of text, the following HMA nomenclature applies to this Section. High ESAL IL-25.0 binder, IL-19.0 binder IL— 12.5 surface. IL 9.5 surface Low ESAL IL-19.OL binder, IL-9.5L surface All Other Stabilized Subase (HMA), HMA Shoulders, HMA Bituminous Base Course Materials (a) Fine Aggregate Blend Requirement. The Contractor may be required to provide FA 20 manufactured sand to meet the design requirements. For mixtures with Ndesign>_90, at least 50 percent of the required fine aggregate fraction shall consist of either stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation. (b) Reclaimed Asphalt Pavement (RAP). If the Contractor is allowed to use more than 15 percent RAP, as specified in the plans, a softer PG binder may be required, as determined by the Engineer. (c) Bituminous Material. The asphalt cement shall be performance-graded (PG) or modified performance-graded meeting the requirements of Article 1032.05 of the Standard Specifications for the grade specified on the plans. The following additional guidelines shall be used if a polymer modified asphalt or Ground.Tire Rubber(GTR) is specified: a. The polymer modified asphalt cement shall be shipped, maintained, and stored at the mix plant according to the manufacturer's requirements. Polymer modified asphalt cement shall be placed in an empty tank and shall not be blended with other asphalt cements. b. The mixture shall be designed using a mixing temperature of 163±3°C (325±5°F).and a gyratory compaction temperature of 152±3°C (305±5° F) c. Pneumatic-tired rollers will not be allowed unless otherwise specified by the Engineer. A vibratory roller meeting the requirements of Article 406.07 of the Standard Specifications shall be required in the absence of pneumatic-tired roller. d. A-manufacturer's representative from the polymer asphalt cement producer shall be present during each polymer mixture start-up and shall be available at all times during production and lay-down of the mix. Laboratory Equipment (a) Superpave Gyratory Compactor. The Superpave gyratory compactor(SGC) shall be used for all testing. (b) Ignition Oven. The ignition oven shall be used to determine the AC content. The ignition oven shall also be used to recover aggregates for all.required washed gradations. The Engineer may waive the ignition oven requirement for AC content if the aggregates to be used are known to have ignition AC content calibration factors which exceed 1.5 percent. If the ignition oven requirement is waived, other Department approved methods shall be used to determine the AC content. Mixture Design. The Contractor shall submit mix designs, for approval, for each required mixture. Mix designs shall be developed by Level III personnel who have successfully completed the course, "Superpave-Mix Design Upgrade". Articles 1030.04 and 406.13 of the Standard Specifications shall not apply. The Mixtures shall be designed according to the respective Illinois Modified AASHTO references .listed below. AASHTO M 323 Standard Specification for Superpave Volumetric Mix Design AASHTO R 30 Standard Practice for Mixture Conditioning of Hot Mix Asphalt (HMA) 21 AASHTO R 35 Standard Practice for Superpave Volumetric Design for Compacted Hot Mix Asphalt (HMA) AASHTO T 209 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures AASHTO T 312 Preparing and Determining the Density of Hot Mix Asphalt(HMA) Specimens by Means of the SHRP Gyratory Compactor AASHTO T 308 Determining the Asphalt Content of Hot Mix Asphalt (HMA) by the Ignition Method (a) Mixture Composition. The ingredients of the bituminous mixture shall be combined in such proportions as to produce a mixture conforming to the composition limits by weight. The gradation mixture specified on the plans shall produce a mixture falling within the limits specified in Table 1. TABLE 1. MIXTURE COMPOSITION % PASSING)'/ Sieve IL-25.0 mm IL-19.0 mm IL-12.5 MMU IL-9.5 mm Size Min Max Min Max Min Max Min Max 37.5 mm 100 1 Y2 in. 25 mm 90 100 100 1 in. 19 mm 90 82 100 100 3/4 in. 12.5 mm'/2 in. 45 75 50 85 90 100 100 9.5 mm 3/8 in. 89 90 100 #45" ?j mm 24 4224 50v 28 65 28 65 � 2.36 mm.3 16 31 16 36 28 4831 28 483/ 1.18 mm 10 22 10 25 10 32 10 32 #16 600 pm #30 300 Nm 4 12 4 12 4 15 4 15 #50 150 Nm 3 9 3 9 3 10 3 10 #100 75 pm 3 6 3 6 4 6 4 6 #200 1/ Based on Percent of total aggregate weight 2/ The mixture compositions shall not exceed 40 percent passing the 4.75 mm (#4) sieve for binder courses with Ndesign>_ 90. 3/ The mixture composition shall not exceed 40 percent passing the 2.36 m mm (#8) sieve for surface courses with Ndesign >_9.0. 4/ The mixture composition for surface courses shall be according to IL-12.5 mm or IL-9.5 mm, unless otherwise specified by the Engineer. One of the above gradations shall be used for leveling binder as specified in the plans and according to Article 1030.04 of the Standard Specifications. 22 It is recommended that the selected combined aggregate gradation not pass through the restricted zones specified in Illinois Modified AASHTO MP 323 (b) DusYAC Ratio for Superpave. The ratio of material passing the 75 µm (#200) sieve to total asphalt cement shall not exceed 1.0 for mixture design (based on total weight of mixture). (c) Volumetric Requirements. The target value for the air voids of the hot mix asphalt(HMA) shall be 4.0 percent at.the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix and shall conform to the requirements listed in Table 2. TABLE 2. VOLUMETRIC REQUIREMENTS Voids in the Mineral Aggregate Voids Filled (VMA), with %minimum Asphalt Ndesign IL-25.0 IL-19.0 IL-12.5 IL-9.5 (VFA), % 50 65-78 90 12.0 13.0 14.0 15 65-75 105 TABLE 2. VOLUMETRIC REQUIREMENTS Low ESAL Mixture Design Voids in the Voids Filled Composition Compactive Design Mineral Agg. with Asphalt Effort Air Voids (VMA),%, (VFA), IL 9.51- Ndesign =30 3.0 14.0 70-80 IL 19.OL Ndesign =30 4.0 13.0 NA TABLE. VOLUMETRIC REQUIREMENTS All Other Mixture Composition Compactive Effort Design Air Voids,Target Design HMA Shoulder Ndesign =30 2.0% HMA Bituminous Base Ndesign =50 2.0% Course (d) Determination of Need for Anti-Stripping Additive. The mixture designer shall determine if an additive is needed in the mix to prevent stripping. The determination will be made on the basis of tests performed according to Illinois Modified T 283 using 4 in. Marshall bricks. To be considered acceptable by the Department as a mixture not susceptible to stripping, the ration of conditioned to unconditioned split tensile strength ratios (TSRs) shall be equal to or greater than 0.75. Mixtures, either with or without an additive, with TSRs less than 0.75 will be considered unacceptable. If it is determined that an additive is required, the additive may be hydrated lime, slaked 23 quicklime, or a liquid additive, at the Contractor's option. The liquid additive shall be selected from the Department's list of approved additives and may be limited to those which have exhibited satisfactory performance in similar mixes. Dry hydrated lime shall be added at a rate of 1.0 to 1.5 percent by weight of total dry aggregate. Slurry shall be added in such quantity as to provide the required amount of hydrated lime solids by weight of total dry aggregate. The exact rate of application for all anti-stripping additives will be determined by the Department. The method of application shall be according to Article 1102.01(a)(11) of the Standard Specifications. Personnel. The Level 2 Technician shall have successfully completed the Department's "Superpave Field Control Course". Required Plant Tests. Testing shall be conducted to control the production of the bituminous mixture. The Contractor shall use the test methods identified to perform the following mixture tests at a frequency not less than that indicated in Table 3. TABLE 3. REQUIRED PLANT TESTS FOR SUPERPAVE Parameter Frequency of Tests Test Method Asphalt Content by Ignition Oven 1 per 1500 Tons, not to Illinois Modified exceed one per day AASHTO T 308 Bulk Specific Gravity Illinois Modified Air Voids of Gyratory Sample 1 per 1500 Tons, not to AASHTO TP 4 e Maximum Specific exceed one per day Illinois Modified Gravity of Mixture AASHTO T 209 During production, the ratio of minus 75 pm (#200) sieve material to total asphalt cement shall be not less than 0.6, or more than 1.2, and the moisture content of the mixture at discharge from the mixer shall not exceed 0.5 percent. If at anytime the ratio of minus 75 pm (#200) material to asphalt or moisture content of the mixture falls outside the stated limits, production of the mix shall cease. The cause shall be determined and corrective action satisfactory to the Engineer shall be initiated prior to resuming production. During production, mixture containing an anti-stripping additive will be tested by the Department for stripping according to Illinois Modified T283. If the mixture fails to meet the TSR criteria for acceptance , no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria., Control Charts/Limits. Control charts/limits shall be according to QC/QA Class I Requirements, except density shall be plotted on the control charts within the following control limits: TABLE 4. DENSITY CONTROL LIMITS Mixture Parameter Individual Test Composition IL-9.5, IL- Ndesign 92.0-96.0% 12.5 >_90 1L-9.5, IL- Ndesign 92.5-97.4% 12.5 >_90 IL-19.0, IL- Ndesign 93.0—96.0% 25.0 >90 IL-19.0, IL- Ndesign 93.0—97.4% 25.0 >90 Construction Equipment: All equipment shall be according to 406.03 of the Standard Specifications 24 Construction Requirements: All HMA Bituminous Base Course shall be placed according to Sections 355.05 through 355.09 of the Standard Specifications. All HMA binder course and HMA surface course shall be placed according to 406.04 through 406.10 of the Standard Specifications. Method of Measurement. On full-depth pavement projects, this work will be measured in place, and the quantity for payment will be computed in square meters (square yards) of the thickness specified. The width of measurement shall be the top width of the HMA course as shown on the plans. On resurfacing projects, this work will be measured for payment in metric tons (tons) according to 406.13 of the Standard Specifications. Basis of Payment. On full-depth pavement projects, this work will be paid for at the contract unit price per square meter(square yard) for HMA PAVEMENT, (FULL-DEPTH), SUPERPAVE, and HMA BITUMINOUS BASE COURSE as specified in the plans. _ On resurfacing projects in which polymer modifiers are not required, this work will be paid for at the contract unit price per metric ton (ton) for HMA SURFACE COURSE, of the friction aggregate mixture and Ndesign specified, LEVELING BINDER (HAND METHOD), of the Ndesign specified, LEVELING BINDER (MACHINE METHOD), of the Ndesign specified, and HMA BINDER COURSE, of the mixture composition and Ndesign specified. On resurfacing projects in which polymer modifiers are required, this work will be paid for at the contract unit price per metric ton (ton) for POLYMERIZED HMA SURFACE COURSE, of the friction aggregate mixture and Ndesign specified, POLYMERIZED LEVELING BINDER (HAND METHOD), of the Ndesign specified, POLYMERIZED LEVELING BINDER (MACHINE METHOD), of the Ndesign specified, and POLYMERIZED HMA BINDER COURSE, of the mixture composition and Ndesign specified RECLAIMED ASPHALT PAVEMENT(RAP) Effective: January 1, 2007 Revised: January 2, 2007 Revise Article 1031 to read: 1031.01 RAP Materials. RAP is reclaimed asphalt pavement resulting from cold milling or crushing of an existing dense graded hot-mix asphalt (HMA) pavement. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state or local agency jurisdiction. (a) Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. No additional RAP will be allowed on top of the pile after the pile has been sealed. i. Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class I/Superpave, or equivalent mixtures only and represent the same aggregate quality, but shall be at least C.quality or better,the same type of crushed aggregate (crushed natural aggregate, ACBF slag, or steel slag), similar gradation and similar AC content. If approved by the Engineer, combined single pass surfacelbinder millings may be considered "homogeneous", with a quality rating dictated by the lowest coarse aggregate quality present in the mixture. Homogenous stockpiles shall meet the requirements of Article 1031.07. Homogeneous RAP stockpiles not meeting these requirements maybe processed (crushing and screening) and retested. ii. Conglomerate 5/8. Conglomerate 5/8 RAP stockpiles shall consist of RAP from Class I/Superpave (High ESAL), HMA (High ESAL), or equivalent mixtures. The coarse aggregate in this RAP shall be crushed aggregate only and may represent more than one aggregate type and/or quality but shall be at least C quality or better. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate 5/8 RAP shall be processed prior to testing by crushing to where all RAP shall pass the 5/8 in.(16 mm) or smaller screen. Conglomerate 5/8 RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. 25 iii. Conglomerate 3/8. Conglomerate 3/8 RAP stockpiles shall consist of RAP from Class I/Superpave (High ESAL), HMA (High ESAL), or equivalent mixtures. The coarse aggregate in this RAP shall be crushed aggregate only and may represent more than one aggregate type and/or quality but shall be at least C quality or better. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate 3/8 RAP shall be processed prior to testing by crushing to where all RAP shall pass the 3/8 in.(9.5 mm) or smaller screen. Conglomerate 3/8 RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. iv. Conglomerate "D" Quality(DO). Conglomerate DO RAP stockpiles shall consist of RAP from Class I, Superpave (High or Low ESAL), HMA (High or Low ESAL), or equivalent mixtures. The coarse aggregate may be crushed or round but shall be at least D quality. This RAP may have an inconsistent gradation and/or asphalt binder content. Conglomerate DO RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. . v. Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Novi-Quality". "Non-Quality"RAP stockpiles shall not be used in any of the Department's bituminous mixtures. (b) Contaminants. RAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric,joint sealants, etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (c) Testing. All RAP shall be sampled and tested either during or after stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons)for the first 2,000 tons (1800 metric tons) and one sample per 2,000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4,000 tons (3600 metric tons). For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP pile either in-situ or by re- stockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Before extraction, each field sample shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken)to verify Contactor test results. In addition to the requirements above, conglomerate 3/8 RAP shall be tested for maximum theoretical specific gravity (Gmm) at a frequency of one sample per 500 tons (450.metric tons)for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles.less than 4000 tons (3600 metric tons). All of the extraction results shall be compiled and averaged for asphalt content and gradation. Individual extraction test results, when compared to the averages, will be accepted if within the tolerances listed below. 26 Parameter Homogeneous/ Conglomerate"D" Conglomerate Quality 25 mm (1 In.) ± 5% 12.5 mm (1/2 in.) ±8% ± 15% 4.75 mm (No. 4) ±6% ± 13% 2.36 mm (No. 8) ±5% 1.18 mm (No. 16) ± 15% 600 µm (No. 30) ±5% 75 µm (No. 200) ±2.0% ±4.0% Asphalt Binder ±0.4%'/ +-0.5% Gmm + 0.02%v 1/The tolerance for conglomerate 3/8 shall be±0.3%. 2/Applies only to conglomerate 3/8. When variation of the Gmm exceeds the±0.02% tolerance, a new conglomerate 3/8 stockpile shall be created which will also require an additional mix design. If more than 20 percent of the individual sieves are out of the gradation tolerances, or if more than 20 percent of the asphalt binder content test results fall outside the appropriate tolerances, the RAP shall not be allowed to be used in HMA unless the RAP representing the failing tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. With the approval of the Engineer, the ignition oven may substituted for extractions according to the Illinois Test Procedure, °Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt P Pavement (RAP)". (d) Quality. The quality of the RAP shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. i. RAP from Class I, Superpave (High ESAL, or HMA (High ESAL) surface mixtures are designated as containing Class B quality coarse aggregate. ii. RAP from Superpave (Low ESAL)/HMA (Low ESAL) IL-19.01- binder and IL-9.51-surface . mixtures are designated as Class D quality coarse aggregate. iii. RAP from Class I, Superpave (High ESAL), or HMA (High ESAL) binder mixtures, bituminous- base course mixtures, and bituminous base course widening mixtures are designated as containing Class C quality coarse aggregate. iv. RAP from bituminous stabilized subbase and BAM shoulders are designated as containing Class D quality coarse aggregate. (e) .Use. The allowable use of RAP stockpile shall be as follows: i. Coarse Aggregate Size. The coarse aggregate in all RAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. ii. Steel Slag Stockpiles. RAP stockpiles containing steel slag or other expansive material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) surface mixtures only. iii. Use in HMA Surface Mixtures (High and Low ESAL). RAP stockpiles for use in HMA surface iiilxtiire$ (High and LVVV ESAL) $hail be either hvii iigencvus or�viigi'J�iicra tc 3/8, in vv hiiii the coarse aggregate is Class B quality or better. 27 iv. Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. RAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be homogeneous, conglomerate 5/8, or conglomerate 3/8, in which the coarse aggregate is.Class C quality or better. v. Use in Shoulders and Subbase. RAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be homogeneous, conglomerate 5/8, conglomerate 3/8, or conglomerate DQ. vi. The use of RAP shall be a contractor's option when constructing HMA in all contracts.When the contractor chooses the RAP option, the percentage of RAP shall not exceed the amounts indicated in the table for a given N Design. Max RAP Percentage SUPERPAVE MIXTURES MAXIMUM % RAP 31 Ndesign Binder/Leveling Surface Polymer Modified Binder 30 30 30 10 50 25 15 10 70 15/25 10/ 15 10 90 10 10 10 Note 1: For HMA Shoulder and Stabilized Sub-Base (HMA) N-30, the amount of RAP shall not exceed 50%of the mixture. Note 2: Value of Max% RAP if 3/8 RAP is utilized. Note 3: When RAP exceeds 20%, the high & low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25% RAP would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). (f) Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP material meeting the above detailed requirements. RAP designs shall be submitted for volumetric verification. If additional RAP stockpiles are tested and found that no more than 20 percent of the results, as defined under"Testing" herein, are outside of the control tolerances set for the original RAP stockpile and HMA mix.design and meets all of the requirements herein,the additional RAP stockpiled may be used in the original mix design at the percent previously verified. (g) Production. The coarse aggregate in all RAP used shall be equal to or less than the nominal maximum size requirement for the bituminous mixture being produced. To remove or reduce agglomerated material, a scalping screen, crushing unit or comparable sizing device approved by the Engineer shall be used in the RAP feed system to remove or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer. If the RAP control tolerances or QC/QA test results require corrective action, the Contractor shall cease production of the mixture containing RAP and either switch to the virgin aggregate design or submit a new RAP design. When producing,mixtures containing conglomerate 3/8 RAP, a positive dust control system shall be utilized. HMA plants utilizing RAP shall be capable of automatically recording and printing the mixture proportions and asphalt binder content. The asphalt binder content as a percentage of the total mix shall be printed as well as the individual percentages of virgin asphalt binder and residual 28 asphalt binder from the RAP. Mixture Requirements THE FOLLOWING MIXTURE REQUIREMENTS ARE APPLICABLE FOR THIS PROJECT (4) (�1) Item AC Type Voids Max Allowed RAP% HMA Binder Course, PG 58-22 4.0% @ 30 Superpave, N30, IL-19.01- or Gyrations 30 (Low Esal) PG 52-28 HMA Surface, 3.0% @ 30 Superpave, N30, IL-9.51- PG 64-22 Gyrations 20 (Low Esal), Mix D PG 58-22 2.0% @ 50 Bituminous Base Course, Gyrations Superpave, N50, IL-19.0 P 50 PG 52-28 4.0% @ 50 HMA Binder Course, Superpave, N50, PG 64-22 Gyrations 25 IL-19.0 4.0% @ 50 HMA Surface, 4 Superpave PG 64-22 Gyrations 15 N50, IL-12.5, Mix D 4.0% @ 70 HMA Binder, Gyrations Superpave, PG 64-22 15 N70, IL-19.0 4.0% @ 70 HMA Surface, Superpave, N70, IL-12.5, PG 64-22 Gyrations 10 Mix D 4.0% @ 90 HMA Surface, SBS PG Gyrations Superpave, N90, IL-12.5 70-22 0 Mix F 4.0% @ 50 LEVELING BINDER PG64-22 Gyrations 15 (MACHINE METHOD) 4.0% @ 70 LEVELING BINDER PG64-22 Gyrations 10 (MACHINE METHOD) 29 (h) Aggregate Surf ace Course and Aggregate Shoulders. The use of RAP in aggregate surface course and aggregate shoulders shall be as follows. i. Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Other". The testing requirements of Article 1031.03 shall not apply. ii. Gradation. One hundred percent of the RAP material shall pass the 1 1/2 in. (37.5 mm) sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP material that is gap-graded or single sized will not be accepted." AGGREGATE BASE COURSE, TYPE B, 4" Description of Work This work shall comply with the appropriate Articles of Section 351 of the Standard Specifications. Materials Materials shall conform to Article 1004.04 of the Standard Specifications. Basis of Payment This work will be paid for at the contract unit price per ton for AGGREGATE BASE COURSE,TYPE B, 4°. BITUMINOUS MATERIALS (PRIME COAT), SS-1, MC-30 .Description of Work This work shall conform to the appropriate articles of Section 406.05b of the Standard Specifications. The prime coat shall be of the type specified, applied at a rate of 0.10—0.3 gallons per squre yard, except where otherwise directed by the Engineer. Aggregate placed immediately after the Prime Coat shall conform to Articles 406.05b and 1003 of the Standard Specifications, with the exception that prime shall NOT be placed more than 24 hours prior to paving. Placement of aggregate and aggregate costs shall be included in the cost of the contract. Basis of Payment This work will be paid for at the contract unit price per gallon for BITUMINOUS MATERIALS (PRIME COAT) SS-1, or BITUMINOUS MATERIALS (PRIME COAT) MC-30. PREPARATION OF BASE Description of Work This work shall consist of the cleaning, repair and preparation of the exposed base course, in accordance with the appropriate articles of Section 358 and Article 406 of the Standard Specifications. Cleaning Upon completion of the proposed grinding operations, all loose and defective material shall be removed from all holes, ruts or depressions in the exposed base. All excess crack filler and bituminous patches which contain an excess of bitumen or which are unstable in hot weather shall be removed. All bitumen shall be removed from expansion joints and cracks more than 1-1/2 inches wide. The Contractor shall perform this in the most economical manner practicable and as directed by the Engineer. All waste material accumulated during the pavement cleaning operations shall be removed at the close of each day's work and shall be disposed of outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the "Standard Specifications for Road and Bridge Construction"as amended by Public Act 90-761. A sample of the required load ticket is included in this contract. Repair I Prior to placing leveling binder or birder Bourse mixtures for multiple course construction and prior to placing surface Course mixture for single Course construction, all open cracks and open expansion joints 30 having a width of a '/z inch or more, all expansion joints and cracks that have been cleaned and street car track flangeways shall be filled completely with Mixture for Cracks, Joints, and Flangeways. The mixture shall be hand tamped in place with hand tools. At locations where heavy disintegration and deep spalling exist, the area shall be cleaned of all loose and unsound material with pneumatic tools, primed and filled with leveling binder. The leveling binder used in this area will be paid for at the contract unit price per ton for LEVELING BINDER (Hand Method). Where areas to be leveled are greater than 2 inches in depth, the leveling binder shall be placed and compacted in layers not exceeding a maximum depth of 2 inches. The total thickness of leveling binder placed in one day will be limited to 4 inches, unless otherwise directed by the Engineer. The leveling binder shall be placed at least 24 hours prior to placing the binder course. Any leveling binder exceeding 1-1/2 inches in thickness shall meet the density re-quirements of Article 406.07. This work shall be completed at least 24 hours prior to placing the first course of bituminous mixture. Preparation After the base course has been repaired and permitted to cure, it shall be cleaned by means of a mechanical sweeper, hand brooms, flushing with water or by other approved methods. Special care shall be taken to clean the surface of the base course adjacent to the edges, so that the full width of the surface to be treated will be clean. Method of Measurement The work in connection with the cleaning, repair and preparation of the exposed base, except for materials, will not be measured for payment. Additional material required for the repair of the exposed base will be measured as follows: IL-19.0 Bit Conc Bind Cse (Low ESAL), Superpave, N30 (or N50) by Ton Aggregate Base Course, Type B by Sq Yd Bituminous Materials (Prime Coat), SS-1 by Gal Basis of Payment The cost off work in connection with the cleaning, repair and preparation of the exposed base,except for materials, shall be included in the cost of the contract. Materials required for the exposed base will be paid for at the contract unity price for: Per TON for IL-19.0 BIT CONC BIND CSE (LOW ESAL), SUPERPAVE, N30 (OR N50) Per TON for HMA SURFACE COURSE (OF SPECIFIED MIX) Per SQ YD for AGGREGATE BASE COURSE, TYPE B Per Gal for BITUMINOUS MATERIALS (PRIME COAT) SS-1 INCIDENTAL BITUMINOUS SURFACING Description of Work This work shall be in accordance with Section 406 of the Standard Specifications. This item shall be used primarily for, but not limited to the repair of existing bituminous surfaces, such as drive approaches, driveways and parking lot entryways which are damaged due to normal construction-operations, not due to contractor negligence. This work shall normally take place at the end of construction after the surface course has been laid. Material shall be the same as used for the surface course. Basis of Payment This work shall be paid for at the contract unit price per ton for INCIDENTAL BITUMINOUS SURFACING. 31 PAVEMENT REMOVAL This work shall be performed in accordance with Section 440 of the Standard Specifications in the locations specified on the plans and as directed by the Engineer. Removal of existing pavement shall be considered complete upon removal of any bituminous surfaces and any aggregate base course for the placement of curb and gutter. Any removal below this level will not be paid for and shall be included in the cost of this pay item. All sawcuts made in order to remove the pavement shall be considered included in the cost of this pay item. Prior to final edge preparation in advance of surface course placement, the Contractor shall saw-cut behind the temporary transitions to a depth of at least two inches. The remaining material shall be removed to a depth to allow for the placement of the surface course. After removal of the temporary transition material, the contractor shall immediately place the surface course material, or shall provide temporary ramps with a material as approved by the Engineer prior to installation. When temporary ramps are necessary, they shall not be removed until immediately prior to surface course placement or as otherwise directed by the Engineer. When deemed necessary by the Engineer, "Bump"signs shall be placed at all transitions and temporary ramps This work shall be paid for at the Contract unit price per square yard for PAVEMENT REMOVAL, which shall include all labor, materials and equipment necessary to remove and dispose of the removed material. Pavement removal during utility installation is considered as part of the overall pavement removal and will not be paid for twice. UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA-1, 100 % CRUSHED STONE Description of Work This work shall comply with the appropriate Articles of Section 207 of the Standard Specifications. Materials Material shall conform to the appropriate articles of Section 1004.01. Only crushed stone (CA-1)shall be permitted. Description of Work This work.shall consist of completely removing any unsuitable base or sub-base material as directed by the Engineer, and replacing it with CA-1, 100%crushed stone. After excavation of unsuitable material and prior to stone placement, the sub base shall be compacted by means of a vibratory mechanism. The stone is then to be compacted by similar means. After placing and rolling the stone, the area shall either be paved with binder or have CLASS "C° CONCRETE PATCH immediately placed over the top of the affected area. The contractor shall not remove any more unsuitable material than can be replaced with stone and covered during that work day. Disposal of Material All material resulting from the removal of Unsuitable Materials shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the"Standard Specifications for Road and Bridge Construction" as amended by Public Act 90- 761. A sample of the required load ticket is included in this contract. Basis of Payment This work will be paid for at the contract unit price per ton for UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, 100% CRUSHED STONE, which price shall be payment in full for all work required to complete the work as described herein. 32 COMBINATION CURB AND GUTTER REMOVAL Description of Work This work shall consist of the removal and the satisfactory disposal of combination curb and gutter in accordance with the appropriate articles of Section 440 of the Standard Specifications. Disposal of Material All material resulting from the cub and gutter removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the "Standard Specifications for Road and Bridge Construction" as amended by Public Act 90- 761. A sample of the required load ticket is included in this contract. Construction Requirements All segments of curb and gutter scheduled for removal, as directed by the Engineer, shall be saw cut full depth or six inches, whichever is less, at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete, damaged due to negligence by the Contractor shall be replaced at his expense. It shall be the responsibility of the contractor to determine the thickness of the existing-curb and gutter to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans, nor for variations in the amount of reinforcement. Per the proposed typical cross sections, the back-to-back dimension of various roadways will be approximately one-foot wider than existing to allow for the placement of new B-6.18 curb and gutter, in lieu of the existing B-6.12. The additional excavation behind the existing back of curb to allow for the placement of the wider curb and gutter shall be considered included in the cost of this pay item. The depth of the excavation shall be equal to the proposed thickness of the new curb and gutter and an additional four inches to allow for the placement of new granular bedding under the widened area. No additional compensation will be allowed for any additional excavation below the curb and gutter being removed whether it is due to the contractors operations or required by the plans or the Engineer, nor for any material required to bring the sub-base to the proper grade. Method of Measurement Combination Curb and Gutter Removal will be measured for payment, at the face of curb prior to removal, in lineal feet. All saw cutting required herein will not be measured for payment, but shall be included in the cost of the contract. Basis of Payment This work will be paid for at the contract unit price per lineal foot for COMBINATION CURB AND GUTTER REMOVAL, which price shall be payment in full for all work required to complete the work, as herein specified. 33 COMBINATION CONCRETE CURB AND GUTTER Description of Work This work shall conform to the appropriate articles of Section 606 of the Standard Specifications. Dowelling Where the proposed curb is adjacent to a concrete base, the 1/2"steel tie bars @ 2'-6" centers, as shown on Standard Detail 2130-9 and contained herein, will not be required. Sub-Grade Preparation After the existing curb and gutter have been removed, the sub-grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub-grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub-grade. Tree roots that need to be removed, as determined by the Engineer, shall be removed only after the tree root has been saw-cut at both ends. The sub-grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub-grade material. In areas where the new curb and gutter is being installed, four inches of properly placed and compacted new CA-6 granular subbase will be required;the cost for the new granular bedding shall be considered included in the cost of the curb and gutter pay item. Construction Requirements If form boards are to be used for the manual placement of concrete, face boards shall be used to aid the construction of the curb. A mechanical vibrator shall be used to eliminate voids in the concrete adjacent to the face of the gutter. The mechanical vibrator shall conform to Article 1103.17 (a) of the Standard Specifications. Thickness of Gutter Flag The thickness of the new gutter flag shall be a minimum of 9 inches, regardless of the thickness of the existing gutter flag. Joints 1. Contraction Joints. Contraction joints shall be located every 10 lineal feet. 2. Longitudinal Construction Joints. Longitudinal construction joints will not be doweled 3. Longitudinal Curb Preformed joints. Longitudinal curb preformed joints 4. Transverse Expansion Joints. Transverse expansion joints shall be placed every 50 lineal feet. Basis of Payment This work will be paid for at the contract unit price per lineal foot for COMBINATION CONCRETE CURB AND GUTTER, of the type specified, or P.C.C. BARRIER CURB,-which price shall include payment for furnishing and installing all joints as-required and all necessary excavation and sub-bas material required to complete the work to the lines and grades shown on the plans. SIDEWALK REMOVAL and MONOLITHIC SIDEWALK REMOVAL Description of Work This work shall consist of the removal and the satisfactory disposal of existing concrete sidewalk and monolithic sidewalks in accordance with the appropriate articles of Section 440 of the Standard Specifications. In some locations where no sidewalk exists, removal of sod, dirt and other materials necessary to place new sidewalk shall be part of sidewalk removal. 34 Disposal of Material & Safety All material resulting from the sidewalk removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the"Standard Specifications for Road and Bridge Construction" as amended by Public Act 90- 761. A sample of the required load ticket is included in this contract. Every sidewalk gap shall be adequately marked with a Type II barricade at each end after the sidewalk has been removed. Construction Requirements All segments of sidewalk scheduled for removal, as directed by the Engineer, shall be saw cut full depth at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete, damaged due to negligence by the Contractor shall be replaced at his expense. Any bituminous or P.C.C. driveways which break up, due to contractor's negligence, when the sidewalk is removed shall have their entire width saw cut laterally and replaced in kind at the Contractor's expense. It shall be the responsibility of the contractor to determine the thickness of the-existing sidewalk to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans or for variations in the amount of reinforcement. No additional compensation will be allowed for any additional excavation below the sidewalk being removed whether it is due to the contractor's operations or required by the plans or the Engineer, nor for any material required to bring the sub-base to the proper grade. Method of Measurement Sidewalk and Monolithic sidewalk Removal will be measured for payment in square feet of surface, including the curb flag (where applicable) and any asphalt that has been placed over the curb flag. In the event that additional-pavement is removed to include the placement of an 18 inch flag (in lieu of an existing 12 inch flag)that additional material shall be measured and paid for as MONOLITHIC SIDEWALK REMOVAL, and shall be sawcut to the full depth of the existing pavement. Where no current sidewalk exists but material is excavated to allow for placement of new walk, the area to be paid for removal shall be the same as the new walk placed. No additional measurements will be made for over-digging for forms nor extra depth to allow for placement of new walk. Basis of Payment This work will be paid for at the contract unit price per square foot for SIDEWALK REMOVAL or MONOLITHIC SIDEWALK REMOVAL whichever shall apply. Where there was no existing sidewalk but removal of sod, dirt or other materials was necessary for placement of new walk,the removal and disposal shall be paid for at the contract unit price for the pay item for SIDEWALK REMOVAL per sq ft. PORTLAND CEMENT CONCRETE SIDEWALK, 5" Description of Work This work shall consist of the construction of Portland Cement Concrete Sidewalk—5"on a prepared sub- grade in accordance with the appropriate articles of Section 424 of the Standard Specifications. Handicap ramps must be constructed in strict conformance with the attached detail. Failure to do so will result in the contractor paying for its removal and replacement. It shall be the contractor's responsibility to notify the City in the event that a specific location cannot be constructed as specified. Sub-grade Preparation After the existing sidewalk has been removed, the sub-grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub- grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub-grade. Tree roots that need to be removed, as determined by the Engineer, shall be removed only after the tree root has been saw cut at both ends. The sub-grade shall be rolled and tamped until 35 thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub-grade material. At locations where the sidewalk is constructed at driveways/entrances, the sidewalk shall be poured to the thickness of either 6" or 8" as determined by the Engineer, based on the usage requirements of the driveway. If the existing approach is thicker than 8", then the new sidewalk is to be poured at the same thickness. This work shall be included in the cost of the P.C.C. SIDEWALK and no additional compensation will be allowed. Forms Side forms shall be of good quality lumber of not less than 2 inch nominal thickness or of steel of equal rigidity. They shall be held securely in place by stakes or braces. Under normal circumstances, the top of the forms shall be the top of the poured concrete. Exceptions to this shall be brought to the attention of the Engineer, for his approval, prior to the time of the concrete pour. Forms for the sidewalk aprons shall be set so that the slab will have a uniform fall between the sidewalk proper and the curb grade. Placing and Finishing Placing and finishing of the concrete shall be done in accordance with Article 424.06 of the Standard Specifications. Handicap access ramps shall be installed at all intersections unless otherwise directed by the Engineer. The finish of the concrete on the access ramp shall be as shown on IDOT Standard Detail #424001-07 sheets one and two contained herein. No additional compensation shall be allowed for this work. Expansion Joints Expansion joints of the thickness specified below shall consist of preformed joint filler. The top of the joint shall be placed 1/4 inch below the surface of the sidewalk and extend down to the bottom of the concrete regardless of depth. 1. One-half inch thick expansion joint filler shall be placed between the sidewalk and all structures such as light standards, traffic light standards, traffic poles and telephone or power poles, which extend through the sidewalk. Water valves shall be boxed in (1' 0" square) with 1/2"expansion joint filler. 2. Three-fourth inch thick expansion joint filler shall be placed as follows: a. Where the length of the new sidewalk is 15'or less, one piece of expansion joint filler at either end shall be required. b. Where the length of the new sidewalk is greater than 15', but less than 50', one piece of expansion joint filler at both ends shall be required. c. Where the length of the new sidewalk is greater than 50', one piece of expansion joint filler at both ends, and one additional piece for every full 50' increment thereof, placed at a maximum of 50' intervals shall be required. 3. Three-fourth inch wide preformed expansion joint filler shall be placed where the length of anew sidewalk abuts concrete driveways, drive approaches, carriage walks, courtesy walks, retaining walls, foundation walls or curb. All locations where expansion joints are to be placed against existing concrete, the existing concrete shall be neatly saw cut so that the expansion joint filler will lay flush against the existing concrete. Care shall be taken when placing the concrete so that no concrete, stones, or other debris is allowed between the existing concrete and the expansion joint filler. Curing and Protection Curing and protection shall be in accordance with the appropriate articles of Section 1020.13 of the Standard Specifications as amended herein. 36 Method of Measurement Portland Cement Concrete Sidewalk will be measured in place and computed in square feet. Excavation, preparation of sub-grade including tree root grinding or cutting, aggregate sub-grade materials, saw cutting, expansion joints and curing shall be included in the cost of PORTLAND CEMENT CONCRETE SIDEWALK, 5". Basis of Payment This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE SIDEWALK, 5", which price shall include all labor and materials necessary to complete the work as described herein. MONOLITHIC SIDEWALK Description of Work Wherever the term MONOLITHIC SIDEWALK appears it refers to combination P.C.C. Sidewalk/Curb and Gutter. At all locations where existing curbline sidewalk and curb and gutter are removed it shall be considered MONOLITHIC SIDEWALK REMOVAL and shall be replaced with P:C.C. MONOLITHIC SIDEWALK. The Construction of new MONOLITHIC SIDEWALK shall conform to the dimensions and specifications shown on the detail included in the specifications and/or plans and the applicable sections of the special provisions for curb and gutter and sidewalk construction. Monolithic Sidewalk shall be poured as one homogeneous cross section (i.e., separate curb and gutter and sidewalk pours are prohibited). P.C.C. MONOLITHIC SIDEWALK shall be framed and poured by hand. NO slip_form or other mechanical means of construction shall be allowed. Method of Measurement Monolithic Sidewalk will be measured in place and computed in square feet horizontally from edge of pavement to back of walk. Excavation, preparation of sub-grade including tree root grinding or cutting, aggregate sub-grade materials, saw cutting,expansion joints and curing shall be included in the cost of MONOLITHIC SIDEWALK. Basis of Payment This item including the gutter shall be paid for at the contract unit price for P.C.C. MONOLITHIC SIDEWALK, per square foot. DETECTABLE WARNINGS All sidewalk and path sections to be replaced at all roadway crossings, shall be installed with an Armor- Tile,or approved equal detectable warning panel as directed by the.Engineer, in accordance with the most current IDOT Highway Standards and Section 424 of the Standard Specifications for Road and Bridge Construction. Payment to furnish and install the panel will be paid for as measured and directed by the Engineer. This work will be paid for at the Contract unit price per square foot for DETECTABLE WARNINGS which price shall include the cost of all labor, material and use of all equipment and tools required to furnish and install the detectable warning panel in conformance with this provision, the plans, and the manufacturer's instructions. DRIVEWAY PAVEMENT REMOVAL Description of Work This work shall consist of the removal and the satisfactory disposal of existing driveway pavement in accordance with the appropriate articles of Section 440 of the Standard Specifications. 37 Disposal of Material All material resulting from the driveway pavement removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the"Standard Specifications for Road and Bridge Construction" as amended by Public Act 90-761. A sample of the required load ticket is included in this contract. Construction Requirements All segments of driveway pavement scheduled for removal, as directed by the Engineer, shall be saw cut full depth at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete damaged due to negligence by the Contractor shall be replaced at his expense. It shall be the responsibility of the Contractor to determine the thickness of the existing driveway pavement to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans, or for variations in the amount of reinforcement. No additional compensation will be allowed for any additional excavation below the driveway pavement being removed whether it is due to the contractors operations or required by the plans or the Engineer, nor for any material required to bring the sub-base to the proper grade. Method of Measurement Concrete, brick, gravel or bituminous driveway pavement removal will be measured for payment in square yards of surface only. Typically, the City will provide a wider flare at the curb for easier access to the driveway. The additional excavation required to accommodate this extra widening will not be measured for payment, but will be included in the cost of the contract. Basis of Payment This work will be paid for at the contract unit price per square yard for DRIVEWAY PAVEMENT REMOVAL. PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT- 6" Description of Work This work shall consist of the placement of Portland Cement Concrete, 6"or 8" in thickness, on a prepared sub-grade in accordance with the appropriate articles in section 420 of the Standard Specifications. Construction shall be in accordance with appropriate articles of section 423 and articles 606.06 and 424.06 of the Standard Specifications. Expansion joints shall be of 3/a".thick preformed joint filler. Sub-grade Preparation After the existing driveway has been removed, the sub-grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub- grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub-grade. Tree roots that need to be removed, as determined by the Engineering Division, shall be removed only after the tree root has been saw cut at both ends. The sub-grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub-grade material. Forms Side forms shall be of lumber of not less than 2 inch nominal thickness or of steel of equal rigidity. They shall be held securely in place by stakes or braces. Under normal circumstances, the top of the.forms shall be the top of concrete. Exceptions to this shall be brought to the attention of the Engineer, for his approval, prior to the time of the concrete pour. Forms for the driveway aprons shall be set so that the slab will have a uniform faii between the side-walk, proper and the curb to grade. 38 Placing and Finishing The sub-grade shall be moistened just before the concrete is placed. The concrete shall be placed in successive batches for the entire width of the slab, struck off, consolidated and finished to a true and even surface with floats and trowels. The final troweling shall be done with a steel.trowel, leaving a smooth, even surface. After the water sheen has disappeared, the surface shall be given a final finish by brushing with a whitewash brush. The brush shall be drawn across the driveway, parallel to the curb line, with adjacent strokes slightly overlapping, producing a uniform, slightly roughened surface with parallel brush marks. Expansion Joints Three-fourth inch preformed expansion joint filler shall be placed where the length of new driveways abuts concrete sidewalks, courtesy walks, retaining walls, foundation walls or curb. The top of the joint shall be placed '/ inch below the surface of the driveway and extend to the bottom of the concrete regardless of depth. All locations where expansion joints are to be placed against existing concrete, the existing concrete shall be neatly cut so that the expansion joint filler will lay flush against the existing concrete. The Contractor shall box in all water valves (1' 0" square) encountered with preformed expansion material. Care shall be taken when placing-the concrete so that no concrete, stones or other debris is allowed between the existing concrete and the expansion joint filler. Curing and Protection Curing and protection shall be in accordance with the appropriate articles of Section 1020.13 of the Standard Specifications as amended herein. Method of Measurement Portland Cement Concrete Driveway Pavement will be measured in place and computed in square yards. Excavation, preparation of sub-grade including tree root removal, aggregate sub-grade materials, saw cutting, expansion joints and curing will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per square yard for PORTLAND.CEMENT CONCRETE DRIVEWAY_PAVEMENT, 6", which price shall include all labor and materials necessary to complete the work as described herein. STRUCTURE ADJUSTMENTS Description of Work This work shall consist of the adjustment and/or the reconstruction of existing catch basins, manholes, inlets or valve vaults in accordance with the appropriate articles of Section 602 of the Standard Specifications. All adjustment rings and castings shall have an exterior rubber chimney gasket or a six inch wide (minimum)full depth collar of concrete to the top of the binder course. ALL STRUCTURES within the pavement shall have their frame and lids removed, the structure shall then be plated and then topped off with an approved aggregate material just prior to any bituminous removal operation. Once removed, all frames and lids shall be delivered by the Contractor to the City of Elgin Public Works or other place specified by the Engineer. The cost of this delivery shall be included in the cost of the contract. Cleaning of Existing Structures In addition to the requirements as described in Section 602 of the Standard Specifications, it shall be the responsibility of the contractor to clean ALL existing structures that are to be adjusted or reconstructed. The cleaning shall consist of the removal of all debris from inside the structure to the satisfaction of the 39 Engineer. Catch basins and manholes are to be cleaned immediately prior to the adjustment or reconstruction to insure that all portions of the structure requiring repair are identified and repaired upon completion of all work. Damage to Castings During the contract, should any casting be damaged by the Contractor or by traffic prior to the completion of the contract, the contractor shall replace the damaged casting at no cost to the City. Castings previously damaged or scheduled for replacement shall be supplied by the Contractor. It shall be the responsibility of the Contractor to deliver used castings to the City's maintenance yard located at 1900 Holmes Road, Elgin, IL. All determinations as to the suitability or the cause of damage to a casting shall be made by the Engineer, and shall be binding. Tightened bolts with nuts and washers are to be used for catch basins or inlet frame back adjustments (new or existing), the cost of which shall be included in the cost of the adjustment. Manhole and Catch Basin Frames Manhole frames shall be only Neenah R-1 712-C (390 Ibs) or East Jordan 1050Z1 frames with blind pick hole solid lids. Sanitary manholes shall have a self sealing lid (i.e. East Jordan 1875 A)and"Cretex" chimney seals, or approved equal, installed on all manholes which shall be included in the cost of the pay item. Types other than the two specified requires prior approval from the Engineer before use. Lids shall be marked to identify the utility which passes through the structure. Catch basin or inlet adjustments requiring a new frame and grate in 86.18 curb shall be done using only Neenah R-3065, open box with 1.5 inch vertical radius or East Jordan 7010, with 2 inch vertical radius frames. Grates shall be either Neenah Type"A"standard, Type"L"directional or East Jordan Type"M1" standard, Type "M4" directional as specified by the Engineer. Modified"B"curb shall have Neenah R- 3506-A2 or East Jordan 7281 and open drains shall be Neenah R-1712 with Type"D"open grate or East Jordan 1051-2M1. All castings shall be set in full.mortar beds. Castings shall be set accurately to the finished elevation so that no subsequent adjustment will be necessary. All adjustment rings and castings shall have a full depth collar of concrete to the top of the binder course. All storm sewer structures shall have an approved 'fish' logo that indicates storm water from that structure will flow to the river and no dumping shall be allowed. This logo/design must be approved by the City prior to installation. Curinq and Protection Curing and protection of concrete shall be in accordance with the appropriate articles of Sections 1022 and 1020.13 of the Standard Specifications as amended herein. Basis of Payment This work will be paid for at the contract unit price each for: SANITARY MANHOLES TO BE ADJUSTED, SPECIAL SANITARY MANHOLES TO BE RECONSTRUCTED VALVE VAULTS TO BE ADJUSTED, SPECIAL VALVE VAULTS TO BE RECONSTRUCTED MANHOLES TO BE ADJUSTED, SPECIAL MANHOLES TO BE RECONSTRUCTED CATCH BASINS TO BE ADJUSTED, SPECIAL CATCH BASINS TO BE RECONSTRUCTED NEENAH R-1 712-C/390 LBS/CONCEALED PICK HOLES NEENAH R-1712/390 LBS/TYPE A GRATE NEENAH R-1712/390 LBS/TYPE D OPEN GRATE NEENAH R-3065/TY A Fr./OPEN BOX NEENAH R-3065-L/OPEN BOX NEENAH R-3506-A2 Where the frames are to be removed and structures plated prior to bituminous surface removal, no additional compensation shall be considered for payment, as the contract unit price should reflect the need 40 for this additional process. All labor and material necessary to lower the structure and provide for proper plating of the structure shall be considered included in the price of the structure adjustment or reconstruction. Once the new frames are installed, the contractor will be required to install filter baskets in all open frame and curb boxes. The filter basket shall be "FleXstorm"or approved equal and shall be considered included in the cost of the pay item. As the case may be, which shall be payment in full for all labor and materials necessary to complete the work as specified herein including new frames and grates/lids if specified. TEMPORARY RAMPS This work shall be done in accordance with all applicable Sections of the Standard Specifications, most notably Sections 406 and 408, in the areas indicated on the plans and as directed by the Engineer. This work shall consist.of placing material around any unadjusted handholes or structures that cannot be adjusted utilizing the standard adjustments in this contract, to provide for a temporary ramp. The ramp shall be placed immediately after removal operations. The limits of the-material shall be verified by the Engineer in the field. The HMA material shall be removed immediately prior to placing the proposed HMA leveling binder course. Bituminous Materials (Prime Coat) shall be applied to the surface according to Section 405 before paving and shall be included in the cost of the pay item. This work shall be paid for at the contract unit price per ton for TEMPORARY RAMPS, which price shall be payment in full for all work described herein at locations directed by the Engineer. Work shall be in accordance with section 406 and 408 of the Standard Specifications, additionally, this pay item shall include the prime coat and the removal of the material prior to paving. STRUCTURE TO BE CLEANED (NOT ADJUSTED OR RECONSTRUCTED) Description of Work This work shall consist of the cleaning of structures (catch basin, or manhole) so designated by the engineer, that are not be adjusted or reconstructed. These structures are to be within the project limits or directly adjacent to the project limits (i.e. catch basin that drains water from existing project). Basis of Payment This work will be paid for at the contract unit price per each for STRUCTURE TO BE CLEANED (NOT ADJ OR RECON), which price shall be payment in full for performing the work as specified herein. 41 PORTLAND CEMENT CONCRETE RETAINING WALLS Description of Work This work shall conform to the appropriate articles of Section 503 of the Standard Specifications and shall be built as shown on the typical section pages. Any fences or shrubbery adjacent to the walls to be removed which may be damaged during construction shall be removed and replaced by the Contractor. This work shall be included in the cost of the contract. Any removal needed to construct the new retaining wall shall be included in the cost of the contract. Method of Measurement The proposed retaining wall will be measured after construction and the cubic yards associated with the proposed retaining wall shall be the basis of payment. Basis of Payment Retaining walls shall be paid for at the contract unit price per cubic yard for P.C.C. RETAINING WALLS. PORTLAND CEMENT CONCRETE STEPS Description of Work This work shall conform to the appropriate articles of Section 503 of the Standard Specifications and shall be built as shown on the typical section pages. Any fences or shrubbery adjacent to the steps to be removed which may be damaged during construction shall be removed and replaced by the Contractor. This work shall be included in the cost of the contract. Any removal needed to construct the new steps shall be included in the cost of the contract. Method of Measurement The proposed concrete steps will be measured after construction and the cubic yards associated with the proposed concrete steps shall be the basis of payment. Basis of Payment Retaining walls shall be paid for at the contract unit price per cubic yard for P.C.C. STEPS. REMOVE AND REPLACE RETAINING WALLS This work shall consist of removal and replacement of wood or block retaining walls and excavation for each retaining wall in accordance with applicable provisions of Sections 202 and 1041'of the Standard Specifications. Any fences or shrubbery adjacent to the walls to be removed which may be damaged during construction shall be removed and replaced by the Contractor.This work shall be included in the cost of the contract. Any removal needed to construct the retaining wall shall be included in the cost of the contract. If any retaining wall block or wood is damaged during the removal process or due to contractor negligence the contractor shall replace the damaged block or wood at his own cost. Payment will be made at the contract unit price per foot for REMOVE AND REPLACE RETAINING WALLS, which price shall include providing and placement of the wood or block retaining walls, replacement of damaged block or wood, earth excavation, removal of existing retaining wall and all labor and equipment as required to replace the retaining wall. 42 REMOVE AND REPLACE BRICK PAVERS This work shall consist of replacement of the brick pavers, excavation and aggregate base course at the driveway entrance locations designated on the plans and the applicable provisions of Sections 202, 351, and 1041 or 1042 of the Standard Specifications. Payment will be made at the contract unit price per square yard for REMOVE AND REPLACE BRICK PAVERS, which price shall include providing and placement of the brick pavers, 4 inches of Aggregate Base Course, Type B, Earth Excavation, removal of existing pavers and all labor and equipment as required. EARTH EXCAVATION This work shall be in accordance with Section 202 of the Standard Specifications insofar as applicable and the following provisions. This work shall not include removal of any existing hot-mix asphalt pavement; pavement removal shall be paid for separately. All topsoil stripping within the project limits shall be included in the cost of Earth Excavation. Excavation for the roadway has been computed on the basis of cut and fill to the subgrade of the proposed topsoil. Earth moved more than once due to construction staging, stockpiling, or procedures selected by the Contractor will not be paid for separately but shall be considered included in the cost of Earth Excavation. Payment shall be based on actual volume of excavation completed without an adjustment in unit price due to an increase or decrease in plan quantity. This work.shall be paid for at the contract unit price per cubic yard for EARTH EXCAVATION. This price shall include all material, equipment, and labor necessary to complete the work. SODDING AND SUPPLEMENTAL WATERING Description of Work This work shall consist of restoring all grass areas within 18 inches or 1 full strip of sod (whichever is wider) of any newly constructed driveway approach, sidewalk, or curb and gutter with sod over a minimum of four inches (4") of pulverized topsoil: This work shall be done in accordance with the appropriate articles of Sections 211 and 252 of the Standard Specifications. Where all walk, driveway approaches and curb are replaced,full parkway restoration is anticipated. Areas disturbed by the Contractor, exceeding six inches (6") from new sidewalks and driveways, shall be restored with full width sections of sod. One rolling of the entire topsoil surface will be required before placement of the sod in accordance with Article 211.05 of the Standard Specifications. An additional rolling of the sod shall be done after placement. As necessary based on final grades, any necessary grading and shaping of the parkway(including removal of excess materials) shall be considered included in the contract. All scraps of sod, either existing or new, and all construction debris shall be removed from the jobsite. Under NO circumstances shall either be used as backfill or covered with topsoil. If existing ground is to be used as topsoil, the existing sod is to be removed and the ground shall be rototilled to a minimum depth of 4 inches. This work shall be included in the cost of sodding. The sod shall be fertilized in accordance with Section 250.04 of the Standard Specifications and shall be included in the cost of sodding. Sod watering shall be in accordance with Section 252.08 of the Standard Specifications with respect to number of waterings and application rates (gal/sq yd), however, the frequency of watering in ALL cases shall be on an every other day basis regardless of the time of year the sod is placed. Supplemental 43 watering shall be done in accordance with Article 252.09 of the Standard Specifications and applied at a minimum rate of five (5) gallons per square yard. Method of Measurement This work will be measured for payment for sod placed as directed by the Engineer, on a square yard basis. Basis of Payment This work shall be paid for at the contract unit price per square yard for SODDING AND SUPPLEMENTAL WATERING. The initial watering, all grading, and the 4 inches of topsoil and all work required to complete the work as described herein shall be included in the cost of the SODDING AND SUPPLEMENTAL WATERING. If it is determined by the Engineer that additional watering are required for survival of the sod, they shall be paid for at the contract,unit price per each for ADDITIONAL SUPPLEMENTAL WATERING, SOD. DUST CONTROL - MECHANICAL SWEEPING Description of Work This work shall consist having a sweeper on the jobsite for removal of dust and loose gravel/dirt/debris for purposes of dust control. Construction Requirements On a regular as needed basis, the contractor shall utilize a mechanical street sweeper to remove all dust, gravel, sand, dirt from roadways to minimize the presence of construction dust nuisance on the jobsite. The contractor should plan for a weekly sweeping at minimum just prior to the weekend, and additional times during peak construction operations. Debris must be removed to the satisfaction of the Engineer. Method of Measurement This work will be measured on an each basis for each instance that the sweeper is needed on the jobsite. Each instance is to be defined as the required time necessary to clean the job to the satisfaction of the engineer(i.e. if the sweeper does.not show up until 2pm on a Thursday, is unable to complete the cleaning on Thursday and must return on Friday to satisfy the Engineer, only one instance would be paid) To ensure prompt response to the Resident Engineer's request for DUST CONTROL—MECHANICAL SWEEPING, the Contractor shall conduct the dust control operation before the end of the day when- notified before 12 pm. Any subsequent notification will require operations to begin first thing the following day. If the Contractor fails to comply with the Engineer's request, the Engineer will impose a deduction of $100 per hour beginning 8 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment This work shall be paid for at the contract unit price per each for DUST CONTROL-MECHANICAL SWEEPING. DUST CONTROL - WATERING WITH CALCIUM CHLORIDE Description of Work This work shall consist of controlling construction dust on the jobsite by application of a water/calcium chloride mixture. Construction Requirements Dust shall be controlled by uniform application of sprinkled water mixture applied only when directed by the Engineer in a manner meeting his approval and shall be equipped with adequate measuring devices for 44 meeting the exact amount of water discharged. The concentration of calcium chloride in the water used shall be properly documented by ticket or other approved means. If the ratio of calcium chloride to water is insufficient to properly control the dust, the ratio may be adjusted at the Engineer's discretion, with no additional compensation for the extra chloride needed. Method of Measurement This work will be measured in 1,000 gallon units of applied water. To ensure prompt response to the Resident Engineer's request for SUPPLEMENTAL WATERING—DUST CONTROL, the Contractor shall apply the water within 4 hours of the Engineer's request. If the Contractor fails to comply with the Engineer's request, the Engineer will impose a deduction of$100 per hour beginning 4 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment This work shall be paid for at the contract unit price per UNIT for DUST CONTROL—WATERING WITH CALCIUM CHLORIDE. TRAFFIC CONTROL & PROTECTION This work shall be done in accordance with Part IV of Illinois Department of Transportation Reprint of the "Manual on Uniform Traffic Control Devices" published by the Federal Highway Administration, the appropriate articles of Section 1084 of the Standard Specifications. All applicable state standards for traffic control devices, lane closures and traffic control staging shall conform to current IDOT standards at all times. This item of work shall include the furnishing, installing, maintaining, relocating and removing all traffic control devices used for the purpose of regulating, warning, or directing traffic during the construction or maintenance of this improvement, in accordance with the appropriate highway standards, the "Housekeeping" provision and detail and any phasing plans and/or detour routes. The governing factor in the execution and staging of work for this project is to provide the motoring public, residents, and business owners with the safest possible conditions along the roadway and in the construction zone. The Contractor shall so arrange his operations as to keep the closing of any lane of the roadway to a minimum. All operations which require a reduction in the number of lanes of traffic shall comply with the aforementioned.standards including a flagman posted at each end of the lane closure at all times. "stop" and"slow" paddles shall be used to control traffic. Flags will NOT be allowed as the sole means of traffic control. Minimum lane widths shall be 10 feet. Single lane roads will not be allowed without flagmen, and under no circumstances will a one lane condition remain overnight. Type II barricades with working steady burn light units shall be used whenever the change in pavement height exceeds 2 inches due to any construction activity and at all butt joints, and in conformance with the Housekeeping detail. The Engineer reserves the right to stop any construction activity when traffic control is neglected. Traffic control devices include signs and their supports, signals, pavement markings, barricades (with sandbags if necessary), channelization devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of guiding traffic through or detouring around the construction zone. The Contractor will be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times/ The Contractor shall cover or remove all traffic control devices which are inconsistent with detour or lane assignment patterns during the transition from one construction stage to another. The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and Holidays. The Contractor shall be reachable on a 24 hour a day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch personnel, materials, and equipment to correct 45 I any such deficiencies. The Contractor shall respond to any call from the City concerning a request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and not against the flow of traffic. These vehicles shall enter and leave work areas in a manner which will not be hazardous to or interfere with traffic and shall not park or stop except within designated work areas. Those vehicles belonging to the Contractor or his employees shall remain on City property only and shall not pull into, park, or block any access to private property. Any drop off greater than three inches, but less than six inches, within eight feet of the pavement edge shall be protected by Type I or II barricades equipped with mono-directional steady burn lights at 100-foot center to center spacing. If the drop off within eight feet of the pavement edge exceeds six inches, the barricades mentioned above shall be placed at 50-foot center to center spacing. Barricades that must be placed in excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirement of Standard 702001. Vertical panels or other delineating devices may be substituted for Type I or Type II barricades with the approval of the Engineer. Delays to the Contractor caused by complying with these requirements will be considered included in the price of the pay item TRAFFIC CONTROL & PROTECTION and no additional compensation will be allowed. Any references to"TRAFFIC CONTROL" in the plans and/or specifications shall be inferred to reference"TRAFFIC CONTROL & PROTECTION". STANDARDS (order of precedence) Standard Specifications for Water and Sewer Main Construction in Illinois, latest edition, American Water Works Association (AWWA) Standard for the Installation of Ductile Iron WATER MAIN and Their Appurtenances, latest edition. American National Standard Institute (ANSI), latest edition and the Illinois Department of Transportation (IDOT) "Standard Specifications for Road and Bridge Construction"adopted January 1, 2012. SELECTED GRANULAR BACKFILL Description of Work Selected Granular Back-fill shall be required for all sewer and water main trenches lying under existing or proposed streets, curb & gutter, sidewalks, or driveways and in all yards and parkways. In the case of backfill being used in the parkway and yard, backfill shall be placed and compacted to within 4°of final grade. All material placed in such trenches shall be mechanically compacted in maximum one foot lifts. In addition to tamping,jetting of trenches may be required at the discretion of'the Engineer. A pit run sand and/or gravel, meeting the Illinois Department of Transportation gradation FA-6 shall be used for this 'item. All trenches are to be filled with approved granular material to within 8°of finish grade as determined by the engineer. The remaining 8" is to be filled with a material deemed acceptable by the engineer, but to be removed prior to paving operations to be replaced with appropriate patching material. The top 4 inches of this material is to be of a granular material (grade 9 or approved substitute)that is to be placed and graded in a way as to allow.for the safe travel of traffic on top of the trench. The placement of this material is to extend the entire length of the trench and all subsequent crossings unless otherwise directed. Basis of Payment Selected Granular Backfill will not be paid for but will be considered included in the cost of WATER.MAIN, water service installation, SEWER CONSTRUCTION —PIPE SEWERS, and sanitary sewer services. 46 FOUNDATION MATERIAL Foundation Material shall be in accordance with Section 20 of the Standard Specifications for Water& Sewer Main construction in Illinois except that the foundation material shall be CA-11, meeting the requirements of Section 1003 of the Standard Specifications. Foundation material shall be measured for payment as described in Section 20 of the Standard Specifications for Water& Sewer Main construction in Illinois. This work will be paid at the contract unit price per cubic yard for FOUNDATION MATERIAL, which shall include all labor, miscellaneous materials, and equipment necessary to complete this pay item. WATER MAIN This item includes the installation of ductile iron pipe water main and all other appurtenant items. Upon the completion of main line water main prior to installation of water services, the Contractor shall completely clean the street and intersections of all sand, gravel, or other excess excavated material. This shall either be done by mechanical(sweeping) or manual (watering) means to the satisfaction of the engineer. Following the installation of water services, capping of old mains, and subsequent patching of the street, the contractor shall again remove all excess ground material by either mechanical or manual means again to the satisfaction of the engineer. No compensation shall be given for either of these activities. The cost of the cleanings of the affected areas shall be considered included in the price of the pay item DUCTILE IRON PIPE of the size specified. Description of Work WATER MAIN pipe shall be ductile iron cement lined pipe conforming to the latest revision of ANSI Specifications A21 Class 52 with 150 psi working pressure or American Water Works Association (AWWA) Specification, C150 or ASTM C296 with"push-on"type joints. All water fittings shall be mechanical joint cast iron ANSI Specification A21.10 or compact ductile iron fittings (AWWA C-153) with 250 psi working pressure. Poured in place concrete thrust blocks (Class "A" Concrete) are required to brace all tees, plugs, caps and bends of 11 1/o degree deflection or greater. Minimum cover for all WATER MAIN, including services, shall be 5'6°from finished grades. Bronze Wedges for Joint-to-Joint Conductivity Bronze wedges are to be supplied and installed as per detail from Griffin Pipe Products unless otherwise accepted by the Engineer. The furnishing and installation of these wedges is to be included in the price of the ductile iron water main. Plugs Installed piping systems shall be temporarily plugged at the end of each day's work. Plugging shall be_ adequate to prevent entry of small animals or debris into the pipe. Basis of Payment WATER MAIN will be paid for at the contract unit price for DUCTILE IRON PIPE of the size specified, per lineal foot including all fitting connections, blocking, bedding, selected granular backfill and abandonment of the existing WATER MAIN. 47 WATER BOXES TO BE ADJUSTED Description of Work This work shall consist of adjusting to grade, water boxes, buffalo boxes, or valve boxes, encountered on the job, and if necessary, the replacement of defective or damaged parts of the water box. Water boxes, buffalo boxes, or valve boxes are defined as a three-piece casting consisting of a stem or hip, a neck and a lid. Adjustment is attained by turning the neck of the casting, either clockwise or counterclockwise until the required grade is attained. Excavation of approximately 3 to 3 '/z feet of base and sub-base material is to be anticipated to facilitate the turning of the neck. It may be necessary to excavate the entire water box or valve box in order to complete the adjustment. No additional compensation will be allowed should this need arise. All excavated sub-base material shall be replaced with trench backfill and compacted in accordance with Article 550.07 of the Standard Specifications. The excavated base material shall be replaced in accordance with the appropriate articles of Section 602 of the Standard Specification. If any water box is adjusted, repaired or replaced, the contractor shall ensure that the valve box is cleaned of all debris and shall be keyable. Basis of Payment This work will be paid for at the contract unit price per each for WATER BOXES TO BE ADJUSTED, which price shall be payment in full for performing the work as specified herein including trench backfill. DUCTILE IRON FITTINGS Description of Work This item includes all fittings used during the installation of the water main. This item shall include all tees, crosses, bends, reducers, sleeves, caps plugs and wyes. All glands, rubber gaskets, bolts, nuts, or any other items commonly referred to as accessories for the installation of the primary fitting shall be considered included in the price of the fitting that is necessary for their installation (i.e. the installation of an 8°x 6"tee may require three Mega-lugs and all the nuts, bolts, and rubbers necessary to properly install them—where only the listed poundage for the 8"x6"the shall be paid). Only the use of Mega-lug retainer glands shall be permitted for installation of ductile iron fittings. Basis of Payment Items paid for under this specifications are, DUCTILE IRON FITTINGS per lb. Only the fittings themselves will be measured for payment based on their weight. All items deemed accessories, as described above, shall be considered included in the cost of the fitting and shall NOT be considered nor weighed for payment. All other materials and labor, including excavation and backfill, required to complete the work as specified will be considered included in the cost of the applicable item (i.e. valve vault, gate valve, hydrant, water main, etc.) POLYETHYLENE WRAP Description of Work Polyethylene wrap shall be installed for all buried water main piping, fittings and valves as shown on the plans. The Engineer shall have the right to delete polyethylene wrap where conditions warrant. Materials Encasement of piping shall be polyethylene film in tube or sheet form and shall be in accordance with AWWA C-105/A21.5-82 suitable for the appropriate diameter water main. 48 Construction Requirements The Contractor shall follow the installation guideline as set forth with AWWA Specification C-105. Method of Measurement Measurement shall be for actual length of polyethylene wrap measured along the center of the water main pipe with no deduction for fittings and/or valves. Basis of Payment Payment for polyethylene wrap shall be made at the contract unit price per lineal foot for POLYEHTYLENE WRAP of the size specified. Payment shall be full compensation for all materials, labor equipment and other appurtenant items to complete this item as specified. VALVES AND VAULTS Description of Work Valve vaults shall be constructed of reinforced pre-cast concrete ring construction with tongue and groove joints in conformance with the latest revision of ASTM designation C-478. All joints between sections and frames shall be sealed with mastic type bituminous jointing compound. The Contractor shall remove all excess mastic on the inside of the structure and butter joints with mortar. Valve vaults shall have concentric cones as shown in the details. Only concrete adjustment rings will be permitted where necessary and shall be limited to two adjustment rings totaling not more than 8" in height. All adjustment rings and frames shall beset in a full mortar bed. Brick patchwork in vault openings shall be thoroughly finished with mortar both inside and out. Frames and lids shall be Neenah R-1712/390lbs/concealed pick holes, or approved equal and shall be imprinted"WATER". Valves shall be non-rising stem and shall close by turning clockwise. All valves shall conform to the latest revision of AWWA Specification C500 with a rated working pressure of 200.psi. All gate valves shall be CLOW AWWA R/W RESILIENT WEDGE VALVES or approved equals. Basis of Payment Valve vaults shall be paid for at the contract unit price each for VALVE VAULT of the diameter specified, and unit price each for NEENAH R-1712-C/390 LBS/CONCEALED PICK HOLES, which price shall include steps and any final structure adjustments. Valves shall be paid for at the contract unit price each for GATE VALVE, size as specified installed. FIRE HYDRANT, COMPLETE Description of Work Fire hydrants shall be a"Waterousn hydrant of the"breakaway" type conforming to AWWA C502 with 6° inlet and auxiliary valve and two 2'1/2" nozzles with a 4-1/2"steamer, threads to be national standard. The centerline of the steamer connection shall be set 24" above finished grades. Fire hydrants shall be located as shown in the details or as directed by the City and shall be painted in a manner acceptable to the City. Basis of Payment Fire hydrants shall be paid for at the contract unit price each for FIRE HYDRANT, installed. This work shall include the furnishing, excavation for, backfill around, thrust block, and all labor necessary to install the hydrant. The hydrant itself, gate valve, the length of pipe between the valve and the hydrant and any fittings necessary to assemble and attach to water main, are to be considered part of a FIRE HYDRANT, COMPLETE, the entire assembled unit shall be paid for on an each basis. 49 FIRE HYDRANTS TO BE ADJUSTED Description of Work This work shall be in accordance with Section 564 of the Standard Specifications insofar as applicable and the following provisions. This work shall consist of adjusting fire hydrants to an elevation that will provide 24 inches between the hose nozzles and the proposed finished elevation. Adjustment of the hydrants will be accomplished by inserting barrel spool and stem extensions pieces into the hydrant. Materials used for this work shall conform to AWWA Standard C-502. If an auxiliary valve.has been installed to serve the hydrant, its valve box shall be adjusted so that its cover is flush with the proposed finished ground elevation. The work shall be performed in a manner approved by the Engineer. Basis of Payment This work will be paid for at the contract unit price each for FIRE HYDRANTS TO BE ADJUSTED, which price will be payment in full for all material, equipment, and labor required to make a completed installation including the adjusting of the auxiliary valve box. FIRE HYDRANTS TO BE REMOVED Description of Work This work shall consist of the removal of existing fire hydrants, as shown on the plans, along with all associated hardware such as valves, valve vaults or boxes, pipe and fittings necessary to completely eliminate the appurtenance from the water main, in accordance with the appropriate sections of the Standard Specifications. The tee shall be plugged with a mechanical joint plug and blocked in accordance with Section 41-2.08 of the Standard Specifications. Once removed, fire hydrants shall be delivered by the Contractor to the City of Elgin Public Works or other place specified by the Engineer. The cost of this delivery shall be included in the cost of the contract. Basis of Payment This work shall be paid for at the contract unit price per each for FIRE HYDRANTS TO BE REMOVED and shall include the removal of the existing fire hydrant, pipe, valve and valve vault or box, excavation, FA-6 trench backfill, plugging and blocking of existing tee. Plu s Installed piping systems shall be temporarily plugged at the end of each day's work. Plugging shall be adequate-to prevent entry of small animals or debris into the pipe. FIRE HYDRANTS TO BE RELOCATED Description of Work This work shall consist of the relocation of existing fire hydrants, as shown on the plans, along with all associated hardware such as valves, pipe and fittings necessary to completely eliminate the conflict between other utilities, in accordance with the appropriate sections of the Standard Specifications. The centerline of the steamer connection shall be set 24" above finished grades. 50 Basis of Payment Fire hydrants to be relocated shall be paid for at the contract unit price each for FIRE HYDRANT TO BE RELOCATED. This work shall include the excavation for, FA-06 trench backfill around, thrust block,and all labor necessary to relocate the hydrant. The length of pipe between the valve and the hydrant and any fittings necessary to assemble and attach to water main, are to be considered part of a FIRE HYDRANT TO BE RELOCATED. PRESSURE CONNECTION Description of Work Pressure connections shown in the details are to be constructed in conformance with the Standard Specification for Water and Sewer Main Construction in Illinois, latest edition, Section 46. The tapping fitting shall be a CLOW F-5205. "Mechanical Joint Sleeve,"or an approved equal. Basis of Payment Pressure connections will be paid for at the contract unit price, each, for(size as specified in the details) PRESSURE CONNECTION which price shall include all labor, gate valves, fittings and other materials necessary to complete the connection in conformance with Section 46 above. CUT-IN CONNECTION Description of Work This work shall include all labor and materials necessary to connect the new water main to an existing main. This shall involve the saw cutting and removal of pavement, excavation of all material necessary to remove old fittings, the removal of existing connection fittings and pipe (tee, cross, sleeves, valves, valve vaults, etc), and all backfill necessary to restore excavated area to previous grade. Method of Measurement Measurement for this item shall be on an EACH basis per location of connection. Basis of Payment This item shall be paid for per each for CUT-IN CONNECTION, which shall include any saw cutting of pavement, pavement removal, excavations, cutting and removal of fittings and pipe, cleaning and prepping pipe for connection, and all backfill necessary to bring hole to original grade.All newly installed water main and fittings shall be paid for as WATER MAIN and DUCTILE IRON FITTINGS respectively. EXISTING WATER MAIN ABANDONMENT Description of Work The existing WATER MAIN is to be abandoned after the new main is complete and all services have been transferred. Where the existing main is disconnected.from its live sources the ends shall be plugged and the main left in place. Where shown on the plans, the existing tee shall be removed, a cut-in sleeve,of the appropriate size and type, shall be installed in its place. Existing valve vaults shall have their frames removed and filled with FA-06. This work shall be considered included in the contract. The pavement will be repaired with the Aggregate Base Course, Type B, of the thickness speicified, and Hot-Mix Asphalt Binder and Surface Course, of the type specified, as required by existing street construction or requested by the Engineer. All existing frames, lids, and valves are to be removed and delivered to the City of Elgin Public Works or other facility specified by the Engineer. The cost of delivery and shall be included in the cost of the contract. Basis of Payment 51 Items paid for under this specification are, DUCTILE IRON FITTINGS per lb. and DUCTILE IRON PIPE per foot. All other materials and labor required to complete the work as specified will be considered included in the cost of the new WATER MAIN. WATER SERVICES Description of Work The Contractor shall inquire from Utility Maintenance Supervisor, Colby Basham (847-931-5978), as to the exact style, type and manufacturer of Corporation stops, ground key stops and Buffalo Boxes preferred by the City and furnish the same. Water services shall be 1"type K copper and shall be constructed to the far side of the City sidewalk. Upon completion of water service construction, all boxes are to be adjusted up to the existing grade. Basis of Payment Water services shall be paid for at the contract unit price, each, for FAR SIDE WATER SERVICE or NEAR SIDE WATER SERVICE and which price shall include the tap, 1"copper tube, couplings, corporation stop, ground key stop, buffalo box, reconnection to the existing service and selected granular backfill complete. WATER-SAMPLING STATION Description of Work The Contractor shall furnish and install a Mainguard No. 66 Sampling Station as referenced in the exhibits. The unit shall be constructed with an aluminum cover. Lock and key shall be furnished by the contractor and key shall be turned over to the City upon completed installation of the Sampling Station. Also included in this item is the furnishing and installation of a ground key stop and buffalo box on the copper service line in between the tap on the main and the sampling station. This Station shall be at a location as determined by the Engineer, and connected to the new main in accordance with all applicable specifications as required for water main installation. Method of Measurement All labor and material necessary to furnish and install the sampling unit shall be paid for at the contract unit price for WATER SAMPLING STATION. Basis of Payment Included in the price of this item shall include but not.be limited to all labor and material necessary to .excavate for the tap, tapping the new main, furnish and install the ground key stop and buffalo box, backfill trench, haul away and dispose of excavated material, and furnish and install all equipment necessary for the proper functioning of the Sampling Station. DISINFECTION Description of Work DISINFECTION shall be in accordance with the Standard Specifications for Water and Sewer main Construction in Illinois, latest edition, and shall meet all of the requirements of the State of Illinois, Environmental Protection Agency, Public Water Supplies Division. Methods of disinfection for all water containment devices and piping shall conform to AWWA C601. The Contractor shall submit a detailed outline of the proposed sequence of operation, the manner of filling and flushing units, source and quality of water to be used, and disposal of wasted water. Chlorine gas- water solution or direct chlorine feed is preferred for disinfection. 52 The safe quality of the water supply shall be demonstrated by bacteriological analysis of samples collected at sampling taps on at least two consecutive days following disinfection of the mains. Testing will be performed by the City of Elgin Water Department Laboratory. Testing fees shall be waived for the first two sets of samples. Any further testing necessary due to unsafe samples will be charged at the rate of$30 per sample. Twenty-four hour notice shall be given to the laboratory. Basis of Payment Disinfection will not be paid for but will be considered included in the cost of the WATER MAIN installation. EXPLORATORY TRENCH Description of Work This item shall consist of excavating a trench at locations as directed by the Engineer and shown on the plans for the purpose of locating existing water service, sanitary sewer lines, and at all utility conflicts within the construction limits of the proposed improvements. Construction Requirements The trench shall be deep enough to expose the water service or sewer line. The width of the trench shall be sufficient to allow proper investigation to determine the depth and condition of the utility. The Contractor shall familiarize himself witfr the locations of all underground utilities of facilities as outlined in Article 107.31 of the Standard Specifications and shall save such facilities from damage. The exploration trench shall be backfilled with trench backfill meeting the requirements of the Standard Specifications, the cost of which shall be included in the item EXPLORATORY TRENCH. This item shall include ALL labor and material necessary to saw cut and remove the pavement, excavate and back-fill the hole with approved backfill material, and to maintain the trench so as to be safely passable to the motoring public. Materials All materials used to backfill the excavated area, top off the trench, or repair any damaged utilities shall conform to the appropriate specifications as noted by this contract or as approved by the Engineer. Disposal of Material & Safety All materials resulting from this work shall be disposed of at he contractor's expense, outside the limits of the job, at locations acceptable to the Engineer and in accordance with Section 107.01 of the Standard Specifications, as amended by Public Act 90-761. A sample of the required load ticket is included in this contract. Method of Measurement This item shall be measured for payment per each location as designated by the Engineer regardless of length of the trench or the depth necessary to obtain the required data for the sewer service. No additional compensation will be allowed for any delays, inconvenience or damage sustained by the Contractor in performing the work. MANHOLES TO BE ABANDONED This work shall be done in accordance with Section 502.10 of Standard Specifications. This work shall be considered included in the price of the contract. 53 STORM SEWER CONSTRUCTION Description of Work This work shall consist of constructing storm sewer of the size and type specified and installation of catch basins and manholes of the type and size specified, along with all excavation, backfill, service connections and associated work, as shown on the enclosed plans. All work shall conform to Section 550 of the Standard Specifications. The Contractor shall be responsible for continuity of the any sewer services to each facility connected to the sanitary or storm sewer during the execution of the work this contract. In the event that sewage backup occurs during or following operations and enters dwellings, the Contractor shall be responsible for cleanup, repair and all property damage costs and claims. Trench backfill shall be FA-06 exclusively. No alternatives will be accepted. Material removed from the trench shall be removed from the site and shall not be used for trench backfill regardless of it suitability. Where storm lines pass above water main, storm pipe shall be of water quality extending 10' minimum on either side of crossing. All RCP pipe to be installed with O-Ring gaskets only. It is the intent of the City to replace all failing brick/block catch basins with Ty A 4' Diameter precast Catch Basins within the project limits as established by this contract. All catch basins shall have an open bottom, as shown in the detail included in the plans and/or specifications. Core drilling of existing storm manholes shall be included in the cost of the contract. Manhole and Catch Basin Frames Manhole frames shall be heavy duty 9" and lids to be self sealing with concealed pick holes. Neenah R- 1712/390 Ibs and frame and lids are acceptable. Types other than the type specified, requires prior approval from the Engineer before use. Lids shall be marked to identify the utility as STORM. Catch basin Frame and Grates shall be Neenah R-3065/410 Ibs/Open Box, frame and Type"A" Grate or Type L Grate, as specified by the Engineer, and all catch basin frames regardless of type shall have the environmental friendly"Fish" logo on it. Materials Pipe used for the repair and installation of said storm sewers shall be in accordance with Section 1040 of the Standard Specifications. All storm pipe and structures shall be of the size specified on the plans and of the'following type: (a) Ductile Iron Pipe (ANSA A21.51) (b) Reinforced Concrete Pipe (Type 2 Class II) (c) Precast Concrete Manhole, Type "A"w/Frame& Grate, Neenah R-1712-C (390 Ibs) (d) Precast Concrete Catch Basin, 4' Dia,Ty"A: w/Ty II Frame& Grate, Neenah R-3065/410 Ibs (e) Precast concrete Catch Basin, Type"C"w/Type II Frame&Grate, Neenah R-3065 Note that 16"ductile iron pipe may be substituted for 15" Reinforced Concrete Pipe. Method of Measurement& Payment Storm sewer construction shall be measured for payment as follows: (a) Storm sewer of the size specified shall be measured for payment in lineal feet at the contract unit price for: - 42" RCP Storm Sewer - 36" RCP Storm Sewer - 30" RCP Storm Sewer - 24" RCP Storm Sewer - 21" RCP Storm Sewer - 18" RCP Storm Sewer 15" RCP Stcrm Server 12" RCP Storm Sewer 54 Where the pipe connects to a structure, the measurement shall be to the inside edge of said structure. (b) Granular cradle will be considered INCLUDED in the cost of the contract and will not be measured for payment. (c) Selected trench backfill shall be INCLUDED in the cost of the contract and will not be measured for payment. (d) Pavement removal and replacement will be measured for payment: in tons at the contract unit price for"AGGREGATE BASE COURSE"; measured for payment in tons for"IL9.5L, BITUMINOUS CONCRETE SURFACE (LOW ESAL), SUPERPAVE, N30, MIX D; and measured for payment in tons for STABILIZED SUB-BASE, BITUMINOUS AGGREGATE MIXTURE in accordance with the details contained herein. (e) Combination Curb& Gutter Removal and Replacement will be measured for payment in linear feet at the contract unit price for 86.18 COMBINATION CURB & GUTTER REMOVAL. (f) Manholes will be measured for payment on a per each basis at the contract unit price for: - Storm Manhole—4' Dia. - Storm Manhole—5' Dia. Storm Manhole—6' Dia. - Storm Manhole—7' Dia. - Storm Manhole—8' Dia. - Storm Manhole—9' Dia. - Type A Inlet, 2' Dia (g) Catch basins of the type specified will be measured for payment on a per each basis at the contract unit price for CATCH BASIN TYPE A, of the size specified ,OPEN BOTTOM, or CATCH BASIN 3' DIA, OPEN BOTTOM. (h) Catch basins and inlets removed shall be measured for payment on a per each basis at the contract unit price for CATCH BASIN REMOVAL or INLET REMOVAL. (i) Monolithic sidewalk will be measured for payment in square feet, in accordance with the details contained herein and paid for at the contract unit rice for MONOLITHIC SIDEWALK REMOVAL. Q) Frames and grates of the type specified will be measured for payment on a per each basis at the contract unit price for FRAME AND GRATE of the type specified. (k) Sodding will be measured for payment in square yards and paid for at the contract unit rice for SODDING AND SUPPLEMENTAL WATERING. (1) Sanitary services shall be repaired to the satisfaction or the Engineer and said repair shall include all material and labor necessary to complete repairs. Repairs shall be measured and paid per lineal foot for DUCTILE IRON PIPE, 6°. Where wyes or tees are necessary they shall be measured per each for SANITARY SEWER SERVICE RE-CONNECT. These prices shall include all labor and materials necessary to complete the work. 4' x 7.5' BOX MANHOLE This work shall consist of furnishing and installing a 4' x 7.5' box manhole that shall be in accordance with Sections 540 and 602 of the Standard Specifications. The Contractor shall be required to submit a shop drawing of the 4'x 7.5' box manhole within 15 calendar days after the Notice to Proceed. Shop drawings shall have manufacturer name, reference standards, dimensions, material types and sizes, statement that the product will meet or exceed requirements for road loading, specific road loading standards, and be stamped by a Structural Engineer. This work shall be paid for at the contract unit price per each for 4'x7.5' BOX MANHOLE, which shall include all labor, equipment, furnishing and installing the manhole, shop drawings, trench backfill, aggregate sub-base, and all other appurtenances required to complete the installation of the manhole. STORM SEWER ABANDONMENT This work shall consist of abandoning storm sewer as shown in the plans and in accordance with applicable sections 502.10 of the Standard Specifications. At the structure all storm sewers that are shown to be abandoned shall be block and mortared on the inside of the structure and two (2') foot outside the structure. 55 The corresponding pipe run between structures shall be filled with FA-06 and each end of the pipe shall be block and mortared. All FA-06 used to fill the abandoned storm sewer shall be considered included in the cost of storm sewer abandonment. This work shall be paid for at the contract unit price per foot for STORM SEWER ABANDONMENT, of the size specified, which shall include all labor, trench backfill, FA-06 to fill the pipe, and equipment necessary to completely fill the storm sewer, block and mortar the ends of the storm sewer, and block and mortar the pipe at the structures. SANITARY SERVICE CONNECTIONS (DUCTILE IRON PIPE, 6" or 8" SANITARY) This work shall be done in accordance with Section 611 of Standard Specifications insofar as applicable with the following revision. The cost of furnishing any materials required to complete the work, including, but not limited to, trench backfill, mission couplings, labor, disposal and excavation, shall be included in the contract unit price per foot for DUCTILE IRON PIPE—6" SANITARY or DUCTILE IRON PIPE—8" SANITARY. CURED IN PLACE PIPE LINER PART 1 —GENERAL 1.01 SUMMARY A. Lining Qualifications: 1. The Installer shall have installed a minimum of 500,000 liner feet of cured-in-place-pipe. B. Measurement and Payment: 1. Materials and installation as described below: a. Mobilization and site preparation. b. Televising of sanitary sewer to determine installed conditions. a. Existing condition video can be viewed prior to bidding contract upon request. Please contact Julie Morrison with Engineering Enterprises, Inc. at 630-466-6700. c. Cleaning of existing sanitary sewers to condition necessary for proper installation of product. d. Determining if existing service connections are active or inactive. e. Placement of lining material within sanitary sewer. f. Flow control, including bypass pumping, as required. g. Reinstatement and reconnection of active service connections. h. Sewer testing and internal inspections of installation. i. Cleanup. j. Other appurtenant and incidental work. 2. Measurement for Payment: a. Measure sanitary sewer on straight horizontal line along centerline of sewer. b. Do not include distance through manholes in measurement. 3. Payment: a. All work listed herein, unless specifically stated otherwise, shall be paid for at the contract unit price per foot for CURED IN PLACE PIPE LINER, of the diameter specified. This work shall include all materials, labor and equipment necessary to complete the work in accordance with this specification. 1.02 RELATED SECTIONS 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM D543 Test Method for Resistance of Plastics to Chemical Reagents 2. ASTM D638 Test Method for Tensile Properties of Plastics 3. ASTM D790 Test Method for Tensile Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM F1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin- Impregnated Tube 1.04 SUBMITTALS 56 A. Product Data: 1. Manufacturer's product literature, application and installation requirements for materials used in liner. 2. Manufacturer's product certification for materials used in liner. 3. Liner Pipe Thickness Design. a. Liner Pipe Thickness Design shall be in accordance with Appendix XI of ASTM F1216. The existing pipe shall not be considered as providing any structural support to the liner pipe. In the liner thickness calculations, the minimum ovality of the host pipe shall be 2 percent, the height of ground water shall be 50% of the pipe depth, the enhancement factor(K) shall not be greater than 7.0, the minimum safety factor shall be 2.0, and the flexural modulus of elasticity shall be reduced 50%to account for long term effects and used in the design equation EL. b. No liner shall be installed until it has been approved for installation. c. No liner will be approved for installation until liner thickness calculations have been submitted and reviewed for conformance with the specifications and installation requirements. B. Installer: 1. List completed projects, including location and contact (minimum 500,000 linear feet). 2. Proposed plan for bypassing sewage during liner installation. C. Post Lining Submittals: 1. Testing results per section 3.05.D. 2. CCTV compact discs and reports (pre & post lining) per section 3.05.E. 1.05 QUALITY ASSURANCE A. Corrosion: 1. Fabricate finished liner from materials which, when cured, will be chemically resistant to withstand internal exposure to domestic sewage. B. Manhole Connections 1. All manhole connections shall be water tight. C. Testing: 1. Test finished pipe liner in accordance with section 3.05.D. PART 2- PRODUCTS 2.01 CURED IN PLACE LINER A. Resin: 1. Polyester resin for general chemical applications: a. Up to 5%by mass thixotropic agent which will not interfere with visual inspection may be added for viscosity control. b. Resins may contain pigments, dyes or colorants which will not interfere with visual inspection of cured liner. B. Reinforcing Material: 1. Non-Woven, needle interlocked polyester felt formed into sheets of required thickness. a. Felt tubes may be made of single or multiple layer construction, with any layer not less than 1.5 mm thick. b. Mechanical strengthener membrane or strips may be sandwiched in between layers where required to control longitudinal stretching. c. Liners shall have a bonded internal polyurethane membrane, which must be left on the internal surface of liner after curing. d. Minimum thickness of bonded polyurethane membrane and inner liner, if used shall be 0.3 mm, +5%, and shall not affect structural dimension requirements of cured liner. C. Felt Content: 1. Content shall ensure cured thickness of liner as specified. 2. Thickness of cured liner to be as specified (+10%-4%) and shall not.include thickness of polyurethane inner liner. 57 D. Resin Content: 1. 10 to 15% by volume greater than volume of felt in liner bag. E. Cured liner shall conform to minimal structure standards listed: Standard Value Tensile Strength ASTM D638 3,000 psi Flexural Modulus of Elasticity ASTM D790 250,000 psi Flexural Strength ASTM D790 4,500 psi F. Fabricate liner to size that when installed will fit internal circumference of pipe. Allowance shall be made for circumferential stretching during insertion. G. Meet requirements of ASTM F-1216. PART 3- INSTALLATION 3.01 EXAMINATION A. Examine video of condition of pipe interior before starting work. 3.02 PREPARATION A. Prior to liner installation sufficiently remove protruding taps, mineral deposits & roots TO WITHIN 1/2" OF THE PIPE WALL. All other debris shall also be removed from the sewer line. This pay item shall include Light sewer cleaning, heavy root cleaning, and protruding tap removal. Light cleaning is defined as two passes with a high pressure water jetter. B. If offset joints or collapsed pipe sections are present that will prevent insertion of the liner- Notify the Engineer immediately. Repairs for these conditions are not part of the scope of this project and will be completed only after the Engineer issues written authorization. C. Sewage Bypassing: 1. Provide for flow of sewage around sections of pipe to be lined. a. Pump or bypass lines shall be of adequate size and capacity to handle flow. b. Coordinate bypassing operations with owner. 3.03 INSTALLATION A. Preparation of Liner: 1. Resin Impregnation: a. Designate location where uncured resin in original containers and unimpregnated liner will be vacuum impregnated prior to installation. Installer shall allow engineer to inspect materials and "wet out" procedure. b. Resin and catalyst system compatible with requirements of this method shall be used. Quantities of liquid thermosetting materials shall be to manufacturer's standards to provide lining thickness required. c. Transport resin impregnated liner to site immediately prior to inversion in suitable light-proof container with temperature maintained below 40 degrees Fahrenheit 2. Insertion of Liner: a. Insert liner through an existing manhole by means of an inversion process. Lubricant may be used. 3. Curing Liner: 58 a. After inversion is complete, apply heat source and recirculation equipment. Equipment shall be capable of uniformly raising the temperature of the liner above the temperature required to effect cure of resin. b. Provide suitable monitors to gauge temperature of incoming and outgoing heating source. Place second gauge between impregnated liner and pipe invert at remote manhole to determine temperatures during cure. Temperature in line during cure period shall be as recommended by resin manufacturer. c. Initial cure shall be complete when inspection of exposed portions of liner to be hard and sound and remote temperature sensor indicates that temperature is of magnitude to realize an exotherm. d. Cool hardened liner to temperature below 100 degrees F before relieving pressure in the liner. 3.04 CONNECTIONS A. Service Connections: 1. Locations: a. Determine service connection locations from television inspection video. 2. Reinstatements: a. Reinstate and reconnect service connections unless service connection is deemed to be inactive. b. Reconnect services without excavation by television camera and cutting device that re- establishes services for minimum of 95%of the flow capacity. c. Sanitary services shall not be out of service for more than 12 hours during lining process. d. ALL SERVICES EDGES SHALL BE SMOOTHED WITH A WIRE BRUSH-ATTACHMENT AFTER INTERNAL REINSTATEMENT. B. Manholes Connections: 1. Reconstruct benches and channels in manholes with grout to match new invert elevations. 2. At the connection to the manhole, provide a watertight seal between the host pipe and liner pipe 3.05 FIELD QUALITY CONTROL A. Finished liner: 1. ,Liner shall be continuous over entire length of insertion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes and delaminations. 2. During curing process, gauge water tightness under positive head. 3. Liner shall conform to shape of pipe existing before installation and not be out of round by more than 5%. B. Liner Thickness: 1. Cured liner shall be accurately measured and shall not be more than 5% less than thickness specified. C. Felt and Resin Content of Liner: 1. Visually inspect liner to ensure number of layers of felt conforms to specified number of layers and thickness. 2. Calculate resin to felt ratio by weight. 3. Ratio shall fall in range 1.0:1 to 1.1.5:1. D. Testing: 1. Flexural Strength and Modulus of Elasticity: a. Testing shall be completed by a 3`d party in accordance with ASTM D790 . b. Specimens tested shall be actual thickness of fabricated liner. c. Do not machine specimen on surface. d. Make test with smooth (inner) face in compression using 5 specimens. E. CCTV Examination: 1. Televise interior of pipe after completion of Work and provide written report and video on compact disc to OWNER. 2. Use pan and tilt color 3 lux camera to view the sewer service lateral connections. F. Documentation of Internal Sewer Inspection 59 1. Television Inspection Logs: All inspections are to be generated on Flexidata Software by Pearpoint using PACP codes for all observations. Technicians should have a minimum of three years experience and be familiar with NASSCO Specifications Guidelines, 10`h edition. The Contractor shall keep computerized records. Hand-written logs will not be accepted. The start of each manhole segment shall be indexed using the VHS Index Search System. Each log shall be identified by upstream an downstream manhole numbers (preceded by the Quadrant number), with the upstream manhole listed first, and shall contain the videotape number and index number of the manhole segment video recording. Copies of the logs, for each television tape, shall be filed in a '/z inch capacity 3-ring loose-leaf binder, Zip disk backup in Flexidata Software by Pearpoint. The loose leaf binder shall be labeled with tape number, CD number, quarter section number, sections televised, location,and counter positions. A separate master index shall be provided in a'/2 inch capacity 3-ring loose-leaf binder identifying the road, quadrant number and start manhole, quadrant number and finish manhole, length televised,tape number, and CD number. 3.06 CLEANING AND RESTORATION A. At completion of work, remove rubbish, debris, dirt, equipment and excess material from site. Clean and restore adjacent surfaces soiled by and during course of work. 3.07 SANITARY SERVICE ABANDONMENT (TYP.) A. Any sanitary services selected for abandonment shall be completed as part of cured-in-place liners. TYPE A SANITARY MANHOLE All sanitary sewer manholes shall be precast reinforced concrete ASTM designation C-478 provided with approved cast in place rubber boots (flexible manhole sleeve) having a normal wall thickness of three/sixteenths (3/16) inches with a ribbed concrete configuration and with stainless steel binding straps properly sized. All sanitary sewer manholes shall be set in butyl rope joint sealant, including all component parts, bottoms, barrels, adjusting rings and castings. The outside joints shall be provided with a four(4) inch wide strip of butyl-resin sealant completely around each joint with vertical lap of one (1) inch and horizontal lap of six(6) inches. "Cretex"chimney seals or approved equal shall be installed on all manholes. Additional depth of the manhole will not be paid for separately and shall be included in the cost of this pay item which shall include all material, labors, and equipment to make and install the additional depth of manhole. Any applicable drop manhole connections will not be paid for separately and shall be included in the cost of this pay item which shall include all material, labors, and equipment to make and install the drop manhole connection. This work shall be paid for at the contract unit price per each for TYPE A SANITARY MANHOLE, of the diameter specified, which price shall include providing and installing the manhole, and backfill material as detailed on the plans. SANITARY SEWER CONSTRUCTION Description of Work This work shall consist of constructing sanitary sewer of the size and type specified, along with all excavation, backfill, service connections and associated work, as shown on the enclosed plans. All work shall conform to applicable sections of the Standard Specifications for Water& Sewer Main Construction in Illinois. The Contractor shall be responsible for continuity of any sewer services to each facility connected to the sanitary or storm sewer during the execution of the work this contract. In the event that sewage backup occurs during or following operations and enters dwellings, the Contractor shall be responsible for 60 cleanup, repair and all property damage costs and claims. Trench backfill shall be FA-06 exclusively. No alternatives will be accepted. Material removed from the trench shall be removed from the site and shall not be used for trench backfill regardless of its suitability. Where sanitary lines pass above water main, sanitary pipe shall be of water quality extending 10' minimum on either side of crossing. Core drilling of existing sanitary manholes shall be included in the cost of the contract. A flexible rubber boot shall be used at all connections and penetrations into precast sanitary sewer manholes. Connections into existing brick manholes shall utilize brick and hydro-cement. All connections to existing manholes shall be included in the cost of the contract. The contractor shall provide bypass pumping as required for construction. The pumps and bypass lines shall be of adequate capacity and size to handle all flows. All cost for bypass pumping required during installation of the pipe shall be included in the cost of the contract. The contractor shall submit a bypass pumping plan to the Engineer a minimum of 48 hours in advance of sewer disruption for review and approval. Said plan shall detail the pump sizes,hoses, lengths, and all other items required to effectively convey the effluent from the sanitary sewer. No bypass pumping operations will be permitted overnight. All sanitary sewer not connected into a sanitary manhole at day's end will be temporary connected to the existing sanitary main. All temporary connections will not be paid for separately and shall be included in the cost of the sanitary sewer pipe. Materials All sanitary pipe shall utilize elastomeric gaskets complying with F-477. All sanitary pipe and structures shall be of the size specified on the plans and of the following type: (a) Ductile Iron Pipe (ANSA A21.51) (wrapped) (b) P.V.C. C-900 (water main quality) (c) P.V.C. SDR 26 (3.5'— 15' of cover). (d) P.V.C. SDR 21 (over 15'—20'cover) (e) P.V.C. SDR 18 (over 20'cover) Method of Measurement& Payment Sanitary sewer construction shall be measured for payment as follows: (e) Sanitary sewer of the size and type specified shall be measured for payment in lineal feet at the contract unit price for: - Sewer Construction—Pipe Sewers, 8" C-900 - Sewer Construction—Pipe Sewers, 8° SDR-26 - Sewer Construction—Pipe Sewers, 12 SDR-21 - Sanitary Sewer Service, 6° P.V.C. SDR-26 Where the pipe connects to a structure, the measurement shall be to the inside edge of said structure. All fitting necessary to install said sanitary sewer shall be included in the cost of the pipe. Non-shear or mechanical joint gasket couplings used to connect dissimilar materials shall be included in the cost of the pipe. (f) FA-06 bedding material and initial backfill to one (1') above the pipe will be considered INCLUDED in the cost of the contract and will not be measured for payment. (g) Selected trench backfill shall be INCLUDED in the cost of the contract and will not be measured for payment. (h) Pavement removal and replacement will be measured for payment: in tons at the contract unit price for"AGGREGATE BASE COURSE"; measured for payment in tons for°IL9.5L, BITUMINOUS CONCRETE SURFACE (LOW ESAL), SUPERPAVE, N30, MIX D; and measured for payment in tons for STABILIZED SUB-BASE, BITUMINOUS AGGREGATE MIXTURE in accordance with the details contained herein. (i) Combination Curb & Gutter Removal and Replacement will be measured for payment in linear feet at the contract unit price for CURB & GUTTER REMOVAL and COMBINATION CONCRETE CURB & GUTTER, TYPE B-6.18. 61 (j) Frames and grates of the type specified will be measured for payment on a per each basis at the contract unit price for FRAME AND GRATE of the type specified. (k) Sanitary manholes removed shall be measured for payment on a per each basis at the contract unit price for SANITARY MANHOLE REMOVAL. (1) Monolithic sidewalk will be measured for payment in square feet; in accordance with the details contained herein and paid for at the contract unit rice for MONOLITHIC SIDEWALK REMOVAL. (m) Frames and grates of the type specified will be measured for payment on a per each basis at the contract unit price for FRAME AND GRATE of the type specified. (n) Sodding will be measured for payment in square yards and paid for at the contract unit price for SODDING AND SUPPLEMENTAL WATERING. (o) Sanitary sewer services shall be connected to the new main by a Wye or wye-tee, have a minimum slope of 1%and have a cleanout installed per Engineer directions. Sanitary sewer services will be measured for payment in lineal foot and paid for at the contract unit price for SANITARY SEWER SERVICE, 6" of the type specified. All fittings and cleanouts shall be included in the cost of SANITARY SEWER SERVICE, 6". These prices shall include all labor and materials necessary to complete the work. SOIL CERTIFICATION Description of Work The completed [EPA LPC-663 form has been provided along with all necessary attachments (information provided on the enclosed CD). . The Contractor will be responsible for locating a receiving facility(CCDD or Soil Only) or other disposal site for all uncontaminated material/soil. Any required paperwork, analysis, etc. required by said receiving facility above and beyond what has been.provided shall be acquired by the contractor at the contractor's expense. The contractor shall provide the engineer(not limited to) copies of said paperwork/analysis, load tickets and receiving facility or disposal site sign-offs for each load of uncontaminated soil disposed. CCDD Analysis There are 3 general classifications of soil that have been identified: 1. Certified for disposal at a CCDD or Soil Only Facilities (i.e. uncontaminated) 2. Exceeds pH requirements of CCDD or Soil Only Facilities but does not exceed the maximum allowable concentration of contaminates for CCDD or Soil Only Facilities (i.e uncontaminated). 3. Exceeds maximum allowable concentration of contaminates for CCDD or Soil Only Facility(see CONTAMINATED WASTE DISPOSAL) Basis of Payment Excavation and disposal of uncontaminated excavated material, regardless of pH value, shall be paid for as described within the given standard specifications and special provisions of the specified pay items. Any excavated material found to be contaminated shall be paid for as CONTAMINATED WASTE DISPOSAL as described within the given special provisions. CONTAMINATED WASTE DISPOSAL Description of Work This work shall consist of the segregation, hauling and satisfactory disposal outside the limits of the job of all contaminated excavated material necessary for construction of the project. All work shall be in accordance with Section 669 of the Standard Specifications and as specified herein. Contaminated waste shall be defined as any excavated material with contaminants exceeding levels that prohibit disposal at a permitted CCDD or soil only receiving facility. A completed Waste characterization for said material is available upon request. 62 It is the contractor's responsibility to locate a receiving facility for the contaminated material and to provide the facility with any required paperwork and/or analysis. Any paperwork or analysis required in addition to the available waste characterization noted above will be at the expense of the contractor. The contractor shall provide the engineer (not limited to) copies of said paperwork/analysis, load tickets and receiving facility sign-offs for each load of contaminated soil disposed. Basis of Payment The work shall be paid for at the contract unit price per cubic yard for CONTAMINATED WASTE DISPOSAL which price shall be payment in full for all work required to complete the work as described herein. Excavation of excavated material shall be paid for as described within the given standard specifications and special provisions of the specified pay items. 63 Water Main'Parts --Specifications Valves— All.valves on water main 2"-66"diameter shall be American flow Control Series 2500-1.Ductile Iron Resilient.Wedge Gate Valves.(AWWA C-515).rated for 250 psi cold water working pressure with stainless steel hardware- 1!"Corporation Stops— • Equivalent to or better than Mueller H-15000 Ball valves: Y CurbRops- Equivaient.ta.or better than Mueller H-15204:(1".)..Bali:Valves 'Buffalo Boxes— Tyler 95-E-1W 10EI E 4'6'—e extension eu€falo:Box Extensions.- 0 Tyler.95"-2 h"x 16" $*61o*.Box Repair Covers— 2:X''Expandable :.Copper-Tubing- �•: 1"—tubing must be made in compliance with._Fe4ieral;Speafidtlons VVW T 799,Type:K,ASTM Speclfioatlons:888-55 Type K:and AW.W_A.Speeiflcatlons:78 CRType KCopperWateffube,or curre6t•spe.6fications,FedeFal'ASTM.AVI WA. .,`flre hydrants- s Hydrants shall be Waterous Racer>raffic_Model.W867:250,with;aHidliary.valve,.painted Pubernatiortalora nge. WaterMa.in­ + Ductile Iron/Class 52 Frames&Lids— • Heavy duty with"WATER"insignia on the lids Water Vaults— • Made of Pre-Cast Concrete to surface with minimal concrete rings for adjustment— ".Doghouses"to be sealed with mortar and:bricks. 64 IM 'r.antrovr�;PamrbJicfrPfi!�ry�B6 - S4 �h,' lay Zhu a pr Ol "UM JOS -Ob, tr p 11 diailmr H=U5:"01 ���.. revl-M ea Sol mp'Il 1E. Etartlon No -s�3m whEal :Jnclaxle finr,e conrw p 5ta fl'ar . I hard!. - : Smmp Sta smfoe. Cope Ae � . 4! �A a?1. ' ` 1Vtratea ��' +►?9' 111rrtW4' d `wa ►e.. j � 'er; i ;pox;add 6ng wr.,min drg!.,,.com bra!Mr In 4fd and rubber owe vafaFt __ ooilac 1p.l a�eJs a 1[ °6 1atr. n s fiat" to !f . . '4f Fram,,Grata [Nw,aih'R-173a ior;WVI jM2I w fth"W�IM cas `n lid i CITY ELGIN ��/j Engineering Division of Public Works / Hydrostatic Pressure Testing Procedure Revised June 22, 2009 The following testing procedure is based in part on the standards of the American Water Works Association C600-05, effective Dec. 1, 2005.This procedure shall apply to all water mains to be owned and maintained by the City of Elgin AND privately owned water main that is looped to provide adequate fire protection. This policy does not apply to any service or piping between the public or private main and a structure. 1. TESTING MAP: The developer/contractor requesting the pressure test shall provide the City's Engineering Inspector a map(on 11" x 17" sheets) of the facilities (water mains, hydrants, valves, etc.) to be included during the test. The Engineering Inspector will then contact the- Water Distribution. Division of Public Works to assist the contractor in filling the water main for their preliminary pressure test. The testing map shall clearly identify all water structures (valve vaults, fire hydrants, auxiliary valves, etc.) and if they are to be open or closed during the test. All testing maps shall be dated along with the developers/contractors name and phone number. All water mains regardless of diameter or length fall under the requirements of this procedure. 2. OVERALL MAP: The Engineering Inspector shall maintain an overall map of the development or water main project with a legend to showing existing, proposed, tested and passed water mains. 3. HYDROSTATIC PRESSURE TESTING EQUIPMENT: All pressure testing equipment and labor necessary to setup and -run the test shall be provided by the developer/contractor and shall include: a. Pressure Gauge (maximum pressure of 250 pounds or as approved by the Engineering Inspector) b. Pump. c. Tank d. Fittings for the testing equipment to be connected to the water main e. Accurate water volume measuring device (calibrated volumetric meter or 1 gallon graduated cylinder in ounces) f. Winter protection for all equipment (must have when temperature is below 40 degrees. g. Locking valve (see NOTES)with large diameter latch 4. INITIAL VALVE CHECK & FILLING: Prior to filling (with water) the section of water main that is being tested all valves need to be checked (either open or closed) as shown on the testing map (including opening all fire hydrant auxiliary valves). All City of Elgin water distribution system valves will be operated by the City's Water Distribution Division of the Water Department (847) 931-6026 or (847) 931-6098. Contractors SHALL NOT OPERATE any valves on an existing City water main or any water main that has been previously activated WITHOUT WRITTEN permission. FAPublic_Works\Engi need ng\Checklists&Fonns\Inspection\Water Main Pressure Testing\2 Water Main Hydrostatic Pressure Testing Procedure 062209.docx Page 1 of3 66 5. AIR REMOVAL: After filling the water main with water, air shall expelled the main by flushing water out of the main at corporation cocks located at high points along the water main. 6. PRESSURIZATION: After all the air has been removed from the water main the main should be pressurized to 150 psi by pumping additional water into the water main. NOTE: THE PRESSURE GAUGE IS REQUIRED TO BE LOCATED AT THE HIGHEST POINT OF ELEVATION OF THE WATER MAIN. Once testing (150 psi or higher) pressure is obtained the pump should be shut off and timing started. The pressure gauge should be checked intermittently and the pressure reading recorded after two hours. If the pressure reading falls varies more than +/-5 psi from the starting pressure the test fails and will need to be redone after the leak has been found and addressed. 7. MAKE-UP VOLUME: If the pressure is maintained within the +/-5 psi range.for the 2 hour test period, then the make-up volume shall be determined by pumping water back into the water main to reach the initial test pressure (please note that the developer/contractor will normally pump water into the main to increase the gauge pressure up to more than 150 psi, say 155 psi, and then they will bleed the pressure back down to the initial starting pressure). Once the initial starting pressure has been reached the bleed off valve will be opened and water will leave the system. The 'bleed off valve will be closed once the final 2 hour test period pressure is reached. All the water that leaves the system is to be measured via a volumetric meter or in a graduated container. 8. ALLOWABLE MAKE-UP VOLUME: The measured volume of "make-up" water is compared to the allowable make-up volume leakage from the City of Elgin -Water Main Pressure Test Form. If the water collected is LESS than the allowable make-up volume then the test PASSES. If the water collected is MORE than the allowable make-up volume the test FAILS and will need to be retested. 9. FINAL VALVE CHECK: Prior to bleeding off the pressure in the water main all hydrants on the testing map should be slowly opened to ensure that they-had pressure against them during testing (slowly cracking open the valves will cause a slight movement of the needle on the pressure gauge due to the slight pressure drop). If need be CALL ANOTHER INSPECTOR FOR ASSISTANCE if all the fire hydrants and valves within the test section are not visible from the testing location. 10. PRESSURE REDUCTION: If the water main has passed the pressure test the pressure should then be reduced to 40 psi. The pressure in the water main should never be allowed to go below 20 psi after a PASSED test. 11. CITY OF ELGIN WATER MAIN PRESSURE TESTING FORM: The City of Elgin Water Main Pressure Testing Form should be filled out for both PASSING and FAILING tests. The Engineering Inspector should print and sign their name at the bottom of the form. For both passing and failing pressure tests the Engineering Inspector will send the developer and the contractor notification of the test results (via email, fax or paper). If it is a failed test the Engineering Inspector will request information on a retest. If the pressure test passes, then the Engineering Inspector will also send a copy of the completed pressure test form along with a color coded map to F:\Public_Works\Engineering\Checklists & Forms\Inspection\Water Main Pressure Testing\2 Water Main Hydrostatic Pressure Testing Procedure 062209.docx Page 2 of3 67 The Water Department (Kyla Jacobsen), Water Distribution (George Lorenzo) and the Project Engineer for the project file. 12.CHLORINATION TESTING: The Water Department Chemist will email the City Engineer when the section of water main on the TESTING MAP has passed Bac T testing. 13. IN-SERVICE: The water main is not considered to be in-service until all whips have been removed by the contractor and all applicable supply valves are opened by the City of Elgin Water Distribution. NOTES: At certain times, the Engineering Inspector may not be able to be present for the full 2 hour test time. The Engineering Inspector shall lock the valve, using a City Master padlock, to secure the valve. Once this is done, any tampering on the testing equipment by anyone other than the Engineering Inspector or assigned City Inspector shall result in a failed test. F:\Public_Works\Engineering\Checklists&Fonns\lnspection\Water Main Pressure Testing\2 Water Main Hydrostatic Pressure Testing Procedure 062209.docx Page 3 of3 68 TABLE 1 (GALLON). ALLOWABLE LEAKAGE.FOR PIPELINE PER 1,000 FTIN,GALMOUR, AVERAGE TEST PIPE SIZE IWNCHES PRESSURE(psi) 2 3 4 .6 8 1.0 12: 1.4 11.6 18 20 24 30 36 42 48 200 0.21 0.32 0.43 0.64 0.85 1.08 1.28 1:48 170 1.91 2.12 2.55 3.19 3.82 4.46 5.09 '175 0.20 0.30 0.40 0.59 0.80 0.99 1.19 1.39 1.59 1.79 1:98 2.38 2.98 3.58 4.17 4.77 '150 0.19 0.28 0.37 0.55 0.74 0:92 1.10 1.29 1:47 1.66 1.84 2.21 2.76 3.31 3.86 4.41 125 0.17 0.25 0.34 .0.50 0167 0.84 1.01 1.:18 1,:34 1.51 1.68 2.01 .2.52 3.02 3.53 4.03 100 0.15 0.23 0.30 0.45 0.60 0.75' 0.90 1:05 1.20 1..35 1.50 1.80 .2.25 2.70 3.15 160 80 0.14 0:20 0.27 0.41 0:54 0:68 0.81 0.95 1:08 1.22 1.35 1.62 2.03 2.44 2.84 3.25 60 0.12 0.18 0.23 035 0.47 0:59 0.70 .0:82 0:94 1:06 1.17 1.41 1.76 2.11 2.46 2.82 TABLE.2(LITERS) ALLOWABLE.LEAKAGE FOR PIPELINE PER 1;000 FT IN LITERSIHOUR AVERAGE TEST PIPE SIZE IN INCHES PRESSURE(psi) 2 3 4 6 8 10 12 14 16 18 20 24 30' 36 42 48 200 0.40 0:61 0.81 1.21 1.61 20.1 2.42 2.80 322 3.62 4.01 4.83 6.04 7.23 8.45 9:64 175 0.38 0.57 0.76 1:12 1.51 1':87 2.25 283 3:01 3.39 3.75 4.51 5.64 6.78 7.90 9.03 150 0.36 0.53 0.70 1.04 1.40 1.74 2.08 2A4 2.78 3.14 3.48 4.18 5.23 6.27 7.31 8.36 125 0.32 0.:47 0.64 0.95 1.27 1.69 1.91 2.23 2.54 2.86 3.18 3:81 4.77 5.72 6.68 7.63 100 0.28 0:44 0'57 0.85 1.14 1:42 1.70 1.99 .2:27 2.:56 2.84 3.41 4.26 5.11 5.96 6.82 80 0.2. 7 0.38 0.51 0.78 1.02 1.29 1.53 1.80' 2.04 2.31 2.56 3.07 3:84 4.62 5.38 6.15 60 0:23 0.34 _0.44 0.66` 0:89 1:12 1.33 1.55 1 178 2.01 2.22 2.67 3.83 4.00 4.66 5.34 Supplemental Conditions SCOPE. These Conditions amend or supplement the Insurance Requirements and other provisions of the Contract Documents as indicated herein. All provisions which are not so amended or supplemented remain in full force and effect. Each policy must list the City as an additional insured. The Contractor and all Subcontractors waive subrogation rights against the City for all losses. Such insurance shall apply as primary insurance with respect to any other insurance or self-insurance program afforded to the City of Elgin. There shall be no endorsement or modification of such insurance to make it excess over other available insurance,and alternatively, if the insurance states that it is excess or pro rata,it shall be endorsed to be primary with respect to the City of Elgin. The insurance required shall include all major division of coverage and shall be on a comprehensive general basis including Premise and Operations(including X-C-U),Products and Completed Operations, and Owned,Non- owned,Leased,and Hired Motor Vehicles. Such insurance shall be written for not less than any limits of liability required by law or the following limits, whichever are greater: r Commercial Liability General Aggregate $2 Million Products Completed Operations Aggregate $1 Million Personal Injury and Advertising Limit $1.Million Each Occurrence $1 Million Automotive-for all owned,non-owned, hired and leased vehicles Combined single limit $1 Million or Bodily injury- each person $500,000 each accident $1 Million Property damage-each occurrence $1 Million Umbrella Combined single limit $2 Million General aggregate $2 Million Worker's Compensation Statutory $1 Million Employer's Liability $100,000 Builder's Risk $ N/A The Contractor may purchase and maintain excess liability insurance in the umbrella form in order to satisfy the limits of liability required for the insurance to be purchased and maintained in accordance with the requirements set forth above. Any such amounts must be in addition to the umbrella limits required,must list all underlying policies, and must list the City as an additional insured. Evidence of such excess liability shall be delivered to the City in the same form and manner as the required insurance policies. The City reserves the right,at its sole discretion, to amend the insurance requirements contained herein. All insurance shall be written on an occurrence basis, unless the City approves in writing coverage on a claims-made basis. Coverages whether written on an occurrence or a claims-made basis shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment. Certificates of Insurance acceptable to the City and confirming the insurance coverage required herein are attached to the Contract. The City shall have no obligation to execute the Contract and may award the Contract to the next lowest responsible and responsive bidder,if such insurance certificates have not been provided to the City within five(5)business days after presentation of the Contract to the Contractor for execution. The Contractor shall furnish to the City copies of any endorsements that are subsequently issued amending limits of coverage. 70 Illinois Department of Transportation 2300 South Dirksen Parkway/Springfield, Illinois/62764 October 18, 1999 Construction Debris Guidance #99-11 COUNTY ENGINEERS/SUPERINTENDENT OF HIGHWAYS/MUNICIPAL ENGINEERS/ DIRECTORS OF PUBLIC WORKS/CONSULTING ENGINEERS As a result of Public Act 90-761, which amends the Environmental Protection Act concerning general construction or demolition debris, new restrictions have been placed on material that is removed within the limits of a constructed contract. The revisions to the Act place specific requirements on construction or demolition debris, clean or general, or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures, and roads that is not commingled with any waste. When this material is removed from a job site and disposed of, certain criteria must be met as follows: 1. Either the Local Agency or the Contractor must ensure that load tickets and manifests that document the transfer, disposal, or other disposition of all debris leaving the construction site are completed. 2. The load ticket and manifest shall: a. Identify the hauler, generator, and place of generation of the debris.or soil. b. Identify the weight or volume of the debris or soil. c. Identify the location, owner, and operator of the facility where the debris or soil was transferred, disposed, recycled, or treated. 3. The generator, transporter or recycler must maintain this documentation for 3 years. A sample form has been attached that may be used to monitor all construction and demolition debris leaving the job site. In accordance with Section 107.01 of the"Standard Specifications for Road and Bridge Construction", a Contractor is required to observe and comply with all Federal and State laws, ordinances, and regulations when performing contract construction. If a local agency desires to assign the documentation responsibility to the Contractor, the attached Special Provision should be inserted into the contract plans. If you have any questions concerning this issue, please contact Larry Piche in our office at (217)785- 1664. Sincerely, Darrell W. McMurray, P.E. Engineer of Local Roads and Streets Attachments cc: Jay Miller 71 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION DEBRIS Add the following to the third paragraph of Article 202.03 of the Standard Specifications: "The Contractor shall not conduct any generation, transportation, or recycling of construction or demolition debris, clean or general or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures, and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil,the weight or volume of the debris or soil, and the location, owner and operator of the facility where the debris or soil was transferred, disposed, recycled or treated. This documentation must be maintained by the Contractor for 3 years." 72 CONSTRUCTION DEBRIS MANIFEST Ticket No. Contract No. Generator Hauler Truck No. Description of Material Approximate Weight of Material Approximate Volume of Material Disposition of Material: Location: Date: Time: Owner: Operator: 73 Hydrant Meter Agreement COMPANY INFORMATION COMPANY NAME: STREET : CITY: STATE: ZIP: PHONE: ( ) - EXT: JOB LOCATION: CITY CONTACT NAME (for City Project) ALL METERS MUST BE RETURNED TO THE METER SHOP BEFORE NOVEMBER 1ST, UNLESS PRIOR ARRANGEMENTS ARE MADE. THE COMPANY HEREBY UNDERSTANDS AND AGREES THAT IT WILL BE RESPONSIBLE FOR ANY THEFT, LOSS OR DAMAGE TO THE METER AND ALL WATER USAGE INCURRED. DATE RECEIVED COMPANY REP. PRINT NAME AUTHORIZING SIGNATURE DATE RECEIVED COMPANY REP. PRINT NAME AUTHORIZING SIGNATURE METER INFORMATION office use only) 1-IN.=$39.285/MO. 3-IN.=$196.50/M SERIAL NO: READ: START: CU FT. ENDING: CU FT. TOTAL CU. FT.: X 7.48 = DEPOSIT INFORMATION office use only) 1 — INCH METER $250.00 $ CITY CONTRACT_ YES NO 2—INCH METER $700.00 $ WATER ( 1 mo. Est.) $200.00 $ BILLABLE USAGE_ YES _NO HYDRANT WRENCH $40.00 $ HOSE $ OTHER TOTAL DEPOSIT $ CHECK NO. ROUTE TO: WATER BILLING KYLA @ RIVERSIDE (accountability of non-chargeable accounts) Hydrant Form 74 CITY OF ELGIN HYDRANT METER POLICY Effective January 1998 Any water obtained from the City of Elgin fire.hydrants shall be metered and provided subject to the following: Hydrant meters and accessories shall be obtained through the Meter Shop of the City of Elgin. A deposit shall be required in the form of a certified or cashier's check; no cash shall be accepted. COSTS: 1) Meter and accessory deposit: $250 for 1-inch meters, $700 for 3-inchh meters, and $40 for hydrant wrenches. In the event the water meter is not returned or is returned damaged, deposits shall be forfeited. 2) Usage deposit: $200 or one month's anticipated water usage, whichever is higher. 3) Water charges: a. Water usage shall be billed bimonthly on an estimated basis unless actual reads are provided. The water rate is as currently adopted by the Elgin City Council. No sewer fees shall be billed. In addition to usage, the following meter availability charges will be added to the bimonthly bill: 1" $32.65 / month 3" $163.25 / month Water bills will be issued until the meter is returned to the City. WATER BILLING /ACCOUNTABILITY: Hydrant meters shall be returned to the Meter Shop by November. 1 of each year. The meter shall be read to determine total water usage. The sign out form for hydrant water usage will be completed in its entirety with all relevant information, including the start reading, by all contractors, whether associated with a City contract or not. The completed form and deposits shall be forwarded to the Finance Department. When the meter is returned, the end read shall be taken or estimated if damaged or lost and usage calculated. This information will be forwarded to the Finance Department for final billing. 75 Ordinance No. G74-99 AN ORDINANCE AMENDING THE WATER RATES BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS: Section 1. That Section 14.04.180 of Chapter 14.04 entitled 'Water Regulations" of the Elgin Municipal Code, 1976, as amended, be and is hereby further amended to read as follows: 14.04.180 Water rates- Consumers within City. A) the following rates are established and shall be collected for all water furnished by the City to any consumer in the City for purposes other than fire protection: a. A monthly availability charge shall be collectable and computed based upon the size of the meter in accordance with the following, notwithstanding the foregoing availability charge for a single-family residence with a meter size not exceeding three-fourths inches shall not exceed the five-eighths inch meter rate: Meter Size 2000 2001 2002 2003 2004 5/8" $5.455 $5.615 $5.780 $5.950 $6.125. 3/a" 18.175 18.720 19.280 19.855 20.450 173 36.305 37.390 38.510 39.665 40.850 1 '/a" 54.485 .56.115 57.795 59.525 61.310 1 '/2" 72.665 74.840 77.085 79.395 81.775 2" 108.970 112.235 115.600 119.065 122.635 21/211 145.230 149.585 154.070 158.690 163.450 3" - 181.585 187.030 192.640 198.415 204.365 4" 254.255 261:880 269.735 277.825 286.155 6" 399.535 411.520 423.865 436.580 449.675 10" 690.100 710.800 732.120 754.080 776.700 b. The following rates shall apply for each 1,000 gallons or fraction thereof of water supplied: 2000 2001 2002 2003 2004 $2.880 $2.965 $3.050 $3.140 $3.230 or for each hundred cubic feet or fraction thereof of water supplied: 2000 2001 2002 2003 2004 $2.160 $2.220 $2.285 $2.350 $2.420 76 B) Special services shall be billed at the prevailing water rates or, if temporary meter service is not feasible, a substantially equivalent rate will be determined by the City Manager. C) Water furnished by the truckload shall be billed at the following rate per 1,000 gallons or fraction thereof. Minimum billed shall be thirty-five dollars. 2000 2001 2002 2003 2004 $9.060 $9.330 $9.605 $9.890 $10.185 Section 2. That all ordinances or part of ordinances in conflict with the provisions of this ordinance be and are hereby repealed. Section 3. That this ordinance shall be in full force and effect from and after January 1, 2000. s/ Ed Schock Ed Schock, Mayor Presented: December 1, 1999 Passed: December 1, 1999 Vote: Yeas 6 Nays 0 Recorded: December 2, 1999 Published: Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk 77 BOLDER Contractors, Inc.. 440Iakc Cook Road,Unit 3B Sewer Watennain and Road Construction 847.236.0785 Fax 847.236.0786 Deerfield,IL 60015 AFFIRMATIVE ACTION PLAN Lu Bolder.Contractors, Inc. shall take the following specific affirmative actions to ensure equal employment opportunity at all of its facilities and jobsites. A) Ensure and maintain a working environment free of harassment, intimidation, L e si ed :4 and coercion at all sites, and in all facilities at which our employees are as ga to work. We, where possible, will assign two or more women to each Lai construction project. We shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment with specific attention to minority or female individuals working at such sites of in such facilities. B Establish.and maintain a current Est of minority and female recruitment sources,, provide written notification to minority and female recruitment sources and to community organizations when(Bolder Contractors, Inc.) or its unions have employment opportunities available, and maintain a record of the organizatio ns' responses. Q Maintain a current file of the names, addresses and telephone numbers of each minority and female off the street applicant and minority or female ref erral from a union, a recruitment source or community organization and of what ac ti o n was taken with respect to each.such individual. If such individual was sent to the union hiring hall for referral and was not referred back to us by the union or, if referred, not employed by us, this shall be documented in the file with the reason therefore, along with whatever additional actions we may have taken. D) Provide immediate written notification to the director when the union or unions with which we have a collective bargaining agreement has not ref erred to us a minority person or women sent by us,, or when we have other information that the union referral process has impeded our efforts to meet our obligations. ,.3 M. L E) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading - P ro s and apprenticeship and trainee programs relevant to our employment needs, especially those programs fimded or approved by the Department of Ln Labor. We shall provide notice of these programs to our job applicants. F) Disseminate our EEO policy by.providing notice of the policy to unions and training programs and requesting their cooperation in assisting us in meeting our EEO obligations; by including it in any policy manual and collective bargaining agreement; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting our EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.. .�t�5 G) Review, at least annually, our EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layof y termination or other employment decisions including .h specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any jobsite. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. H) Disseminate our EEO policy externally by including it in any advertising in the r: news media, specifically including minority and female news media, and 1 providing written notification to and discussing our EEO policy with other contractors and subcontractors with whom we do or anticipate doing business. Direct our recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving our recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship of other training by any recruitment source, we shall send written notification to organizations such r as the above, describing the openings, screening procedures. and tests to be used in the selection process.. r,,ti J J) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the site and in other areas of our workforce. L K) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR, Part 60-3. L) Conduct, at least annually, an inventory and evaluation of all minority and . female personnel for promotional opportunities and encourage these employees to seek or to.prepare for, through appropriate training, etc., such opportunities. Ensure that seniority practices,job classifications, work assignments and other Ivy tY P personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and our obligation under these specifications are being carried out. _ N) Ensure that all facilities and company activities are non-segregated except that separate of single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. O) Document and maintain a record of all solicitations-of offers for subcontracts `a- from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and = other business associations. _ P) Conduct a review, at least annually, of all supervisors' adherence to and performance under EEO policies and affirmative action obligations. - -3/"7 1 Name and tine Date ass weer i i I City of Elgin, Illinois Certification Requirements Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accented without this information. 1. To assure compliance with the°City of E1g n's:,Affirmative Action Ordinance, all contractors and vendors. Herein referred to as"-bidders'" are requested to submit the following information: �.. a. Workforce analysis using the enclosed Bidder's Employee Utilization form. b. Provide the information required in Item #3 on the employee utilization;form if the answer to l. Question#2 on the form is"Yes". c. Provide a written commitment outlining the steps that.th e.bidder plans to take in;the->area of I . recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.)... 2. To assure compliance with the City of Elgin's Sexual Harassment Ordinance,all bidders;must submit a signed sexual harassment form enclosed with-the 1nvitation_to•Bid 3. The undersigned certifies-that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. 4. The undersigned certifies that the offerer is not barred from offering on this solicitation.as a result : . of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. 5. The successful bidder agrees that upon acceptance by the City of Elgin,the executed Invitation to I. Bid along with all instructions,conditions, and specifications attached thereto constitute a binding contract which may be enforced by the city. Signature/Title 0 Company Name Address (� _ I St- Phone Number $!57 Email Address 21, UY7 Li o. FEIN No. r I 78 d """' • City of Elgin, Illinois Equal Employment Written Commitment Guideline The written commitment required in Item#4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the bidder agrees that: "Bidder(company name) shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, martial status, or disability (physical or mental) which will not interfere with the performance of the job in question." Description of Groups for Classification Purposes White: all persons having origins in Europe, North America, or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or other Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition 79 i �FLIUM i City of Elgin, Illinois Sexual Harassment - - Policies and Programs !' Effective July 1,. 1993, every party to any contract with the City of Elgin and- every eligible bidder is required to have written.sexual harassment policies that include, at a minimum, the following information: the illegality of sexual harassment • the definition of sexual.harassment under state law a description of sexual harassment; utilizing examples (: • a vendor's internal complaint process including penalties and a-description of the means by which complaining-parties may complain directly to management personnel other than the alleged harassing individual • ..the legal recourse;, investigative and complaint process available through the Illinois Department of Human'Rightst and_the:Illinois-Iluman_Rights Commission • . directions on how to contact the department and commission (... �. protection against-retaliation-:as provided.by.--Section 67,1fl1 of the Human:Rights-Act I hereby affirm that the organization which I represent has in lace sexual hat L P p assment policies which include the required information set forth.:above,::and_I,hereby: agree to furnish the City of Elgin -.Human Resources Department with a copy of-these policies if '`they so request . SignaturefFitle Company L Date2: Sexual harassment is defined as follows: "Sexual harassment" means anyunwelcome sexual advances or-requests for sexual favois or any conduct of a sexual nature when (1) submission to such conduct is.made either explicitly or L. implicitly a teen or condition of an individual's employment; .(2) submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect .of substantially interfering with an f individual's work performance. or creating an intimidating, hostile, g or offensive working L. envi g ronment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed.to the City of Elgin - Human Resources Department at (847) 931-5607. 80 l- The undersigned, on behalf of the undersigned company, hereby agrees to-fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, costs of judgment against it arising from any complaint based on unlawful harassment and/or employment action, including, but not.limited to termination, based on any protected category as provided by law,including, but not limited to, sexual harassment resulting from the act of any member:of my organization in the performance of this contract. Signature/Title f+ Company Dates 81 Illinois Department of Human Rights Public Contracts Unit MODEL EMPLOYER SEXUAL HARASSMENT POLICY June 23, 1993 NOTE: This Model Employer Sexual Harassment Policy has been prepared by the Department of Human Rights to assist-public contractors and eligible bidders in complying with the requirements of Public Act 87-1257, effective July 1, 1993, that each public contractor and eligible bidder develop a written.sexuarharassment policy. This Model Employer Sexual harassment Policy has been. adapted from a Policy Statement and Model Policy issued December 18, 1992, by the Illinois Governor's Office to all State Departments, Agencies, Boards, and Commissions. POLICY REGARDING SEXUAL HARASSMENT IN EMPLOYMENT 1 G COMPANY I. STATEMENT OF COMPANY POLICY This company is committed to providing a workplace that is free from all forms of discrimination, including sexual harassment. Any employee's behavior that fits the definition of sexual harassment is a form of misconduct which may result in disciplinary action up to and including dismissal. Sexual harassment could also subject this company and, in some.cases, an-individual to substantial civil penakies. The company's policy on sexual harassment is part of its overall affirmative action efforts pursuant to state and federal laws prohibiting discrimination based on age, race, color, religion, national origin, citizenship status, unfavorable discharge from the military, marital status, disability, and gender. Specifically, sexual harassment is prohibited by the Civil Rights Act of 1964, as amended in 1991, and the Illinois Human Rights Act. Each employee of this company bears the responsibility to refrain from sexual harassment in the workplace. No employee -male or female- should be subjected to unsolicited or unwelcome sexual overtures or conduct in the workplace. Furthermore, it is the responsibility of all supervisors to make sure that the work environment is free from sexual harassment. All forms.of discrimination and conduct which can be considered harassing, coercive or disruptive, or which create a hostile or offensive environment must be eliminated. Instances of sexual harassment must be investigated in a prompt and. effective manner. All employees of this company, particularly those in a supervisory or management capacity, are . expected to become familiar with the contents of this Policy and to abide by the requirements it establishes. II. DEFINITION OF SEXUAL HARASSMENT According to the Illinois Human Rights Act, sexual harassment is defined as: Any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when; (1) submission to such conduct is made, either explicitly or implicitly, a term or condition of an individual's employment. (2) submission to or rejection of such-conduct by an individual is used as the basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating, hostile, or offensive working environment. The courts have determined that sexual harassment is a form of discrimination under Title VII of the Civil Rights Act of 1964, as amended in 1991. Page 3 of 8 One example of sexual harassment is where a qualified individual is denied employment opportunities and benefits that are, instead, awarded to an individual who submits (voluntarily or under coercion) to sexual advances or sexual favors. Another example is where an individual must submit to unwelcome sexual conduct in order. to receive an employment opportunity. Other conduct commonly considered to be sexual harassment includes: * Verbal: sexual innuendos, suggestive comments, insults, humor and jokes about sex, anatomy or gender-specific traits, sexual propositions, threats, repeated requests for dates, or statements about other employees, even outside their presence, of a sexual nature. * Non-verbal: Suggestive or insulting sounds (whistling), leering, obscene gestures, sexually suggestive bodily gestures, "catcalls", "smacking", or "kissing" noises * Visual: posters, signs, pin-ups or slogans of a sexual nature. * Physical: Touching, unwelcome hugging or kissing, pinching, brushing the body, coerced sexual intercourse, or actual assault. Sexual harassment most frequently involves a man harassing a woman. However, it can also involve a woman harassing a man or harassment between members of the same gender. The most severe and overt forms of sexual harassment are easier to determine. On the other end of the spectrum; some sexual harassment is more subtle and depends to some extent on individual perception and interpretation. The trend in the courts is to assess sexual harassment by a standard of what would offend a "reasonable woman" or "reasonable man", depending on the gender of the alleged victim. An example of the most subtle form of sexual harassment is the use of endearments. The use of terms such as "honey", "darling", and "sweetheart" is objectionable to many women who believe that these terms undermine their authority and their ability to deal with men on an equal and professional level. Another example is the use of a compliment that could potentially be interpreted.as sexual in nature. Below are three statements that might be made about the appearance of a woman in the workplace: "That's an attractive dress you have on." "That's an attractive dress. It really looks good on YOU." "That's an attractive dress. You really fill it out well." The first statement appears to be simply a compliment. The last is the most likely to be perceived as sexual harassment depending on the perceptions and values of the person to whom it is directed. To avoid the possibility of offending an employee, it is best to follow a course of conduct -above reproach, or to err on the side of caution. III. RESPONSIBILITY OF INDIVIDUAL EMPLOYEES. Each. individual employee has the responsibility to refrain from sexual harassment in the workplace. An individual employee who sexually harasses a fellow worker is, of course, Liable for his or her individual.conduct. .. The harassing employee will be subject to disciplinary action up to and including discharge in accord with the company's disciplinary policy and the terms of any applicable collective bargaining agreement. C rT The company has designated ` (Na Arne), (Title) to coordinate the any's se al harassment policy compliant Mr Ms can be reached at 67 (Address and Telephone). [NOTE: Insert the name of the company's EEO Officer, Human Resource Administrator, Personnel Officer, or other person designated by company management to coordinate compliance with this policy] He/She is available to consult with employees regarding their obligations under this policy. IV. RESPONSIBILITY OF SUPERVISORY EMPLOYEES. Each supervisor is responsible for maintaining the workplace free from sexual harassment. This is Page 5 of 8 accomplished by promoting a professional environment and by dealing with sexual harassment as with all other forms of employee misconduct. The courts have found that organizations as well as supervisors can be held liable for damages related to sexual harassment by a manager, supervisor, employee, or third party (an individual who is not . an employee but does business with an organization, such as a customer, contractor, sales representative, or repair person. Liability is either based on an organization's responsibility to maintain a certain level of order and discipline, or on the supervisor acting as an agent of the organization. As such, supervisors .must act quickly and responsibly not only to minimize their own liability but also that of the company. Specifically, a supervisor must address an observed incident of sexual harassment or a complaint, with seriousness, take prompt action to investigate it, report it, and end it, implement appropriate disciplinary action, and observe strict confidentiality. This also applies to cases where an employee tells the supervisor about behavior that constitutes sexual harassment but does not want to make a formal complaint. In addition, supervisors must ensure that no retaliation will result against an employee making a sexual harassment complaint. Supervisors in need of information regarding their obligations under this policy or procedures to follow upon receipt of c lai t.of sexual har 'ssment should contact J � (Name), �ry/ti►av"`J (Title) at 6'? b� (Address and telephone) y�`s (NOTE: Insert name of company EEO Officer Human Resource Administrator, Personnel Officer, or other person designated by company d8 �- management) V. PROCEDURES FOR FILING A COMPLAINT OF SEXUAL HARASSMENT A. INTERNAL An employee who either observes or believes herself/himself to be the object of sexual directly and firmly as possible by clearly communicating her/his position to the supervisor, EEO Officer*, and to the offending employee. It is not necessary for the sexual harassment to be directed at the person making the complaint. Each incident of sexual harassment should be documented or recorded. A note should be made of the date, time, place, what was said or done, and by whom. The documentation may be augmented by written records such as letters, notes, memos, and telephone messages. No one making a complaint of sexual harassment will be retaliated against even if a complaint made in good faith is not substantiated. Any witness to an incident of sexual harassment is also protected from retaliation. The process for making a complaint about sexual harassment falls into several stages. 1. DIRECT COMMUNICATION. If there is sexually harassing behavior in the workplace, the harassed employee should directly and clearly express her\his objection that the conduct is unwelcome and request that the offending behavior stop. The initial message may be verbal. If subsequent messages are needed, they should be put in writing in a note or a memo. 2. CONTACT SUPERVISORY PERSONNEL. At the same time direct.communication is undertaken, or in the event the employee feels threatened or - . intimidated by the situation, the problem must be promptly reported to the immediate supervisor or the EEO Officer. If the harasser is the immediate supervisor, the problem should be reported to the next level of supervision of the EEO Officer. 3. FORMAL WRITTEN COMPLAINT. An employee may also report incidents of sexua•1 harassment directly to•the EEO Officer. The EEO Officer will counsel the reporting employee and be available to `assist with filing a formal complaint. The Company will fully investigate the complaint, and will advise the complainant and the alleged harasser of the results of the investigation. 8. EXTERNAL The Company hopes that any incident of sexual harassment can be resolved through the internal Page 7 of 8 process outlined above. All employees, however, have the right to file formal charges with the Illinois.Department of Human Rights (IDHR) and/or the United States Equal Employment Opportunity Commission (EEOC). A charge with IDHR must be filed within 180 days of the incident of sexual harassment. A charge with EEOC must be filed within 300 days of the incident. The Illinois Department of Human Rights may be contacted as follows: CHICAGO (312) 814-6200 CHICAGO TDD (312) 263-1579 SPRINGFIELD (217)-785-5100 SPRINGFIELD TDD (217) 785-5125 MARION (618) 993-7463 The United States Equal Employment Opportunity Commission can be contacted as follows: CHICAGO (312)-353-2713 800-669-3362 TDD 800-800-3302 An employee who is suddenly transferred to a lower paying job or passed over for promotion after filing a complaint with IDHR.or EEOC may file a retaliation charge with either of these agencies. The charges must be filed within 180 (IDHR) or -300 (EEOC) days of the retaliation. An employee who has been physically harassed or threatened while on the job may also have grounds for criminal charges of assault and battery. * (NOTE: Each company should adapt the provisions of this section to the requirements of their existing. disciplinary policy and/or terms of any existing collective bargaining agreement. The name of the company's Human Resources Administrator, Personnel Officer, or other appropriate person should be used if the company has no EEO Officer) i VI. FALSE AND FRIVOLOUS COMPLAINTS. the accuser is using a sexual harassment complaint to accomplish some end other than stopping sexual harassment. It does not refer to charges made in good faith which can not be proven. Given the seriousness of the consequences for the accused, a false and frivolous charge is a severe offense that can itself result in disciplinary action. Copyright © 2b05Ilineis DepartmFr,±of Hman.Riyhts Privacy Statement.] Web Acc?_ssi5ili:Y ; ContactIDHR • E 1 , City of Elgin, Illinois BIDDER'S EMPLOYEE UTILIZATION FORM This report is r uired by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. C Name and Address of Bidder De�scriptio )f Project U —.C" . v S` ( JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female(All Employees Pacific Indians (M&F) Categories) Islanders % M / F M / F M / F M / F M / F Example:Managers 18 3 /5 3/2 4/0 0/1 0/0 55.69'0 '44.496 (lQfl8) (8/18) 4NA-0 � C) � 1� l tsar . G Z V/Z_ ewA-r�1Y . 2" z TOTALS a 6 2 Signature parry cial Title Telephone Number Date Signed Page f2,6 6Z�S' of 2. Have you ever been awarded a bid by the City of Elgin? u Yes No 3. If the answer to question #2 is Yes, please submit a copy of the Employee -Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. See At 4. Please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. An Employee Utilization Form is required for any subcontractors. NOTE: In the event that a contractor or vendor,etc.,fails to comply with the fair employment and affirmative action provisions of the City of Elgin,the City amongst other actions may cancel,terminate,or suspend the contract in whole or in part- 82 r City of Elgin, Illinois BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action- City Contracts Description of Project 1, Name and Address of Bidder ,moo Sf Sz�r ra ka O �,�-1[. IPD�L Ali 5ttin...�se�y r; Female(All Jos CATEGORIES Total Whites Blacks Hispanics Asians or American` M o it Categories) Employees Pacific Indians % Islanders /O M M M / F M / F M / F S' 55.6% 44.4% : . ExmVle:Nianag= 18 3 /5 3 /2 4/0 0 /1 0/0 (10118) (8/18) 0 QIz . o. 0 "AT&,t- 3 0 _ Z o TALS 4 f mpany Official Title Telephone Number Date Si ed Paget J of Have you ever been awarded a bid by the City of Elgin? Yes ° .=- . If the answer to question#2 is Yes,please submit a copy of the Employ o ftr�s form.n� that w� -:: : .submitted with your last successful bid along with a fully'completed copy Please submit,according to the guideline provided in the attached document,required r commitment tactors. f <: rovide equal employment opportunity. An Employee Utilization Form is Y In the event that a contractor or vendor,etc.,fails to comply the contract in hole ora native action provisions of the City "'the City amongst other actions may cancel,terminate,or suspend BOLDER Contractors, Inc. 440 Lake Cook Road,Unit 313 Sewer,Watermain and Road Construction 847.236.0785 Deerfield,IL 60015 Fax 847.236.0786 4/3/13 City.of Elgin 150 Dexter Ct Elgin, IL Re: 2013 Street Rehab Project Bolder Contractors will make every effort to hire minority and female workers for this project. Bolder will also make every attempt to hire local workers. Since we are a union contractor, our workforce consists of union members. We must request, from the union_, persons to work on our projects when and if there is an employment opportunity. Bolder, shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, martial status, or disability(physical or mental) which will not interfere with the performance of the job in question. We consent and agree to the items mentioned in the City of Elgin's Equal Employment Written Commitment Guideline. This includes requirement of subcontractors to-comply with the City's affirmative action goals and hiring of minority and females and other items mentioned in this document and or Aff-rmative Action Plan. I will serve as the company EEO officer and please contact me with questions or concerns. Si sere , R ert Gwiasda President CITY OF ELGIN, ILLINOIS RESPONSIBLE BIDDER AFFIDAVIT State of_ ss. County of �-�` T LA1 C,,-�,g- , being first duly sworn hereby deposes and states: (1) . That s/he is the via-s LA.- of the party making the bid (the "bidder") of which-this.af idavit is a part thereof (2) - That the bidder has a valid federal employer tax identificati n number, or if an individual, a valid social security number, such number being as follows: —O S D . That the bidder agrees-to and shall comply with the Equal Opportunity Employer provisions of Section 2000e of Chapter 21, Title 42 of the United States Code and Federal Executive Order.Number 11246, as amended,; by Executive Order 11375, and has and shall comply with the Equal Opportunity Employer provisions of the Elgin Municipal Code, Section 3.12.100, as amended. (4) That bidder has the insurance coverage as set forth in the bid specifications including general liability, workers' compensation, completed operations, automobile, hazardous occupations and products liability. Copies of certificates of insurance indicating such insurance coverages:are attached.. (5) That bidder has a written- sexual; harassment .polcy;,1:in .compliance with:.the provisions:of the Illinois Human Rights Act.(775.aLCS 512-105(A)(4); as amended), A copy of bidder's written,sexual.harassment policy is attached. (6) That bidder:herebycertifies that it shall comply with the provisions of the Illinois Prevailing.Wage:Act.(.._Q I:CS- 1.3;0/0.01 et seq., as amended). (7) That the bidder hereby. certifies: [check all that apply] • bidder has not..received any notices.,of:violations_of the Illinois tPrevailing.WAge Act(8201LCS 130/0.01'et.seq:) • in the:.event any such notice has been received:by;bidder, a copy,of any such notice is attached hereto • in the event that bidder has received such a notice, any documentation demonstrating the resolution of any such notice is attached hereto • for each such notice received by bidder, the matter has been resolved as follows: 83 i J (8) As a condition of the agreement for the project, bidder shall have in place a 1 written substance abuse prevention program which meets or exceeds the program requirements of the Substance Abuse Prevention on Public Works Act (820 ILCS 265/1 et seq., as amended). A copy of such policy shall be provided to the city's purchasing director prior to the entry into and execution of the agreement for the project. I (9) Bidder represents and warrants that it has relevant experience that indicates the need§sary capacity to perform-the project and adequate references verifying the quality of work performed. Relevant experience of the bidder includes the following projects: Bidder s references verifying_the quality of the work performed on such-projects are as follows: (10) For city construction projects (construction of new city facilities, renovation of an existing facility, or city road construction projects) over fifty thousand dollars ($50,000).bidder hereby'certifies, represents` and 'warrants that it participates -in an apprentice- and training programs .applicable,.to the work to be performed on,the project whicli are approved''by and registered with the United States Department of Labor Off ce of Apprenticeship and Training or are a reasonable equivalent to such programs. Evidence of such participation is hereby,attached: Yes No Not applicable to thi project [ (check response-which applies) (11) For city construction projects (construction of new city facilities, renovation of existing`-acil ics�or city road-°construction'projects) bidder must demonstrate a good faith effort toward providing equal"e p vyment opportunities for persons to work as craftspersons, laborers; f workers or mechanics consistent with the racial, ethnic and.gender demographics of the labor force. available`-in°the'Illinois Department of Employment Security Chicago-Naperville-Joliet L.. 84 BOLDER CONTRACTORS REFERENCES Village of Lincolnshire- 30" eater transmission main. 12.000 If of 30" pccp $4,900,000 watermain. augering. paving and landscaping. Frank Trippichio 847-613-0740 City of Evanston- 2006 Watermain Contract A- 10.000 If 8-16" watermain $3,800,000 road patching. resurfacing on 5 city streets. Dave Stoneback 847-328-2100 Village of Deerfield- Carlisle Ave Improvements. 6000 if watermain $4,200,000 storm sc%%-er and complete road reconstruction_ Bob Phillips 847-945-5000 Village of Carpentersville- Golfview Highlands Road Reconstruction $3,600,000 .80001f of road reconstruction. watermam. storm sewers, lighting, curbs etc Ed Szdlo«ski 847-551-3480 =`' ' City of Des Plaines- East River Road Lift Station and sanitary sewer $1,100,000 4000 If offorcemain and lift station. Jon Duddles 847-391-5390 Village of Lincolnwood- 9000 if 16"4" watermain and road restoration $3,700,000 Dave Marquardt of Gewalt Hamilton 847-344-4492 Cit of Naperville- 35001f 12" „•stermain. electrical duct bank and $1,800,000 road reconstruction/patching Jim Onea1 630-305-5937 Village of Deerfield- Wilmot Road 2000 if new watermain, storm sewer $1,200,000 and complete road construction. John Guccione 847-945-5000 Dupage County Kress Creek Culvert Replacement- 1200 if box culvert various $4,800,000 sizes (14'x4', 10'x6').,excavation. rip rap. poured headwalls: 800 If 72" tunnel under rail road. road patching and landscaping. Luca DeBellis 847-980-3115 [dot contract 63149- 2000 If 60"-120" rcp open cut and jacked including $2,600,000 pavement restoration. Matt Gollan 708-492-1000 Idot contract 60A90- Box Culvert 12'x9' on Rt 19 including pavement, $1,400,000 landscaping. headwalls and landscaping. Jay Patel 331-457-7017 Fox Metro Water Reclaimation District-4000 if of 54"-84" PCCP in depths $5,600,000 up to 35 feet. Also included various small diameter—titer nain, 6x6 box cuiveft and 3000 cy rock excavation. Ed Council c/o River City 309-694-3120 Idot contract 63417 Sheridan Rd, Evanston IL- Road reconstruction, storm $3,200,000 sewers, traffic signals. Eric Rose 847-812-3285 Metropolitan Division which consists of Cook DeKalb, DuPage, Grundy, Kane, Kendall, McHenry and Will counties. The following is bidder's description of bidder's good-faith efforts toward providing such equal employment opportunities: Signature of bidder, if an individual: Signature of bidder, if a corporation: Presid t .Sec Signature of bidder, if a partnership: : Partner-(indicate General or Limited) +jfr ' Signature of bidder,if-a limited liability company: Member or Manager Subscribed nd orn to before me this day of Al 13 20 My Commission exp�` OFFICIAL SE [)nUG �.B - F•.LUNo1S ,ov' NOt i-, ;;5117113 85 FOR CITY PURCHASING DEPARTMENT ONLY: Attachments - Insurance certificates: Bidder's sexual harassment policy: Bidder's substance abuse prevention program: If applicable, Illinois Prevailing Wage Act violation notice(s): If applicable, documentation resolving IPWA violation notice(s): If applicable, apprenticeship and training program documentation: 86 PREVAILING WAGE RATE REQUIREMENTS ILLINOIS DEPARTMENT OF LABOR General Requirements • The Illinois Prevailing Wage Act is enforced by the Illinois Department of Labor and covers all public works projects regardless of dollar amount. • Overtime is paid at one and one-half times the basic rate of pay for hours worked in excess of an 8-hour day or any hours on Saturday or Sunday. • Rates are based only on public works projects. • Prevailing wage ordinances are established each June and later printed in newspapers of general circulation. • Parties disagreeing with a wage determination may file and objection with the public body or IDOL and request a Section 9 hearing. • If rates increase during the construction period the revised rates apply. It is the public body's responsibility to notify contractors of revised rates. • A public body's failure to comply with provisions of the Act is a Class B misdemeanor. (Note: Class A Misdemeanor as of 1/1/2006). Certified Payroll Requirements Public Act 94-0515 • Effective August 10, 2005 contractors and subcontractors on public works projects most submit certified payroll records on a monthly basis to the public body in charge of the project. We will allow 20 days for the contractor to provide after the project begins. After 20 days, we demand it. • Records must include name, address, telephone-number, social security number, job classification, hourly wages paid in each pay period, number of hours worked each day and starting and ending times of work each day for every worker employed on the project. • Records must also include statement affirming that such records are true and correct, that the wages paid to each worker are not less than the required prevailing rate and that the contractor is aware that filing records he or she knows to be false is a Class B misdemeanor. • Public bodies must make these records available under the Freedom of Information Act, except employee's address, telephone number and social security number. • Contractor who fails to submit a certified payroll or knowingly files a false certified payroll is guilty of Class B misdemeanor. 87 Prevailing Wage Increased Penalties Public Act 94-0488; Effective January 1, 2006 Increases penalties for violations of the Prevailing Wage Act from 20% to 50% of the underpaid amount for second or subsequent violations. Increases from 2% to 5% the additional penalty that must be paid to the workers for each month the wages remain unpaid. Increases the debarment period during which contractors are ineligible for public works contracts from 2 years to 4 yeas if two notices of violation are issued within a 5 year period. In additional, a new monetary penalty of $5000 may be assessed against contractors who retaliate against employees for reporting violations or filing complaints under the Prevailing Wage Act. Violations are a written determination by the IDOL that a contractor or subcontractor has • Failed or refused to pay the prevailing wage • Failed to keep accurate records • Produced falsified records or records not in compliance with the Act • Refused to submit records to IDOL in response to a subpoena; or • Refused access to IDOL for the inspection of records. SUMMARY: You must keep the payroll records of your employees and employees of your subcontractors. This became effective August 10, 2005. If the current copy of the prevailing wage is not published in the bid IDOL demands that we re bid the project You must submit your certified payroll records to the department using your services on a monthly basis. Any deviation from this policy will incur statutory penalties and debar you from bidding on future City of Elgin projects. For more information see www.state.il.us/agency/idol. 88 Resolution No. 12-109 RESOLUTION ESTABLISHING PREVAILING WAGE RATES ON PUBLIC WORKS CONTRACTS WHEREAS, 820 ILCS 130/0.01 et seq. entitled "AN ACT regulating wages of laborers, mechanics, and other workers employed in any public works by the State, county, city or any public body or any political subdivision or by any one under contract for public works." requires that any public body awarding any contract for public work, or otherwise undertaking any public works as defined herein, shall ascertain the general prevailing hourly rate of wages for employees engaged in such work; and WHEREAS, said Act further provides that if the public body desires that the Department of Labor ascertain the prevailing rate of wages, it shall notify the Department of Labor to ascertain the general prevailing wage rate; and WHEREAS, at the request of the City of Elgin the Department of Labor has determined the prevailing rate of wages for construction work in Cook and Kane Counties in the State of Illinois. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that the determination of the prevailing wages as made by the Department of Labor, copies of which are attached hereto and made a part hereof by reference, are adopted by the City of Elgin. BE IT FURTHER RESOLVED that all contracts for public work of the City of Elgin shall include a stipulation to the effect that not less than the prevailing rate of wages as found by the Department of Labor shall be paid to all laborers, workers and mechanics performing work under the contract. BE IT FURTHER RESOLVED that all contract bonds for public works shall include a provision to guarantee the faithful performance of the prevailing wage clause as provided by contract. BE IT FURTHER RESOLVED that a copy of the prevailing wage rate as established by the Department of Labor shall be publicly posted and kept available for inspection by any interested party. 89 BE IT FURTHER RESOLVED that nothing herein contained shall be construed to apply to the prevailing hourly rate of wages in the locality for employment other than public works construction as defined in the Act, and that the City Clerk be and is hereby authorized to file a certified copy of this resolution with the Secretary of State Index Division and the Department of Labor of the State of Illinois. s/David J. Kaptain David J. Kaptain, Mayor Presented: June 27, 2012 Adopted: June 27, 2012 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk I 90 Cook County Prevailing Wage for March 2013 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN ALL 36.200 36.700 1.5 1.5 2 .0 12.78 9.020 0.000 0.500 ASBESTOS ABT-MEC BLD 34.160 36.660 1 .5 1.5 2 .0 10.82 10.66 0.000 0.720 BOILERMAKER BLD 43 .450 47.360 2 .0 2.0 2 .0 6.970 14.66 0.000 0.350 BRICK MASON BLD 40.680 44 .750 1.5 1.5 2 .0 9.550 12.00 0.000 0.970 CARPENTER ALL 41 .520 43 .520 1.5 1.5 2 .0 13 .19 11.75 0.000 0.530 CEMENT MASON ALL 42.350 44.350 2 .0 1.5 2 .0 11.21 11.40 0.000 0.320 CERAMIC TILE FNSHER BLD 34.440 0.000 2.0 1.5 2.0 9.700 6.930 0.000 0.610 COMM. ELECT. BLD 37.500 40.150 1.5 1.5 2.0 8.420 9.980 1.100 0.700 ELECTRIC PWR EQMT OP ALL 43.350 48.350 1.5 1.5 2 .0 10.38 13 .50 0.000 0.430 ELECTRIC PWR GRNDMAN ALL 33 .810 48.350 1.5 1.5 2 .0 8 .090 10.53 0.000 0.330 ELECTRIC PWR LINEMAN ALL 43 .350 48.350 1.5 1.5 2 .0 10.38 13 .50 0.000 0.430 ELECTRICIAN ALL 42.000 44.800 1.5 1.5 2 .0 12 .83 13.07 0.000 0.750 ELEVATOR CONSTRUCTOR BLD 49.080 55.215 2 .0 2.0 2.0 11.88 12.71 3.930 0.600 FENCE ERECTOR ALL 33 .740 35.740 1 .5 1.5 2 .0 12.61 10.18 0.000 0.250 GLAZIER BLD 39.500 41.000 1.5 2.0 2 .0 11.99 14.30 0.000 0.840 HT/FROST INSULATOR BLD 45.550 48.050 1.5 1.5 2.0 10.82 11.86 0.000 0.720 IRON WORKER ALL 40.750 42.750 2.0 2.0 2 .0 13 .20 19.09 0.000 0.350 LABORER ALL 36.200 36.950 1.5 1.5 2.0 12.78 9.020 0.000 0.500 LATHER ALL - 41.520 43.520 1.5 1.5 2 .0 13.19 11.75 0.000 0.530 MACHINIST BLD 43.550 46.050 1.5 1.5 2.0 6.130 8.950 1.850 . 0.000 MARBLE FINISHERS ALL 29.70.0 0.000 1.5 1.5 2 .0 9.550 11.75 0.000 0.620 MARBLE MASON BLD 39.880 43 .870: 1.5 1.5 2 .0 9.550 11.75 0.000 0.730 MATERIAL TESTER I ALL 26.200 0.000 1.5 1.5 2 .0 12.78 9.020 0.000 0.500 MATERIALS TESTER II ALL 31.200 0.000 1.5 1.5 2.0 12 .78 9.020 0.000 0.500 MILLWRIGHT ALL 41.520 43 .520 1.5 1.5 2.0 13 .19 11.75 0.000 0.530 OPERATING ENGINEER BLD 1 45.100 49. 100 2 .0 2.0 2.0 15.70 10.55 1.900 1 .250 OPERATING ENGINEER BLD 2 43 .800 49. 100 2 .0 2.0 2.0 15.70 10.55 1.900 1.250 91 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2 .0 2 .0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2 .0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER FLT 1 51.300 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 2 49.800 51.300 1.5 1.5 2 .0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 3 44 .350 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 4 36.850 51.300 1.5 1.5 2 .0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2 .0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 ORNAMNTL IRON WORKER ALL 40.800 43 .300 2.0 2 .0 2.0 12.86 15.61 0.000 0.500 PAINTER ALL 40.000 44.750 1.5. 1.5 1.5 9.75.0 11.10 0.000 0.770 PAINTER SIGNS BLD 33 .920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 41.52.0 43 .520 1.5 1.5 2.0 13.19 11.75 0.000 0.530 PIPEFITTER BLD 45.050 48.050 1.5 1.5 2.0 8.460 14.85 0.000 1.780 PLASTERER BLD 40.250 42.670 1.5 1.5 2.0 '10.85 10.94 0.000 0.550 PLUMBER BLD 45.000 47.000 1.5 1.5 2.0 12.53 10.06 0.000 0.880 ROOFER BLD 38.350 41.350 1.5 1.5 2.0 8.280 8.770 0.000 0.430 SHEETMETAL WORKER BLD 40.810 44 .070 1 .5 1.5 2 .0 10.13 17.79 0.000 0.630 SIGN HANGER BLD 30.210 30.710 1.5 1.5 2 .0 4.850 3.030 0.000 0.000 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 10.25 8.200 0.000 0.450 STEEL ERECTOR ALL 40.750 42.750 2 .0 2.0 2 .0 13 .20 19.09 0.000 0.350 STONE MASON BLD 40.680 44 .750 1.5 1.5 2.0 9.550 12.00 0.000 0.970 TERRAZZO FINISHER BLD 35.510 0.000 1.5 1.5 2 .0 9.700 9.320 0.000 0.400 92 TERRAZZO MASON BLD 39.370 42 .370 1.5 1.5 2 .0 9.700 10.66 0.000 0.550 TILE MASON BLD 41 .430 45.430 2.0 1.5 2 .0 9.700 8.640 0.000 0.710 TRAFFIC SAFETY WRKR HWY 28.250 29.850 1.5 1.5 2 .0 4 .896 4.175 0.000 0.000 TRUCK DRIVER E ALL 1 33 .850 34 .500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 2 34.100 34 .500 1.5 1.5 2 .0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 3 34.300 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 4 34.500 34 .500 1.5 1.5 2 .0 8.150 8.500 0.000 0.150 TRUCK DRIVER W ALL 1 32 .550 33 .100 1.5 1.5 2 .0 6.500 4 .350 0.000 0.000 TRUCK DRIVER W ALL 2 32.700 33 .100 1.5 1.5 2.0 6.500 4 .350 0.000 0.000 TRUCK DRIVER W ALL 3 32.900 33 .100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TUCKPOINTER BLD 40.950 41.950 1.5 1.5 2 .0 8.180 10.82 0.000 0.940 Legend: RG(Region) TYP(Trade Type-All,High way,Building,Floating,OiI&Chip,Rivers) C(Class) Base(Base Wage Rate) FRMAN(Foreman Rate) M-F>8(OT required for any hour greater than 8 worked each day,Mon through Fri. OSA(Overtime(OT)is required for every hour worked on Saturday) OSH(Overtime is required for every hour worked on Sunday and Holidays) H/W(Health&Welfare Insurance) Pensn(Pension) Vac(Vacation) Trng(Training) 93 Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter. certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing. of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars; epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand., cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS ELECTRICIAN 94 Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc. ) , stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade) , carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II : Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers) ; Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted) ; Concrete Conveyor; Concrete Conveyor (Truck Mounted) ; Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; 95 Concrete Pump (Truck Mounted) ; Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar' Type) ; Creter Crane; Crusher, Stone, etc. ; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, ' Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment) ; Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd. ; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self-Propelled) ; Rock Drill (Truck Mounted) ; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory .Roller; Winch Trucks with "A" Frame. Class 3 . Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.) ; Low Boys; Pumps, Well Points; Welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches; Bobcats (up to and including % cu yd. ) . Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including % cu yd.) ; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments) ; Concrete Breaker (Truck Mounted) ; Concrete Conveyor; Concrete Paver over 27E cu. ft. ; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher, Stone, etc. ; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Farm Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Soil 96 Test Drill Rig (Truck Mounted) ; Straddle Buggies; Hydraulic Telescoping Form (Tunnel) ; Tractor Drawn Belt Loader (with attached pusher - two engineers) ; Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft) ; Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO) . Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments) ; Compressor and Throttle Valve; Compressor, Common Receiver (3) ; Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft. ; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type) ; Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments) ; Hydro-Blaster; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) /2 ton capacity or more; Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc. , self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc. ; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size) : Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc. ; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2) ; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc. ; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling) ; Hydro- Blaster; Light Plants, All (1 through 5) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft. ) ; Pumps, Well Points; Tractaire; Welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches. Class 5. Bobcats (all) ; Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders .Class 7. Gradall and machines of like nature. OPERATING• ENGINEER - FLOATING Class 1. Craft Foreman; Diver/Wet Tender; and Engineer (hydraulic dredge) . Class 2. Crane/Backhoe Operator; 70 Ton or over Tug Operator; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge) ; Leverman (Hydraulic Dredge) ; Diver Tender; Friction and Lattice Boom Cranes. 97 Class 3 . Deck Equipment Operator, Machineryman; Maintenance of Crane (over 50 ton capacity) ; Tug/Launch Operator; Loader/Dozer and like equipment on Barge; and Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More) ; Off Road Trucks (2 ton capacity or more) ; Deck Hand, Tug Engineer, Crane Maintenance 50 Ton Capacity and Under or Backhoe Weighing 115,000 pounds or less; and Assistant Tug Operator. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3 . Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: 98 I. For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. 99 Kane County Prevailing Wage for March 2013 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng -------------------- -- --- - ------ ------ ----- --- --- ----- ----- ----- -------------------- -- --- - ------ ------ ----- --- --- ----- ----- ----- ASBESTOS ABT-GEN ALL 36.200 36.700 1.5 1.5 2.0 12 .78 9.020 0.000 0.500 ASBESTOS ABT-MEC BLD 34 .160 36.660 1.5 1.5 2 .0 10.82 10.66 0.000 0.720 BOILERMAKER BLD 43 .450 47.360 2.0 2 .0 2.0 6.970 14.66 0.000 0.350 BRICK MASON BLD 40.680 44.750 1.5 1.5 2 .0 9.550 12.00 0.000 0.970 CARPENTER ALL 41.520 43 .520 1.5 1.5 2.0 13 .19 11.76 0.000 0.530 CEMENT MASON ALL 41.550 43.550 2.0 1.5 2.0 9.500 13 .76 0.000 0.500 CERAMIC TILE FNSHER BLD 34.440 0.000 2.0 1.5 2.0 9.700 6.930 0.000 0.610 COMMUNICATION TECH N BLD 35.770 37.870 1.5 1.5 2.0 12.07 9.370 0.000 0.450 COMMUNICATION TECH S BLD 36.390 38.490 1.5 1.5 2.0 10.02 10.19 0.000 1.090 ELECTRIC PWR EQMT OP ALL 35.400 48.110 1.5 1.5 2.0 5.000 10.97 .0.000 0.270 ELECTRIC PWR GRNDMAN ALL 27.380 48.110 1.5 1.5 2 .0 5.000 8.490 0.000 0.210 ELECTRIC PWR LINEMAN ALL 42 .390 48.110 1.5 1.5 2 .0 5.000 13 .14 0.000 0.320 ELECTRIC PWR TRK DRV ALL 28.350 48.110 1.5 1.5 2 .0 5.000 8.790 0.000 0.220 ELECTRICIAN N ALL 43 .080 47.380 1.5 1.5 2.0 12 .06 11.41 0.000 0.540 ELECTRICIAN S BLD 43 .560 47.920 1.5 1.5 2 .0 10.02 12.20 0.000 1.310 ELEVATOR CONSTRUCTOR BLD 49.080 55.215 2.0 2.0 2.0 11.88 12.71 3.930 0.600 FENCE ERECTOR ALL 44.950 47.200 2.0 2.0 2.0 8.890 17.69 0.000 0.400 GLAZIER BLD 39.500 41.000 1.5 2.0 2.0 11.99 14.30 0.000 0.840 HT/FROST INSULATOR BLD 45.550 48.050 1.5 1.5 2 .0 10.82 11.86 0.000 0.720 IRON WORKER ALL 44.950 47.200 2.0 2.0 2 .0 8.890 17.69 0.000 0.400 LABORER ALL 36.200 36.950 1.5 1.5 2 .0 12.52 9.280 0.000 0.500 LATHER ALL 41 .520 43 .520 1:5 1.5 2 .0 13 .19 11.76 0.000 0.530 MACHINIST BLD 43 .550 46.050 1.5 1.5 2.0 6.130 8.950 1.850 0.000 MARBLE FINISHERS ALL 29.700 0.000 1.5 1.5 2.0 9.550 11.75 0.000 0.620 MARBLE MASON BLD 39.880 43 .870 1..5 1.5 2.0 9.550 11.75 0.000 0.730 MATERIAL TESTER I ALL 26.200 0.000 1.5 1.5 2.0 12.52 9.280 0.000 0.500 MATERIALS TESTER II ALL 31.200 0.000 1.5 1.5 2 .0 12 .52 9.280 0.000 0.500 100 MILLWRIGHT ALL 41.520 43 .520 1 .5 1.5 2.0 13 .19 11 .76 0.000 0.530 , OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2 .0 2 .0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 2 43 .800 49.100 2.0 2 .0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1..250 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 2 42 .750 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 15.70 10.55 1.900 1.250 ORNAMNTL IRON WORKER ALL 44.950 47.200 2.0 2.0 2.0 8.890 17.69 0.000 0.400 PAINTER ALL 40.880 42.880 1.5 1.5 1.5' 9.650 8.200 0.000 1.250 PAINTER SIGNS BLD 33 .920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 41.520 43.520 1.5 1.5 2.0 13 .19 11.76 0.000 0.530 PIPEFITTER BLD 41.200 43.200 1.5 1.5 2.0 10.75 15.34 0.000 1.710 PLASTERER BLD 40.250 42.670 1.5 1.5 2.0 10.85 10.94 0.000 0.550 PLUMBER BLD 41.200 43.200 1.5 1.5 2.0 10.75 15.34 0.000 1.710 ROOFER BLD 38.350 41.350 1.5 1.5 2.0 '8.280 8.770 0.000 0.430 SHEETMETAL WORKER BLD 42.160 44.160 1.5 1.5 2.0 9.890 11.61 0.000 0.780 SIGN HANGER BLD 26.070 27.570 1.5 1.5 2.0 3 .800 3.550 0.000 0.000 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 10.25 8.200 0.000 0.450 STEEL ERECTOR ALL 44.950 47.200 2 .0 2 .0 2.0 8.890 17.69 0.000 0.400 STONE MASON BLD 40.680 44.750 1.5 1.5 2.0 9.550 12 .00 0.000 0.970 TERRAZZO FINISHER BLD 35.510 0.000 1.5 1.5 2.0 9.700 9.320 0.000 0.400 TERRAZZO MASON BLD 39.370 42.370 1.5 1.5 2.0 9.700 10.66 0.000 0.550 101 TILE MASON BLD 41.430 45.430 2 .0 1.5 2 .0 9.700 8.640 0.000 0.710 TRAFFIC SAFETY WRKR HWY 28 .250 29.850 1.5 1.5 2 .0 4 .896 4.175 0.000 0.000 TRUCK DRIVER ALL 1 32 .550 33 . 100 1.5 1 .5 2.0 6 .500 4.350 0.000 0.150 TRUCK DRIVER ALL 2 32 .700 33 .100 1.5 1.5 2 .0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 3 32.900 33 .100 1.5 1.5 2 .0 6.500 4.350 0.000 0.150 TRUCK DRIVER ALL 4 33 .100 33 .100 1.5 1.5 2.0 6.500 4.350 0.000 0.150 TUCKPOINTER BLD 40.950 41.950 1.5 1.5 2.0 8 .180 10.82 0.000 0.940 Legend: RG(Region) TYP(Trade Type-All,Highway,Building,Floating,Oil&Chip,Rivers) C(Class) Base(Base Wage Rate) FRMAN(Foreman Rate) M-17>8(OT required for any hour greater than 8 worked each day,Mon through Fri. OSA(Overtime(OT)is required for every hour worked on Saturday) OSH(Overtime is required for every hour worked on Sunday and Holidays) H/W(Health&Welfare Insurance) Peasn(Pension) Vac(Vacation) Trng(Training) Explanations KANE COUNTY ELECTRICIANS AND COMMUNICATIONS TECHNICIAN (NORTH) - Townships of Burlington, Campton, Dundee, Elgin, Hampshire, Plato, Rutland, St. Charles (except the West half of Sec. 26, all of Secs. 27, 33, and 34, South half of Sec. 28, West half of Sec. 35) , Virgil and Valley View CCC and Elgin Mental Health Center. 102 The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and.any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS TECHNICIAN Construction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video) , telephone, security systems, fire alarm systems that are a component of a multiplex system and share a common cable, and data inside wire, 103 interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network) , LAN (local area networks) , and ISDN (integrated system digital network) , pulling of wire in raceways, but not the installation of raceways. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc. ) , stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade) , carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers) ; Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted) ; Concrete Conveyor; Concrete Conveyor (Truck Mounted) ; Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted) ; Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type) ; Creter Crane; Crusher, Stone, etc. ; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment) ; Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; 104 Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2 . Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd. ; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self-Propelled) ; Rock Drill (Truck Mounted) ; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3 . Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft. ) ; Low Boys; Pumps, Well .Points; Welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches; Bobcats (up to and including Y. cu yd. ) Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including Y. cu yd. ) ; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall . Class 7. Mechanics. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; .Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant.; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments) ; Concrete Breaker (Truck Mounted) ; Concrete Conveyor; Concrete Paver over 27E cu. ft. ; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher, Stone, etc. ; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted) ; Straddle Buggies; Hydraulic Telescoping Form (Tunnel) ; Tractor Drawn Belt Loader (with attached pusher - two engineers) ; Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft) ; Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground .Boring and/or Mining Machines under 5 ft. in diameter; wheel Excavator; Widener (APSCO) . Class 2 . Batch Plant; Bituminous Mixer; Boiler and Throttle.Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe -Front 105 Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments) ; Compressor and Throttle Valve;. Compressor, Common Receiver (3) ; Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft. ; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type.) ; Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments) ; Hydro-Blaster; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) /2 ton capacity or more; Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc. , self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc. ; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size) : Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc. ; Tug Boats. Class 3 . Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2) ; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc. ; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole -Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4 . Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling) ; Hydro- Blaster; Light Plants, All (1 through 5) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.) ; Pumps, Well Points; Tractaire; Welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches. Class 5. Bobcats (all) ; Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Gradall and machines of like nature. TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2=man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. 106 Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3 . Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble_, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not- otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to-exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. 107 2013 Accounts Payable Schedule Paperwork to Purchasing By Pa out Date December 28, 2012 January 11, 2013 January 11, 2013 January 25, 2013 January 25, 2013 February 8, 2013 February 8, 2013 February 22, 2013 February 22, 2013 March 8, 2013 March 8, 2013 March 22, 2013 March 22, 2013 April 5, 2013 April 5, 2013 April 19, 2013 April 19, 2013 May 3, 2013 May 3, 2013 May 17, 2013 May 17, 2013 May 31, 2013 May 31, 2013 June 14, 2013 June 14, 2013 June 28, 2013 June 28, 2013 July 12, 2013 July 12, 2013 July 26, 2013 July 26, 2013 August 9, 2013 August 9, 2013 August 23, 2013 August 23, 2013 September 6, 2013 September 6, 2013 September 20, 2013 September 20, 2013 October 4, 2013 October 4, 2013 October 18, 2013 October 18, 2013 November 1, 2013 November 1, 2013 November 15, 2013 November 15, 2013 November 29, 2013 November 29, 2013 December 13, 2013 December 13, 2013 December 27, 2013 December 27, 2013 January 10, 2014 December 28, 2012 January 11, 2013 January 11, 2013 January 25, 2013 January 25, 2013 February 8, 2013 February 8, 2013 February 22, 2013 108 NOISE ORDINANCE_ Rims � i;&-'""v?a�6/ H r'^rsn-' '�-",rc"S�', '��,y�;-L-aFd ���' Weekdays, Saturday Sunrise—Sunset 7:00 a.m. —8:00 p.m. Sunday 9:00 a.m. —6:00 p.m. 10:00 a.m. —6:00 p.m. Legal Holidays ------------------------- 10:00 a.m. —6:00 p.m. 10/11/00 109 Proposal Route County Kane RETURN WITH BID Local Agency City of Elgin Section 1. Proposal of Bolder Contractors, Inc 440 Lake Cook Road, Unit 3B, Deerfield, IL 60015 for the improvement of the above section by the construction of Approximately 7,325 In ft curb&gutter,77,920 SF of sidewalk and monolithic sidewalk, 9,150 TONS of asphalt, 7,250 LF of storm sewer, 1,140 LF of water main and other appurtenant work. a total distance of 11,270 feet, of which a distance of 11,270 feet ,( 2.14 miles) are to be improved. 2. The plans for the proposed work are those prepared by Engineering Enterprises, Inc. and approved by the City of Elgin Engineering Div. 3. The specifications referred to herein are those prepared by the City of Elgin and designated as"Standard Specifications for Road and Bridge Construction"and the"Supplemental Specifications and Recurring Special Provisions"thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the"Check Sheet for Recurring Special Provisions"contained in this proposal. 5. The undersigned agrees to complete the work within working days or by September 27,2013(Base Bid)or October 25,2013 (Altemate Bid) unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for contract Proposals,will be required. Bid Bonds ® will ❑ will not be allowed as proposal guaranties. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 5708 or a proposal guaranty check, complying with the specifications, made payable to: To the City of Elgin the amount of the check is Two hundred fifty seven thousand fifty six and 82/100($257,056.82) ( 5% ) 7. In the event that one proposal guaranty check is intended to cover two or more proposals,the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 8. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted,the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois-, nor has the firm made an admission of guilt of such conduct which is a matter of.record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid- rotating. 12. The undersigned submits herewith the schedule of prices on BLR 5706 covering the work to be performed under this contract. 110 BLR 5705(10/01; -City of Elgin Material Proposal BASE BID Schedule of Prices Item Unit No. Items Unit Quantity Price Total 1 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N30 TON 1,850 $66.00 $122,100.00 2 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N50 TON 398 $77.00 $30,646.00 3 HOT-MIX ASPHALT BINDER COURSE,IL-19.OL,N30 TON 2,775 $59.00 $163,725.00 4 HOT-MIX ASPHALT BINDER COURSE,IL-19.0,N50 TON 497 $72.00 $35,784.00 5 HOT-MIX ASPHALT BITUMINOUS BASE COURSE,4.5' SO YD 3,460 $19.00 $65,740.00 6 AGGREGATE BASE COURSE,TYPE B,4' SO YD 19,545 $6.00 $117,270.00 7 BITUMINOUS MATERIALS(PRIME COAT)SS-1 GAL 9,773 $0.01 $97.73 8 AGGREGATE(PRIME COAT) TON 39 $1.00 $39.00 9 DETECTABLE WARNINGS SO FT 620 $16.00 $9,920.00 10 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,6' SO YD 1,281 $44.00 $56,364.00 11 REMOVE AND REPLACE BRICK PAVERS SO YD 50 $80.00 $4,000.00 12 PORTLAND CEMENT CONCRETE SIDEWALK,5' SO FT 16,097 $4.10 $65,997.70 13 P.C.C.MONOLITHIC SIDEWALK SO FT 40,786 $5.20 $212,087.20 14 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.12 FOOT 100 $15.00 $1,500.00 15 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.18 FOOT 3,904 $16.00 $62,464.00 16 SODDING AND SUPPLEMENTAL WATERING SO YD 14,460 $6.00 $86,760.00 17 ADDITIONAL SUPPLEMENTAL WATERING,SOD EACH 75 $1.00 $75.00 18 EARTH EXCAVATION CU YD 4,797 $15.00 $71,955.00 19 UNSUITABLE MAIL,REM&REP.,CA-01, 100%CRUSHED STONE TON 959 $23.00 $22,057.00 20 DUST CONTROL-MECHANICAL SWEEPING UNIT 45 $300.00 $13,500.00 21 DUST CONTROL-WATERING WITH CALCIUM CHLORIDE UNIT 27 $500.00 $13,500.00 22 COMBINATION CURB&GUTTER REMOVAL FOOT 3,904 $4.50 $17,568.00 23 SIDEWALK REMOVAL SO FT 16,097 $1.00 $16,097.00 24 MONOLITHIC SIDEWALK REMOVAL SO FT 40,786 $1.70 $69,336.20 25 DRIVEWAY PAVEMENT REMOVAL SO YD 1,281 $10.00 $12,810.00 26 PAVEMENT REMOVAL SO YD 19,545 $7.00 $136,815.00 27 TREE REMOVAL(6 TO 15 UNIT DIAMETER) UNIT 22 $25.00 $550.00 28 TREE REMOVAL(OVER 15 UNIT DIAMETER) UNIT 60 $30.00 $1,800.00 29 NEENAH R-1712-C/390 LBS/CONCEALED PICK HOLES EACH 71 $250.00 $17,750.00 30 NEENAH R-3065/TY A FR/OPEN BOX EACH 32 $300.00 $9,600.00 31 NEENAH R-3065-L/OPEN BOX EACH 9 $300.00 $2,700.00 32 NEENAH R-3506-A2 EACH 2 $300.00 $600.00 33 CATCH BASIN TO BE ADJUSTED,SPECIAL EACH 7 $900.00 $6,300.00 111 Revised per Addendum#1 I —City Of Elgin Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 34 CATCH BASIN TO BE RECONSTRUCTED EACH 5 $1,200.00 $6,000.00 35 SANITARY MANHOLES TO BE ADJUSTED,SPECIAL EACH 10 $1,100.00 $11,000.00 36 SANITARY MANHOLES TO BE RECONSTRUCTED EACH 7 $1,400.00 $9,800.00 37 VALVE VAULTS TO BE A ADJUSTED,SPECIAL EACH 16 $900.00 $14,400.00 38 VALVE VAULTS TO BE RECONSTRUCTED EACH 11 $1,200.00 $13,200.00 39 WATER BOXES TO BE ADJUSTED EACH 82 $100.00 $8,200.00 40 FIRE HYDRANT TO BE ADJUSTED EACH 3 $1,200.00 $3,600.00 41 4'EPDXY PAVEMENT MARKINGS FOOT 250 $1.00 $250.00 42 6'EPDXY PAVEMENT MARKINGS FOOT 1,290 $1.50 . $1,935.00 43 12'EPDXY PAVEMENT MARKINGS FOOT 396 $3.00 $1,188.00 44 24'EPDXY PAVEMENT MARKINGS FOOT 270 $6.00 $1,620.00 45 EPDXY PAVEMENT MARKINGS LETTER&SYMBOLS SQ FT 40 $6.00 $240.00 46 REMOVAL AND REPLACEMENT OF RETAINING WALL FOOT 250 $60.00 $15,000.00 47 INCIDENTAL BITUMINOUS SURFACING TON 121 $125.00 $15,125.00 48 P.C.C.STEPS CU YD 120 $275.00 $33,000.00 49 P.C.C. RETAINING WALL CU YD 125 $225.00 $28,125.00 50 RELOCATE SIGN PANEL ASSEMBLY,TYPE A EACH 4 $400.00 $1,600.00 51 BENCHMARK MONUMENT-USGS DATUM TYPE II EACH 7 $1,000.00 $7,000.00 52 TRAFFIC CONTROL AND PROTECTION LSUM, 1 - $170,000.00 $170,000.00 53 MISCELLANEOUS ADDITIONS TO THE PROJECT AT THE CITY'S EACH 125,000 $1.00 $125,000.00 DISCRETION 54 DUCTILE IRON PIPE, 10' FOOT 96 $150.00 $14,400.00 55- DUCTILE IRON PIPE,8' FOOT 1,187 $120.00 $142,440.00 56 DUCTILE IRON PIPE,6' FOOT 135 $110.00 $14,850.00 57 POLYETHYLENE WRAP(10'DIP) FOOT 75 $0.40 $30.00 58 POLYETHYLENE WRAP(8'DIP) FOOT 1,187 $0.40 $474.80 59 POLYETHYLENE WRAP(6'DIP) FOOT 135 $0.40 $54.00 60 GATE VALVE,6' EACH 8 $1,000.00 $8,000.00 61 GATE VALVE,8' EACH 3 $2,000.00 $6,000.00 62 GATE VALVE, 10' EACH 2 $3,000.00 $6,000.00 63 VALVE VAULT 4'DIAMETER EACH 11 $1,000.00 $11,000.00 64 VALVE VAULT 5'DIAMETER EACH 2 $1,400.00 $2,800.00 65 FAR-SIDE WATER SERVICE EACH 11 $2,200.00 $24,200.00 66 NEAR-SIDE WATER SERVICE EACH 7 $1,700.00 $11,900.00 112 Revised per Addendum#2 -; —City of Elgin Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 67 DUCTILE IRON FITTINGS POUND 1,495 $8.00 $11,960.00 68 FIRE HYDRANT,COMPLETE EACH 5 $6,000.00 $25,000.00 69 FIRE HYDRANTS TO BE REMOVED EACH 2 $1,000.00 $1,400.00 70 CUT-IN-CONNECTION EACH 12 $2,000.00 $22,800.00 71 FOUNDATION MATERIAL CU YD 380 $44.00 $16,720.00 72 DUCTILE IRON PIPE-6'SANITARY FOOT 330 $65.00 $21,450.00 73 WATER SAMPLING STATION EACH 0 $5,000.00 $0.00 74 12'RCP STORM SEWER FOOT 587 $80.00 $46,960.00 75 15'RCP STORM SEWER FOOT 138 $90.00 $12,420.00 76 18'RCP STORM SEWER FOOT 154 $100.00 $15,400.00 77 21'RCP STORM SEWER FOOT 16 $150.00 $2,240.00 78 24'RCP STORM SEWER FOOT 60 $138.00 $9,000.00 79 36'RCP STORM SEWER FOOT 1,103 $250.00 $170,965.00 80 42'RCP STORM SEWER FOOT 1,655 $250.00 $340,930.00 81 STORM MANHOLE-4'DIA EACH 4 $2,000.00 $8,000.00 82 STORM MANHOLE-5'DIA EACH 9 $2,200.00 $20,700.00 83 STORM MANHOLE-6'DIA EACH 7 $5,200.00 $35,000.00 84 STORM MANHOLE-7'DIA EACH 3 $6,800.00 $20,400.00 85 STORM MANHOLE-V DIA EACH 1 $15,000.00 $10,000.00 86 STORM MANHOLE-9'DIA EACH 1 $18,000.00 $10,500.00 87 4'x7.5'BOX MANHOLE EACH 1 $10,000.00 $5,800.00 88 TYPE A INLET,2'DIA EACH 1 $1,000.00 $1,000.00 89 CATCH BASIN 3'DIA,OPEN BOTTOM EACH .3 $1,500.00 $4,500.00 90 CATCH BASIN TYPE A,4'DIA,OPEN BOTTOM EACH 31 $1,800.00 $77,500.00 91 CATCH BASIN REMOVAL EACH 16 $300.00 $4,800.00 92 INLET REMOVAL EACH 7 $200.00 $1,400.00 93 6'STORM SEWER ABANDONMENT FOOT 145 $14.00 $2,030.00 94 8'STORM SEWER ABANDONMENT FOOT 412 $14.00 $5,768.00 95 10'STORM SEWER ABANDONMENT FOOT 85 $25.00 $1,190.00 96 12'STORM SEWER ABANDONMENT FOOT 20 $14.00 $280.00 97 48'STORM SEWER ABANDONMENT FOOT 16 $50.00 $704.00 98 SEWER CONSTRUCTION-PIPE SEWERS,8'SDR-26 FOOT 334 $300.00 $28,390.00 99 SEWER CONSTRUCTION-PIPE SEWERS, 12'SDR-21 FOOT 473 $125.00 $59,125.00 113 Revised per Addendum#1 —City of Elgin Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 100 SEWER CONSTRUCTION-PIPE SEWERS, 18'SDR-21 FOOT 0 $600.00 $0.00 101 TYPE A SANITARY MANHOLE,4'DIAMETER EACH 4 $5,000.00 $20,000.00 102 SANITARY SEWER SERVICE,6'PVC SDR-26 FOOT 694 $50.00 $34,700.00 103 SANITARY MANHOLE REMOVAL EACH 4 $300.00 $1,200.00 104 6'SANITARY SEWER REMOVAL FOOT 843 $14.00 $11,802.00 105 12'SANITARY SEWER REMOVAL FOOT 463 $14.00 $6,482.00 106 CURED IN PLACE PIPE LINERS,8' FOOT 821 $45.00 $36,945.00 107 CURED IN PLACE PIPE LINERS,10' FOOT 460 $50.00 $23,000.00 108 CURED IN PLACE PIPE LINERS,12' FOOT 0 $90.00 $0.00 109 CURED IN PLACE PIPE LINERS,15' FOOT 0 $100.00 $0.00 110 CURED IN PLACE PIPE LINERS, 18" FOOT 0 $120.00 $0.00 111 STRUCTURE TO BE CLEANED(NOT ADJUSTED OR RECON) EACH 44 $100.00 $4,400.00 112- EXPLORATORY TRENCH EACH 18 $1,200.00 $21,600.00 113 TEMPORARY RAMPS TON 54 - $150.00 $8,100.00 114 EARLY COMPLETION BONUS-PHASE I DAYS 10 $1,000.00 $10,000.00 115 EARLY COMPLETION BONUS-PHASE 11 DAYS 10 $1,000.00 $10,000.00 116 EARLY COMPLETION BONUS-PHASE III DAYS 0 $1,000.00 $0.00 117 CONTAMINATED WASTE DISPOSAL CU YD 800 $65.00 $52,000.00 118 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SO YD 4,886 $1.20 $5,863.20 119 UNCONTAMINATED WASTE DISPOSAL(pH) CU YD 300 $40.00 $12,000.00 TOTAL BID PRICE—BASE BID= $3,408,363.83 The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record,nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies_ at it is not barred from contracting with any unit of State or local government as a result of a violation of State laws r ibiting bid-rigging or bid rotating. Signature of Bidder Address BLR 5721(Rev.4/2000) 114 Revised per Addendum#1 -City Of Elgin Material Proposal It 'ti Schedule of Prices ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 1 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N30 TON 1,453 $60.00 $87,180.00 2 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N50 TON 0 $90.00 $0.00 3 HOT-MIX ASPHALT BINDER COURSE,IL-19.OL,N30 TON 2,180 $51.00 $111,180.00 4 HOT-MIX ASPHALT BINDER COURSE,IL-19.0,N50 TON 0 $85.00 $0.00 5 HOT-MIX ASPHALT BITUMINOUS BASE COURSE,4.5' SO YD 0 $25.00 $0.00 6 AGGREGATE BASE COURSE,TYPE B,4' SO YD 12,635 $6.00 $75,810.00 7 BITUMINOUS MATERIALS(PRIME COAT)SS-1 GAL 6,318 $0.01 $63.18 8 AGGREGATE(PRIME COAT) TON 25 $1.00 $25.00 9 DETECTABLE WARNINGS SO FT 498 $16.00 $7,968.00 10 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,6' SO YD 625 $43.00 $26,875.00 11 REMOVE AND REPLACE BRICK PAVERS SO YD 20 $140.00 $2,800.00 12 PORTLAND CEMENT CONCRETE SIDEWALK,5' SO FT 15,394 $4.10 $63,115.40 13 P.C.C.MONOLITHIC SIDEWALK SO FT 5,646 $5.20 $29,359.20 14 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.12 FOOT 100 $15.00 $1,500.00 15 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.18 FOOT 3,224 $16.00 $51,584.00 16 SODDING AND SUPPLEMENTAL WATERING SO YD 4,940 $6.00 $29,640.00 17 ADDITIONAL SUPPLEMENTAL WATERING,SOD EACH 25 $1.00 $25.00 18 EARTH EXCAVATION CU YD 1,721 $16.00 $27,536.00 19 UNSUITABLE MAIL,REM&REP.,CA-01, 100%CRUSHED STONE TON 344 $23.00 $7,912.00 20 DUST CONTROL-MECHANICAL SWEEPING UNIT 20 $300.00 $6,000.00 21 DUST CONTROL-WATERING WITH CALCIUM CHLORIDE UNIT 12 $600.00 $7,200.00 22 COMBINATION CURB&GUTTER REMOVAL FOOT 3,224 $5.00 $16,120.00 23 SIDEWALK REMOVAL SO FT 15,394 $1.00 $15,394.00 24 MONOLITHIC SIDEWALK REMOVAL SO FT 5,646 $1.50 $8,469.00 25 DRIVEWAY PAVEMENT REMOVAL SO YD 625 $10.00 $6,250.00 26 PAVEMENT REMOVAL SO YD 12,635 $7.00 $88,445.00 27 TREE REMOVAL(6 TO 15 UNIT DIAMETER) UNIT 0 $40.00 $0.00 28. TREE REMOVAL(OVER 15 UNIT DIAMETER) UNIT 0 $50.00 $0.00 29 NEENAH R-1712-C/390 LBS/CONCEALED PICK HOLES EACH 33 $250.00 $8:250.00 30 NEENAH R-3065/TY A FR/OPEN BOX EACH 23 $300.00 $6,900.00 31 NEENAH R-3065-L/OPEN BOX EACH 2 $300.00 $600.00 32 NEENAH R-3506-A2 EACH 2 $300.00 $600.00 33 CATCH BASIN TO BE ADJUSTED,SPECIAL EACH 1 $900.00 $900.00 115 Revised per Addendum#1 -; -City of Elgin Material Proposal Schedule of Prices ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 34 CATCH BASIN TO BE RECONSTRUCTED EACH 1 $1,200.00 $1,200.00 35 SANITARY MANHOLES TO BE ADJUSTED,SPECIAL EACH 6 $1,100.00 $6,600.00 36 SANITARY MANHOLES TO BE RECONSTRUCTED EACH 4 $1,400.00 $5,600.00 37 VALVE VAULTS TO BE A ADJUSTED,SPECIAL EACH 6 $900.00 $5,400.00 38 VALVE VAULTS TO BE RECONSTRUCTED EACH 4 $1,200.00 $4,800.00 39 WATER BOXES TO BE ADJUSTED EACH 42 $100.00 $4,200.00 40 FIRE HYDRANT TO BE ADJUSTED EACH 4 $1,200.00 $4,800.00 41 4'EPDXY PAVEMENT MARKINGS FOOT 0 $1.50 $0.00 42 6'EPDXY PAVEMENT MARKINGS FOOT 620 $1.50 $930.00 43 12'EPDXY PAVEMENT MARKINGS FOOT 618 $3.00 $1,854.00 44 24'EPDXY PAVEMENT MARKINGS FOOT 240 $6.00 $1,440.00 45 EPDXY PAVEMENT MARKINGS LETTER&SYMBOLS SO FT 0 $15.00 $0.00 46 REMOVAL AND REPLACEMENT OF RETAINING WALL FOOT 25 $60.00 $1,500.00 47 INCIDENTAL BITUMINOUS SURFACING TON 50 $125.00 $6,250.00 48 P.C.C.STEPS CU YD 0 $500.00 $0.00 49 P.C.C.RETAINING WALL CU YD 0 $500.00 $0.00 50 RELOCATE SIGN PANEL ASSEMBLY,TYPE A EACH 0 $500.00 $0.00 51 BENCHMARK MONUMENT-USGS DATUM TYPE II EACH 3 $1,000.00 $3,000.00 52 TRAFFIC CONTROL AND PROTECTION LSUM 1 $86,000.00 $86,000.00 53 MISCELLANEOUS ADDITIONS TO THE PROJECT AT THE CITY'S EACH 0 $1.00 $0.00 DISCRETION 54 DUCTILE IRON PIPE, 10' FOOT 0 $300.00 $0.00 55 DUCTILE IRON PIPE,8' FOOT 25 $150.00 $3,750.00 56 DUCTILE IRON PIPE,6' FOOT 20 $140.00 $2,800.00 57 POLYETHYLENE WRAP(10'DIP) FOOT 0 $0.40 $0.00 58 POLYETHYLENE WRAP(8'DIP) FOOT 25 $0.40 $10.00 59 POLYETHYLENE WRAP(6'DIP) FOOT 20 $0.40 $8.00 60 GATE VALVE,6' EACH 2 $1,000.00 $2,000.00 61 GATE VALVE,8' EACH 2 $2,000.00 $4,000.00 62 GATE VALVE, 10' EACH 0 $4,000.00 $0.00 63 VALVE VAULT.4'DIAMETER EACH 4 $1,000.00 $4,000.00 64 VALVE VAULT 5 DIAMETER EACH 0 $2,000.00 $0.00 65 FAR-SIDE WATER SERVICE EACH 0 $3,000.00 $0.00 66 NEAR-SIDE WATER SERVICE EACH 0 $2,500.00 $0.00 116 Revised per Addendum#1 -� -City of Elgin Material Proposal Schedule of Prices ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 67 DUCTILE IRON FITTINGS POUND 260 $8.00 $2,080.00 68 FIRE HYDRANT,COMPLETE EACH 0 $6,000.00 $0.00 69 FIRE HYDRANTS.TO BE REMOVED EACH 0 $1,000.00 $0.00 70 CUT-IN-CONNECTION EACH 4 $2,000.00 $8,000.00 71 FOUNDATION MATERIAL CU YD 210 $44.00 $9,240.00 72 DUCTILE IRON PIPE-6'SANITARY FOOT 340 $65.00 $22,100.00 73 WATER SAMPLING STATION EACH 1 $5,000.00 $5,000.00 74 12'RCP STORM SEWER. FOOT 470 $80.00 $37,600.00 75 15'RCP STORM SEWER FOOT 125 $90.00 $11,250.00 76 18'RCP STORM SEWER FOOT 418 $100.00 $41,800.00 77 21'RCP STORM SEWER FOOT 0 $150.00 $0.00 78 24'RCP STORM SEWER FOOT 1,731 $138.00 $238,878.00 79 36'RCP STORM SEWER FOOT 0 $250.00 $0.00 80 42'RCP STORM SEWER FOOT 792 $250.00 $198,000.00 81. STORM MANHOLE-4'DIA EACH 1 $2,000.00 $2,000.00 82 STORM MANHOLE-5'DIA EACH 8 $2,200.00 $17,600.00 83 STORM MANHOLE-6'DIA EACH 1 $5,200.00 $5,200.00 84 STORM MANHOLE-7'DIA EACH 3 $6,800.00 $20,400.00 85 STORM MANHOLE-V DIA EACH 0 $15,000.00 $0.00 86 STORM MANHOLE-9'DIA EACH 0 $18,000.00 $0.00 87 4'x7.5'BOX MANHOLE EACH 0 $10,000.00 $0.00 88 TYPE A INLET,2'DIA EACH 1 $1,000.00 $1,000.00 89 CATCH BASIN 3'DIA,OPEN BOTTOM EACH 1 $1,500.00 $1,500.00 90. CATCH BASIN TYPE A,4'DIA;OPEN BOTTOM EACH 24 $1,800.00 $43,200.00 91 CATCH BASIN REMOVAL EACH 5 $300.00 $1,500.00 92 INLET REMOVAL EACH 16 $200.00 $3,200.00 93 6'STORM SEWER ABANDONMENT FOOT 28 $14.00 $392.00 94 8'STORM SEWER ABANDONMENT FOOT 493 $14.00 $6,902.00 95 10'STORM SEWER ABANDONMENT FOOT 0 $25.00 $0.00 96 12'STORM SEWER ABANDONMENT FOOT 68 $14.00 $952.00 97 48'STORM SEWER ABANDONMENT FOOT 0 $50.00 $0.00 98 SEWER CONSTRUCTION-PIPE SEWERS,8'SDR-26 FOOT 0 $300.00 $0.00 99 SEWER CONSTRUCTION-PIPE SEWERS, 12'SDR-21 FOOT 10 $125.00 $1,250.00 117 Revised per Addendum#1 y —City Of Elgin Material Proposal i Schedule of Prices ' ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 100 SEWER CONSTRUCTION-PIPE SEWERS, 18'SDR-21 FOOT 50 $300.00 $15,000.00 101 TYPE A SANITARY MANHOLE,4'DIAMETER EACH 2 $5,000.00 $10,000.00 102 SANITARY SEWER SERVICE,6'PVC SDR-26 FOOT 0 $100.00 $0.00 103 SANITARY MANHOLE REMOVAL EACH 2 $300.00 $600.00 104 6'SANITARY SEWER REMOVAL FOOT 0 $25.00 $0.00 105 12'SANITARY SEWER REMOVAL FOOT 0 $25.00 $0.00 106 CURED IN PLACE PIPE LINERS,8' FOOT 361 $45.00 $16,245.00 107 CURED IN PLACE PIPE LINERS, 10' FOOT 0 $55.00 $0.00 108 CURED IN PLACE PIPE LINERS, 12' FOOT 1,380 $55.00 $75,900.00 109 CURED IN PLACE PIPE LINERS, 15' FOOT 460 $65.00 $29,900.00 110 CURED IN PLACE PIPE LINERS, 18' FOOT 464 $75.00 $34,800.00 111 STRUCTURE TO BE CLEANED(NOT ADJUSTED OR RECON) EACH 17 $100.00 $1,700.00 112 EXPLORATORY TRENCH EACH 8 $1,200.00 $9,600.00 113 TEMPORARY RAMPS TON 29 $150.00 $4,350.00 114 EARLY COMPLETION BONUS-PHASE I DAYS 0 $1,000.00 $0.00 115 EARLY COMPLETION BONUS-PHASE II DAYS 0 $1,000.00 $0.00 116 EARLY COMPLETION BONUS-PHASE III DAYS 10 $1,000.00 $10,000.00 117 CONTAMINATED WASTE DISPOSAL CU YD 0 $100.00 $0.00 118 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 3,159 $1.20 $3,790.80 119 UNCONTAMINATED WASTE DISPOSAL(pH) CU YD 100 $40.00 $4,000.00 TOTAL BID. PRICE—ALTERNATE BID = $1,732,772.58 TOTAL BID PRICE-BASE+ ALTERNATE BID= $5,141,136.41 The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has.an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws p biting bid-rigging or bid rotating. Signature of Bidder Address BLR 5721(Rev.4/2000) 118 Revised per Addendum#1 i RETURN WITH BID PROPOSAL SIGNATURE SHEET The undersigned bidder hereby makes and submits this bid on the subject Proposal,thereby assuring the Department that all requirements of the Invitation for Bids and rules of the Department have been met,that there is no misunderstanding of the requirements of paragraph 3 of this Proposal,and that the contract will be executed in accordance with the rules of the Department if an award is made on this bid. Finn Name (IF AN INDIVIDUAL) Signature of Owner Business Address Firm Name . By . (IF A CO-PARTNERSHIP) Business Address Name and Address of Ali Members of the Firm: Corporate Name i By I a ure of Authorized Representative (IF A CORPORATION) /+ Typed or printed n e and title of Autho' d R" resentative Attest ' Signatu (IF AJOINT VENTURE,USE THIS SECTION FOR THE MANAGING PARTY AND THE Business Address IlL tni. o SECOND PARTY SHOULD SIGN BELOW) Corporate Name By (IF A JOINT VENTURE) Signature of Authorized Representative Typed or printed name and title of Authorized Representative Attest Signature Business Address If.more_than two parties are in the.Joint venture,please attach an:addilianal signature sheeL I CITY OF ELGIN, ILLINOIS BID BOND We,the undersigned, Bolder Contractors, Inc. as Principal,and Fidelity and Deposit Company of as Surety,are hereby held and Maryland firmly bound unto the CITY OF ELGIN,a municipality in the State of Illinois, in the sum of -=Five Percent of Accompanying .Bid__ _ lD011ars ($ -- 'Rid--�• 1 We hereby jointly and severally bind.ourselves,our heirs,executors,administrators, t successors and assigns. ns.g Principal has hereby submitted to the City of Ogin a certain Bid attached hereto and hereby made a.part hereof for the Project described as:. 2013.Street Rehabilitation-UnionJSheridan If Principal fails to.execute a contract and.fumish.a performance•bond and a labor and - materials or-payment band as{provided for in its bid or otherwise fails to perform any of the obligations created.by the acceptance: of said bid, Principal's bid. deposit shall I become and be the property of the City of Elgin as and for reasonable liquidated damages, which shall not be construed as a*penalty, but as an actual estimate of damages. -If such Bid is rejected because of death,disability, or clearly apparent clerical error, Principal's bid bond shall.be returned to Principal. Surety, for value received, the sufficiency. of-which is- hereby acknowledged,. hereby agrees that its.obligations and this bond shall in no way be impaired or affected by an extension of the time in which the City of Elgin may accept such bid and said Surety does hereby waive notice of any such extension. _ IN WITNESS WHEREOF,.the Principal and the Surety have set.their hands and seals, and such of them as are corporations.have caused their corporate seals to.be hereto« affixed and have caused this bond to be signed by their proper officers on this-Ithd4t a .� , . . I 5 April ,2013- r �;r f: y CONTRA O tS PRINCIPAL SURETY.. _- ' Inc. Fidelity and Dept y3st ipn (Sig tune) ( ignature). ' 4t:- f Y Name and Title: Robert Gwiasda, _ Kevi. i 'b ` Name and Title, President - SEAL . -SEAL 120 STATE OF Illinois ss.: COUNTY OF WILL On this 4th day of April 2013 before me personally appeared Kevin J. Scanlon to me known, who, being by me duly sworn, did depose and say: that_he_reside(s) at Surety New Lenox, Illinois ;that_he_is/are the Attorney-in-fact Company Acknowledgment of- Fidelity and Deposit Company_ of Maryland ,the corporation described in and which executed and annexed instrument;that_he_know(s)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_he_signed the same name(s) thereto by like order;and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. - ♦00000004�0o6ti000000000000000 - "OFFICIAL-SEAL" SHERRY BACSKAI v o Notary Public,State of Illinois MyCommis iort Expires.1012212015-'0 (Notary Pubic in and for the bove County and State) eav�on��e�:��•��s�+�QO�ee©0000e Bond-3758-A My commission expires 10/22/2015 I I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New.. York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLEN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Robert:H. WALKER,:Suellen:BOTTOMLEY, R. L. MCWETHY,. Kevin SCANLON, Gary A. EATON,Rob W.KEGLEY,JR.,Sherry BACSKAI and'Brandie CATLIN,all of New Lenox,Illinois, EACH its true and lawful agent and Attorney-in-Fact, to make, execute,seal and deliver; for, and.on its behalf as surety, and as.its act and deed:any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE-COMPANY at its office inVewl York,.New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the . FIDELITY AND DEPOSIT COMPANY OF MARYLAND at'its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate-Seals of the said ZURICH AMERICAN INSURANCE--:COMPANY, COLONIAL AMERICAN .CASUALTY AND SURETY COMPANY, and_FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 4th day of June,A D.2012. ATTEST:.. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND REAL w 7 o RBI By Assistant Secretary Vice President Eric D.Barnes Thomas O.McClellen State of Maryland City of Baltimore On this 4di day of June,A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLEN,Vice President,and ERIC D.BARNES,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that .he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature.as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written- /1111111\\\' Constance A Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 036-3831A I EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments-on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN- CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power.of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting.signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May;1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting.duly called and held on the 10th day.of May, 1990. RESOLVED: ".That the facsimile or mechanically reproduced seal.of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether-made heretofore or hereafter,wherever appearing upon a certified:t;opy:of any power of-attorney issued by the Company;shall be valid and binding upon the Company with the same force and effect as though manually.affixed: (ANY WHEREOF,I.have hereunto_sub scribed my name and affixed the corporate seals of the said Companies, ths'± y ,% Epril 20 13 r. !t::, Ylt � • pO� : oa SEAL ..A1K James M.Carroll,Vice President AGREEMENT THIS AGREEMENT is dated this L� day of �'/ 20la by and between the City of Elgin, an Illinois Municipal Corporation (herein called "City")and Bolder Contractors, Inc. (herein called "Contractor"), a Cooperation with a principal place of business at 440 Lake Cook Road, Unit 313, Deerfield, IL 60015 WHEREAS, on March 20`x, the City released an Invitation for Bids entitled 2013 Street Rehabilitation - Union/Sheridan;and WHEREAS,Contractor submitted a timely bid on April 4, 2013; and WHEREAS,the City Council has deemed Contractor to be the lowest price responsive and responsible bidder for 2013 Street Rehabilitation-Union/Sheridan,hereinafter referred to as"Work;" NOW THEREFORE, in consideration of the mutual covenants herein set forth, the sufficiency of which is hereby acknowledged,the parties hereto hereby agree as follows: Article 1. Work. Contractor shall complete the Work as specified in the Contract Documents. The Work is generally described as follows: The proposed improvement includes the following base bid quantities: the removal and replacement of approximately 7,325 LF of concrete curb and gutter; 77,920 SF of concrete sidewalk and monolithic sidewalk,32,200 SY of pavement removal; 9,150 TONS of Hot-Mix asphalt binder and surface courses; 1,140 LF of 8-inch water main; 7,250 LF of storm sewer and all other appurtenant work and materials necessary to complete the project. Article 2. ENGINEER. The Work has been designed by Engineering Enterprises Inc under the supervision of the City of Elgin ("Engineer"). Engineer shall act as City's representative and shall assume and provide such duties and obligations to the extent provided in the Contract Documents. Article 3. Work COMPLETION,LIQUIDATED DAMAGES,DELAYS AND DAMAGES. 3.1. Work Completion.The Work shall be completed as provided in the Contract Documents. September 27,2013(if Base Bid awarded)or October 25,2013(if Alternate Bid Awarded)In the event of any conflict between these dates and dates elsewhere in the Contract Documents,these dates shall prevail. Time is of the essence of this Agreement. 3.2. Liquidated Damages. City and Contractor agree that as reasonable liquidated damages for delay (but not as a penalty) Contractor shall pay City 2000 for each day beyond the time specified for Substantial Completion in the Contract Documents. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the times specified in the Contract Documents(hereinafter referred to as"Contract Times")or any proper extension thereof granted by City,Contractor shall pay City 2000 for each day beyond the time for Final Completion. Contractor agrees and acknowledges that such liquidated damages constitute a reasonable estimate of City's actual damages. Such liquidated damages shall constitute City's sole recourse for and shall constitute full satisfaction of City's actual damages resulting from Contractor's delay. Contractor further acknowledges and agrees that in the event any provisions in any of the Contract Documents conflict with the provisions of this paragraph or otherwise provide for damages resulting from Contractor's delay, the provisions of this paragraph shall control, and such conflicting provisions and any Contract Documents shall not constitute, and shall not be construed as,a basis by which to render the provisions of this paragraph unenforceable. 121 3.3. Delays and Damages. In the event Contractor is delayed in the prosecution and completion of the Work or achievement of any Contract Times because of any delays caused by City or Engineer, Contractor shall have no claim against City or Engineer for damages or contract adjustment other than an extension of the Contract Times as provided herein and the waiving of liquidated damages during the period occasioned by the delay. Article 4. CONTRACT PRICE. City shall pay Contractor$ 5,141,136.41 as indicated in the Contractor's Bid for completion of the Work in accordance with the Contract Documents. Article 5. PAYMENTS. 5.1. Payments. City shall make payments on the basis of Contractor's Applications for Payment as recommended by Engineer, in conformance with the City of Elgin's accounts payable schedule. All payments shall be based on the progress of the Work measured by the schedules provided in the Contract Documents. Notwithstanding anything to the contrary in any Contract Documents,City shall be entitled to withhold any payments pending the submission of partial or full waivers of lien and/or certifications verifying the receipt of payment for all work performed by all subcontractors up to the date of Contractor's application for partial or final payment in City's sole discretion. City shall further be entitled to make such payments directly to any subcontractors as may be necessary to obtain such lien waivers and/or certifications. In the event City makes any such payments directly to any subcontractors,the amount of such payments shall be deducted from the total amount due to Contractor pursuant to this agreement; and Contractor shall provide a written release to City in the amount of any such payments upon ten (10) days written demand. Concurrent-with all applications for payment, Contractor shall provide City with a sworn certification of all work performed by all subcontractors and amounts paid to all subcontractors as of the date of application. 5.2. Retainage. City may withhold, from all payments prior to Substantial Completion,an amount equal to up to ten percent(10%)of work completed,at City's sole discretion. . Upon Substantial Completion, City may release a portion of the retainage to Contractor, retaining at all times an amount sufficient to cover the cost of the Work remaining to be completed,at City's sole discretion. The time for payment of any retainage from City to Contractor shall be at City's sole discretion. Such payment shall not be unreasonably withheld. 5.3. Final Payment. The City shall not be required to make final payment prior to completion and acceptance of the Work by the City. Article 6. CONTRACT DOCUMENTS. There are no Contract Documents other than those listed below. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: a. This Agreement. b. Certificates of Insurance. C. Bonds. d. Notice of Award. C. Notice to Proceed. f. General Conditions. g. Supplementary Conditions. h. Specifications. i. Environmental Report on CD j. Drawings dated March 2013, consisting of 89 sheets, with each sheet bearing one of the following general titles: 2013 Street Rehabilitation- UnionLSherielan 122 i Sheet titles are listed on the cover sheet of each drawing set. k_ Any Addenda. 1. Contractor's Bid. M. City Forms. n. Any subsequent Written Amendments to any documents listed above and other documents amending, modifying, or supplementing the Contract Documents, which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. This Agreement and the Contract Documents listed above comprise the sole and exclusive Agreement between the parties hereto. There are no other agreements between the parties hereto either oral or written, and neither this Agreement nor any Contract Documents shall be modified or amended without the written consent of the authorized representatives of the parties hereto. Article 7. MISCELLANEOUS. a_ Terms used in this Agreement shall have the meanings indicated in the General Conditions. b. No assignment or delegation by a party hereto of any rights under,obligations or interests in the Contract Documents shall be binding on another party hereto without the written consent of the party sought to be bound;and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment shall release or discharge the assignor from any duty or responsibility under the Contract Documents. C. City and Contractor each binds itself,its partners,successors,employees,assigns,and agents to the other party hereto, its partners, successors, employees, assigns, and agents in respect of all covenants, agreements,and.obligations contained in the Contract Documents. d. The business address of Contractor is hereby designated as the place to which all notices,letters,and other communication to Contractor shall be mailed or delivered. The address of City is hereby designated as the place to which all notices, letters, and other communication to City shall be mailed or delivered. Such notices,letters and other communications shall be directed to the City's General Services Manager. Either party may change its address at any time by an instrument in writing delivered to Engineer and to the other party. e. The terms and provisions of this Agreement shall be severable. In the event any of the terms or provisions of this Agreement shall be deemed to be void or otherwise unenforceable for any reason,the remainder of this Agreement shall remain in full force and effect. f. This Agreement shall be subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes and the enforcement of any rights arising out of or in connection with the Agreement shall be in the Circuit Court of Kane County,Illinois. g. This Agreement shall not be construed so as to create a partnership,joint venture,employment or agency relationship between the parties hereto except as may be specifically provided for herein. h. In the event of any conflict between any of the terms or provisions of this Agreement and any other Contract Documents,the terms and provisions of this Agreement shall control. i. Indemnification. To the fullest extent permitted by law,Contractor agrees to and shall indemnify,defend and hold harmless the City, the Engineer, Engineer's consultants and the officers, employees,boards and commissions of each and any of them from and against any and all claims, suits, judgments, costs, attorneys' fees,damages or any and all other relief or liability arising out of or resulting from or through, or alleged to arise out of, any acts or negligent acts or omissions of Contractor or Contractor's officers, employees, agents or subcontractors in the performance of this agreement, or arising out of or in connection with litigation based on any mechanic's lien or other claims, suits,judgments and/or demands 123 i for damages by subcontractors. In the event of any action against the City,its officers,employees,agents, boards or commissions covered by the foregoing duty to indemnify,defend and hold harmless,such action shall be defended by legal counsel of City's choosing. In the event and to the extent that any legal work is performed by City's in-house legal counsel pursuant to the provisions of this section, City shall be reimbursed by Contractor for such legal work at the rate of$200 per hour, which rate Contractor hereby agrees and acknowledges to be a reasonable rate for such in-house attorneys' fees.The provisions of this paragraph shall survive any expiration and/or termination of this agreement. j. Compliance with Laws. Notwithstanding any other provision of this CONTRACT it is expressly agreed and understood that in connection with the performance of this CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to,any applicable requirements regarding prevailing wages,minimum wage,workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this CONTRACT shall be legal residents of the United States. CONTRACTOR shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this CONTRACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR.to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. k. Contractor hereby waives any and all claims to interest on money claimed to be due pursuant to this Agreement,and all such rights to interest to which it may otherwise be entitled pursuant to law,including, but not limited to, pursuant to the Local Government Prompt Payment Act, as amended (50 ILCS 505/1, et.seq),or the Illinois Interest Act as amended(815 ILCS 205/1,et.seq). 1. Contractor shall not be entitled to and hereby waives, any and all rights that it might have to file suit or bring any cause of action or claim for damages against the City of Elgin and/or its affiliates, officers, employees, agents, attorneys, Boards and Commissions, of whatsoever nature and in whatsoever forum after two(2)years from the date of this Agreement. IN WITNESS WHEREOF,City and Contractor have signed this Agreement. One counterpart each has been delivered to City,Contractor,Surety,and Engineer. This Agreement shall be effective on 42r CONTRACTOR: CITY: Y: By: Title: Title: City Manager Address for giving notices Address for giving notices H 4O 1 AV–g— 150 Dexter Court Elgin,IL 60120 FEIN# ?_0 0 ( to 0 124 i Contract Bond Municipality Elgin Rd. District County Kane 2013 Street Rehabilitation - Section Union/Sheridan We as PRINCIPAL, and as SURETY, are held and firmly bound unto the above Local Agency(hereafter referred to as "LA") in the penal sum of Dollars ($ ), lawful money of the United States, well and truly to be paid unto said LA , for the payment of which we Bind ourselves, our heirs, executors, administrators, successors,jointly to pay the LA this sum under conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purposes of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed.that this bond shall inure to the benefit of any person,firm company, or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus,fixtures or machinery so furnished and that suit may maintained on such bond by any such person, firm, company or corporation, for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for he purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract,then this obligation to be void; otherwise to remain in full force and effect. BLR 5711 (Rev 7/87) IL 494-0372 125 i IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D. 20 PRINCIPAL (Company Name) (Company Name) By: By: (Signature &Title) (Signature &Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) SURETY By: (Name of Surety) (Signature of Attorney-in-fact) STATE OF ILLINOIS, COUNTY OF A NOTARY Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names.are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 20 My commission expires Notary Public Approved this day of , A.D. 20 Attest: (Awarding Authority) Clerk (Mayor) (SEAL) 126 i ADDENDUM NO. 1 DATE: April 2, 2013 PROJECT: 2013 Street Rehabilitation — Union/Sheridan City of Elgin Kane and Cook Counties, IL FROM: City of Elgin Purchasing Department 150 Dexter Court Elgin, IL 60120 (847) 931-5604 tel (847) 931-5689 fax TO: ALL BIDDERS OF RECORD FOR BIDS DUE APRIL 4, 2013 NOTE: This Addendum is hereby declared a part of the PROPOSAL DOCUMENTS for the project designated above and in case of conflict, the following Addendum shall govern. Bidders shall incorporate in their proposal this addendum and shall reflect the addendum accordingly in the proposal submitted. 1. The pre-bid meeting minutes and sign-in sheet are attached (including this cover sheet, this addendum is nineteen pages — cover sheet, 3 sheets of pre-bid meeting minutes, water main parts list, 2 sign-in sheets). 2. It has been brought to our attention that some of the sanitary sewer lining will need to take place after the sanitary sewer is replaced. Do to conflicts with sanitary sewer installation and the limited amount of sanitary sewer lining; all sanitary sewer lining shall be completed by the end of Phase 3. However, all items other than sanitary sewer lining shall be completed by the completion dates stated within the phasing plan found in the plan set on sheets 51-54. In addition, any lining that is scheduled for completion around the School shall not impact the school. The Contractor will be required to complete the work*during school hours or prior to the start of the school year, which is scheduled for August 9. 3. The Schedule of Prices shows part of Chicago Street in the Alternate Bid. All work items associated with Chicago Street will now be contained in the Base Bid. The Schedule of Prices has been updated to reflect the change. 4. The Schedule of Prices shows a quantity of 1 LSUM for Traffic Control and Protection for both the Base Bid and the Alternate Bid. The Contractor should prepare two different costs for Traffic Control and Protection, a cost associated for traffic control for the Base Bid and a cost associated for traffic control for the Alternate Bid. Based on bids, the City of Elgin may elect to only construct the Base Bid which will only contain the cost for Traffic Control and Protection for the Base Bid. If the City decides to construct the Alternate Bid, both the unit cost for the Base Bid and the Alternate Bid will be added together. Addendum No. 1 5. Trench backfill/selected granular backfill is considered included in the cost of proposed utility being installed as stated in the special provisions on sheets 46 and 55. No additional compensation for any trench backfill used during construction will be permitted. 6. In the STORM SEWER ABANDONMENT item, all storm sewer not being removed shall be filled with FA-06. The Contractor shall fill the storm sewer such that there are no voids found in the pipe run and to the satisfaction of the Engineer. All equipment and material used to abandon the storm sewer shall be included in the cost of STORM SEWER ABANDONMENT. 7. The earth excavation value provided in the Schedule of Prices was developed using normal cut and fill methods. These values include any material that will be removed during construction under curb and gutter and pavement for the reconstructed roadways. As for the rehabilitated roadways, the earth excavation values shown are only for areas underneath the new/existing pavement. All curb and gutter or sidewalk removed and replaced during construction of the rehabilitated roadways shall include the cost of earth excavation and disposal as stated in the specifications. 8. All existing frames shall be removed and delivered to the City of Elgin Public Works facility. All new frames installed, including any frames for new structures, shall be paid for under the NEENAH R- of the type specified. At no time shall an existing casting be reused during the construction process. 9. Sanitary Service Connections (Ductile Iron Pipe, 6" or 8" Sanitary) will be used at every existing sanitary crossing with a proposed utility. The sanitary sewer service shall be located and replaced during proposed utility installation within the utility trench. All mission couplings, fittings, and all other appurtenant items shall be included in the cost of SANITARY SERVICE CONNECTIONS (DUCTILE IRON PIPE, 6" OR 8" SANITARY). Sanitary Sewer Service 6" will be used to replace the entire service to the ROW. This line item is only intended to be used during the reconstruction of the sanitary sewer on Union and Shuler. All cleanouts,.wyes, tee-wyes, and other appurtenant items shall be included in the cost of SANITARY SEWER SERVICE, 6". 10.The following special ecial P rovision and subsequent line items have been added to the contract: • GEOTECHNICAL FABRIC FOR GROUND STABILIZATION Description of Work This work shall comply with Section 210 of the Standard Specifications and be installed at the Engineers discretion in areas of complicated or bad soils. Materials Materials shall conform to Article 1080.02 of the Standard Specifications. Basis of Payment This work will be paid for at the contract unit price per square yard for GEOTECHNICAL FABRIC FOR GROUND STABILIZATION which shall include all labor, material, and equipment to complete the line item. 2 of 4 \WtILKYWAY\EEI_Storage\Docs\Public\Elgin\2012\EG1202 Union-Sheridan Street Improvement\Docs\Contracts\Bid 1ssue\ADDEND01.doC Addendum No. 1 • UNCONTAMINATED WASTE DISPOSAL (pH) Description of Work This work shall be used for excavated material outside the acceptable CCDD pH levels and consist of segregation, hauling and satisfactory disposal outside the limits of the job of all uncontaminated excavated material necessary for construction of the project. All work shall be in accordance with Section 669 of the Standard Specifications and as specified herein. The completed IEPA LPC-663 form has been provided along with all necessary attachments (information provided on the enclosed CD). The Contractor will be responsible for locating a receiving facility (CCDD or Soil Only) or other disposal site for all uncontaminated material/soil. Any required paperwork, analysis, etc. required by said receiving facility above and beyond what has been provided shall be acquired by the contractor at the contractor's expense. The contractor shall have a qualified environmental individual on site to monitor and test all high ph soils contained within the project limits. The contractor shall provide the engineer (not limited to) copies of said paperwork/analysis, load tickets, in field test results, and receiving facility or disposal site sign-offs for each load of uncontaminated soil disposed. Uncontaminated waste shall be defined as any excavated material with pH levels less than 6.25 and greater than 9.0. Basis of Payment Excavation and disposal of uncontaminated excavated material, due to high pH, shall be paid for at the contract unit price per cubic yard for as UNCONTAMINATED WASTE DISPOSAL (pH) which price shall include all testing, equipment, and other related items to dispose of the material. 11.The Phasing Plan provided in the plan set shall be followed to the best of the Contractors capabilities. No deviations from the Phasing Plan, unless otherwise noted in this Addendum, will be allowed during construction. All curb and gutter shall be removed and replaced prior to any pavement removal operations are completed. Pavement removal for utility installation will be permitted during construction. All utility trenches will be backfilled accordingly and the top eight (8") inches of backfill shall be [DOT gradation CA-06. No payment will be made for the top (8") inches of backfill which is to be removed for the placement of Hot-Mix Asphalt. The Contractor will be required to install the four inches of aggregate base course immediately after the pavement removal operations are completed. At no time shall the roadway sub grade be subject to any rain or other inclement weather. If such weather is encountered and the Contractor has not made sufficient efforts to cover the sub grade 3of4 \\MILKYWAY\EEI_Storage\Docs\Public\Elgin\2012\EG1202 Union-Sheridan Street Improvement\Docs\Contracts\Bid Issue\ADDEND01.doc Addendum No. 1 with the aggregate base course, the Contractor will remove and replace any unsuitable areas found during the proof roll process, in accordance with UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA-01, 100% CRUSHED STONE, at the contractors own expense. 12.A new Schedule of Prices is being provided with this addendum that reflects the revised quantities. The revised Schedule of Prices can be identified by the footer which states "Revised per Addendum #1". The revised Schedule of Prices must be used for the submittal of the bid and should be inserted or stapled in place before the Signature Page. Any bidders found to have submitted their bid on the old Schedule of Prices may have their bid nullified at the sole.discretion of the City of Elgin. 13.A new Signature sheet is being provided with this addendum. The revised Signature form must be used for the submittal of the bid and should be inserted or stapled in place of the old signature form. Any bidders found to have submitted their bid-on the old Signature form may have their bid nullified at the sole discretion of the City of Elgin. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum. This addendum and the accompanying replacement sheets shall. also be included in the bid, unless noted otherwise. Failure to comply with this requirement will result in an incomplete bid submittal. Addendum:No. 1! Reviewed Company: Date: 4 of 4 \VNILKYWAY\EEI_Storage\Docs\Public\Elgin\2012\EG1202 Union-Sheridan Street Improvement\Docs\Gontracts0d Issue\ADDEND01Am Pre-Bid 2013 Street Rehabilitation — Union/Sheridan City of Elgin March 26, 2013 1:00 P.M. City of Elgin Public Works 1900 Holmes Road Minutes in Bold Attendees—See Attached Sign in Sheet (3 pages) 1. Key:Dates—Bidding...Award,.Contracting a. Bids Due: April 4' , 20131 at 11.:00 aim. b. Base Bid vs. Alternate Bid Tabulation, Reference Checks, Recommendation of Award: April 5th to April 12th c. Contract Award: Council Meeting on April 24th d. Contracting: April 251h to May 3rd (+/-) e. Pre-Construction Conference: April 25th/April 26th f. Targeted Construction Commencement Date: May 6th g. Low Bidder Must Provide Sufficient References for Similar Projects to be Considered Qualified — City Reserves the Right to Award to Bidders other than the Low Bidder if Sufficient References are Not Provided 2. Key Dates— Construction a. Phase I Completion—6/28/13 (includes restoration) b. Phase II Completion —8/9/13 c. Phase III Completion—9/20/13 (includes Phase II restoration) d. Phase IV (Paving Deadline)— 10/4/13 e. Phase IV (Final) Completion — 10/25/13 f. Phase IV (Punch List) Completion — 11/8/13 g. Phases I, II and III — Potential for Early Completion Bonus 3. Project Details a. Removal and Replacement of Existing Sidewalks, Curb and Gutter and Driveway Aprons for roads being reconstructed b. Water Main Installation (1,465 LF; 6"to 10") i. All water main being lowered due to conflicts with storm sewer shall be filled, pressure tested, and chlorinated according to the City of Elgin standards. c. Sanitary Sewer Lining (3,950 LF; 8" to 18") d. Sanitary Sewer Installation (870 LF; 8" to 18") e. Storm Sewer Installation (7,250 LF; 12" to 42") f. Pavement Removal and Replacement (in general - 7 inches off, 5 inches on) g. Frame and Lid Adjustments (remove prior to pavement removal; replace with new frames and lids after binder) h. Material Testing i. Full QC/QA for HMA ii. PCC shall be tested per specifications in project manual i. Construction Layout— Contractor's Responsibility 2013 Street Rehabilitation — Union/Sheridan Pre-Bid Meeting Page 2 of 3 4. New Curb and Gutter(or Monolithic Walk) Layout & Details a. Contractor to Set String-Line per Typical Cross-Sections and profile, in General b. No Additional .Compensation for Additional Milling/Pavement Removal Where Required c. Additional HMA (when required) to be Paid at the Existing Unit Price 5. Additional Information a. Sub-Contractor Approval Specifications b. Materials (See Section 106 of the Standard Specifications for Road and Bridge Construction) to be Made in U.S.A. c. Mechanical Dust Control — a unit shall be defined as each occurrence that dust control is requested by the engineer. When directed by the engineer, the contractor shall provide mechanical dust control; the unit is considered complete when the dust control has been completed to the satisfaction of the engineer. If the dust control begins on one day and is not completed to the satisfaction of the engineer, the operations shall be continued the following day, but is still considered part of the initial unit. d. Foundation material - the costs related to the disposal of any waste generated in relation to the placement of foundation material is included in the cost of the foundation material pay item. 6. Addendums a. None to Date b. Addendum 1 to Address Items Discussed in Pre-Bid Meeting (including Pre-Bid Meeting Minutes) c. Bid Schedule — a revised bid schedule will be sent out with Addendum 1. In particular Item #5: HMA Bit. Base Course, 4.5" quantity has been increased to 3,460 SQ YD. d. An updated water main parts list has been attached and will be included in Addendum 1. Please take note of the changes. e. IEPA Permits— in progress f. . Questions to be Provided to EEI by 3:00 p.m. 3/29/13 (late items will NOT be answered via addendum) 7. Other a. All sanitary sewer services cross with utility trenches shall be located and replaced. b. CCDD— Make sure to submit the most current exhibits to your CCDD facilities. "Contractor is advised to contact the CCDD facility prior to bidding to determine what will be accepted and their expectations, if any, for how to delineate in the field." c. All residents, the Fire Station, and School shall have access at all times. As stated in the "Driveway, Sidewalk Access, Water Services, & Staging" special provision, access to residents, the Fire Station, and School will be available at all times during the construction project except during the forming, pouring, and curing of various concrete items. In addition, the note contained in the Phasing Plans states that any temporary access ramps or temporary stone shall be provided and included in the cost of the contract. UMIIKYWAYTEI_Sto;age\Docs\PtiblicOgin\2012\rG1202 Union-Sheridan Street Irnproverneni0ocsTre-Bid Meeting.Meeling htinulesdoc.da; 2013 Street Rehabilitation — Union/Sheridan Pre-Bid Meeting Page 3 of 3 d. A staging yard has not been provided in the contact documents. The Contractor shall, at his/her own expense, make his/her own investigation and coordination into finding a suitable staging yard for equipment and materials. e. Tree protection shall be included in the cost of the contract. At this time there is no anticipated tree protection required. The above meeting minutes represent Engineering Enterprises, Inc's. understanding of all relevant issues discussed. If there are any errors or omissions, please correspond in writing to Julie Morrison, P.E. within seven (7) days of receiving these meeting minutes or it will be assumed that all information is complete and correct. CC: Attendees (distributed via addendum 1) BPS, EEI \l7UAILKYlJAY1EEI_Storage\Docs\Public\Elgin @0121EG1202 Union-Sheridan Sueel Imorovemewoocs\Pre-Bid Meeting.Meeting Minulesdoc.doc Specs Per Detail Sheet Revised 3/13, Hydrant Waterous Pacer(AFC)Traffic Model W667-250,with 5 1/4"seat Main Ductile Iron-class 52 with polywrap Valve Box Tyler 6645 Corp Stop Mueller B-25000(updated 4/20/11 per sean nagel) Curb Stop Mueller B-25204(1") (updated 4/20/11 per sean nagel) Service Copper Type".K"(1".) Service Valve Box Tyler 6500-95E(updated 2/8/11 per sean nagel) Sampling Station MainGuard 66 Wat Dept has 8+ Samp Sta Corp Stop Mueller B-25000(3/4")(updated 4/20/11 per sears nagel) Samp Sta Curb Stop Mueller B-25204(3/4")(updated 4/20/11 per sean nagel). ...Wat Dept has B22-333M which include flare connections Samp Sta flare Mueller B-25204(3/4")(updated 4/20/11 per sean nagel) Samp Sta Service Copper Type"K" (3/4") _. Wat Dept has 100+feet Valve American Flow Control 2500 Series Resilient Wedge Gate Valve 6"Thick(d=48" up to 8",60" up to 12",72"over 12") 12"max adj ring w/min#rings,conc collar in hard and rubber collar in landscape Valve Vault (3" below rings to 2 belowf/g) VV Frame Lid lNeenah R-1713 or EJIW 1050Z1 with"WATER"cast in lid SIGN-IN SHEET-2013 STREET REHABILITATION - UNION/SHERIDAN- PRE-BID MEETING Name Company/Affiliation Phone Email Jay Beverly City of Elgin 847/931-5955 beverly i©cityofelgin.org Julie Morrison Engineering Enterprises, Inc. 630/466-6700 jmorrision@eeiweb.com Sean Mikos Engineering Enterprises, Inc. 630/466-6783 smikos@eeiweb.com ,'✓�rG-G �•e i�i`ti J�/�TA•l/U G��i(J fir" 1030 �1�Z/19 110 ,Q/t-G . G,G�i�Gi.t c: �'i.�T•�?r(� l�oid, �eAvl 4.JA XA &�� �f� .�i�:�i. f c lz w.J?1ACTw� DUwrY.4Abr &AAVb-1 r fcn-V 4.e SIGN-IN SHEET-2013 STREET REHABILITATION - UNION/SHERIDAN- PRE-BID MEETING Name Company/Affiliation Phone Email zy VAWWC jOCbw� nt I —City Of Elgin — --- Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 1 HOT-MIX ASPHALT SURFACE COURSE,MIX'D",N30 TON 1,850 2 HOT-MIX ASPHALT SURFACE COURSE,MIX'D",N50 TON 398 3 HOT-MIX ASPHALT BINDER COURSE,IL-19.OL,N30 TON 2,775 4 HOT-MIX ASPHALT BINDER COURSE,IL-19.0,N50 TON 497 5 HOT-MIX ASPHALT BITUMINOUS BASE COURSE,4.5' SO YD 3,460 6 AGGREGATE BASE COURSE,TYPE B,4' SO YD 19,545 7 BITUMINOUS MATERIALS(PRIME COAT)SS-1 GAL 9,773 8 AGGREGATE(PRIME COAT) TON 39 9 DETECTABLE WARNINGS SO FT 620 10 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,6' SO YD 1,281 11 REMOVE AND REPLACE BRICK PAVERS SO YD 50 12 PORTLAND CEMENT CONCRETE SIDEWALK,5' SO FT 16,097 13 P.C.C.MONOLITHIC SIDEWALK SO FT 40,786 14 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.12 FOOT 100 15 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.18 FOOT 3,904 16 SODDING AND SUPPLEMENTAL WATERING SO YD 14,460 17 ADDITIONAL SUPPLEMENTAL WATERING,SOD EACH 75 18 EARTH EXCAVATION CU YD 4,797 19 UNSUITABLE MAT'L,REM&REP.,CA-01, 100%CRUSHED STONE TON 959 20 DUST CONTROL-MECHANICAL SWEEPING UNIT 45 21 DUST CONTROL-WATERING WITH CALCIUM CHLORIDE UNIT 27 22 COMBINATION CURB&GUTTER REMOVAL FOOT 3,904 23 SIDEWALK REMOVAL SO FT 16,097 24 MONOLITHIC SIDEWALK REMOVAL SO FT 40,786 25 DRIVEWAY PAVEMENT REMOVAL SO YD 1,281 26 PAVEMENT REMOVAL SO YD 19,545 27 TREE REMOVAL(6 TO 15 UNIT DIAMETER) UNIT 22 28 TREE REMOVAL(OVER 15 UNIT DIAMETER) UNIT 60 29 NEENAH R-1712-C/390 LBS/CONCEALED PICK HOLES EACH 71 30 NEENAH R-3065/TY A FR/OPEN BOX EACH 32 31 NEENAH R-3065-L/OPEN BOX EACH 9 32 NEENAH R-3506-A2 EACH 2 33 CATCH BASIN TO BE ADJUSTED,SPECIAL EACH 7 111 Revised per Addendum 41 —City Of Elgin --- Material Proposal Schedule of Prices BASE BID Item 1 Unit No. Items Unit I Quantity Price Total 34 CATCH BASIN TO BE RECONSTRUCTED EACH 5 35 SANITARY MANHOLES TO BE ADJUSTED,SPECIAL EACH 10 36 SANITARY MANHOLES TO BE RECONSTRUCTED EACH 7 37 VALVE VAULTS TO BE A ADJUSTED,SPECIAL EACH 16 38 VALVE VAULTS TO BE RECONSTRUCTED EACH 11 39 WATER BOXES TO BE ADJUSTED EACH 82 40 FIRE HYDRANT TO BE ADJUSTED EACH 3 41 4"EPDXY PAVEMENT MARKINGS FOOT 250 42 6"EPDXY PAVEMENT MARKINGS FOOT 1,290 43 12"EPDXY PAVEMENT MARKINGS FOOT 396 44 24"EPDXY PAVEMENT MARKINGS FOOT 270 , 45 EPDXY PAVEMENT MARKINGS LETTER&SYMBOLS SO FT 40 46 I REMOVAL AND REPLACEMENT OF RETAINING WALL FOOT 250 47 INCIDENTAL BITUMINOUS SURFACING TON 121 48 P.C.C.STEPS CU YD 120 49 P.C.C_RETAINING WALL CU YD 125 50 RELOCATE SIGN PANEL ASSEMBLY,TYPE A EACH 4 51 BENCHMARK MONUMENT-USGS DATUM TYPE II EACH 7 52 TRAFFIC CONTROL AND PROTECTION LSUM 1 53 MISCELLANEOUS ADDITIONS TO THE PROJJ=CT AT THE CITY'S EACH 125 $1.00 $125,000.00 DISCRETION 54 DUCTILE IRON PIPE, 10" FOOT 96 55 DUCTILE IRON PIPE,8' FOOT 1,187 56 DUCTILE IRON PIPE,6" FOOT 135 57 POLYETHYLENE WRAP(10'DIP) FOOT 75 58 POLYETHYLENE WRAP(8"DIP) FOOT 1,187 59 POLYETHYLENE WRAP(6'DIP) FOOT 135 60 GATE VALVE,6° EACH 8 61 GATE VALVE,8' EACH 3 62 GATE VALVE,10' EACH 2 63 VALVE VAULT 4'DIAMETER EACH 11 64 VALVE VAULT 5'DIAMETER EACH 2 65 FAR-SIDE WATER SERVICE EACH 11 66 NEAR-SIDE WATER SERVICE EACH 7 112 Revised per Addendum#1 City Of Elgin - --- Material Proposal {; Schedule of Prices BASE BID Item Unit No. Items TUnit Quantity Price Total 67 DUCTILE IRON FITTINGS POUND 1,495 68 FIRE HYDRANT,COMPLETE EACH 5 69 FIRE HYDRANTS TO BE REMOVED EACH 2 70 CUT-IN-CONNECTION EACH 12 71 FOUNDATION MATERIAL CU YD 380 72 DUCTILE IRON PIPE-6"SANITARY FOOT 330 73 WATER SAMPLING STATION EACH 0 74 12"RCP STORM SEWER FOOT 587 75 15"RCP STORM SEWER FOOT 138 76 18"RCP STORM SEWER FOOT 154 77 21'RCP STORM SEWER FOOT 16 78 24"RCP STORM SEWER FOOT 60 79 36"RCP STORM SEWER FOOT 1,103 80 42"RCP STORM SEWER FOOT 1,655 81 STORM MANHOLE-4'DIA EACH 4 82 STORM MANHOLE-5'DIA EACH 9 83 STORM MANHOLE-6'DIA EACH 7 84 STORM MANHOLE-7'DIA EACH 3 85 STORM MANHOLE-8'DIA EACH 1 86 STORM MANHOLE-9'DIA EACH 1 87 4'x7.5'BOX MANHOLE EACH 1 88 TYPE A INLET,2'DIA EACH 1 89 CATCH BASIN 3'DIA,OPEN BOTTOM EACH 3 90 CATCH BASIN TYPE A,4'DIA,OPEN BOTTOM EACH 31 91 CATCH BASIN REMOVAL EACH 16 92 INLET REMOVAL EACH 7 93 6"STORM SEWER ABANDONMENT FOOT 145 94 8'STORM SEWER ABANDONMENT FOOT 412 95 10"STORM SEWER ABANDONMENT FOOT 85 96 12"STORM SEWER ABANDONMENT FOOT 20 97 48"STORM SEWER ABANDONMENT FOOT 16 98 SEWER CONSTRUCTION-PIPE SEWERS,8"SDR-26 FOOT 334 99 SEWER CONSTRUCTION-PIPE SEWERS, 12"SDR-21 FOOT 473 113 Revised per Addendum 41 —City Of Elgin -- Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 100 SEWER CONSTRUCTION-PIPE SEWERS, 18"SDR-21 FOOT 0 101 TYPE A SANITARY MANHOLE,4'DIAMETER EACH 4 102 SANITARY SEWER SERVICE,6-PVC SDR-26 FOOT 694 103 SANITARY MANHOLE REMOVAL EACH 4 104 W SANITARY SEWER REMOVAL FOOT 843 105 12"SANITARY SEWER REMOVAL FOOT 463 106 CURED IN PLACE PIPE LINERS,8° FOOT 821 107 CURED IN PLACE PIPE LINERS,10° FOOT 460 108 CURED IN PLACE PIPE LINERS,12° FOOT 0 109 CURED IN PLACE PIPE LINERS,15' FOOT 0 110 CURED IN PLACE PIPE LINERS,18° FOOT 0 111 STRUCTURE TO BE CLEANED(NOT ADJUSTED OR RECON) EACH 44 112 EXPLORATORY TRENCH EACH 18 113 TEMPORARY RAMPS TON 54 114 EARLY COMPLETION BONUS-PHASE I DAYS 10 $1,000.00 $10,000.00 115 EARLY COMPLETION BONUS-PHASE II DAYS 10 $1,000.00 $10,000.00 116 EARLY COMPLETION BONUS-PHASE III DAYS I 0 $1,000.00 $0.00 117 CONTAMINATED WASTE DISPOSAL CU YD j 800 118 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SO YD 4,866 119 UNCONTAMINATED WASTE DISPOSAL(pH) CU YD 300 TOTAL BID PRICE—BASE BID= The undersigned firth certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of.such conduct which.is:a matter of record,nor has an official, agent or employee of the firm committed bribery or attempted bribory.owbehalC_of the firm and pursuant to the direction or authorization of a responsible official of the firm. *n1e undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address BLR 5721(Rev.4/2000) 114 Revised per Addendum#1 I —City Of Elgin -- Material Proposal Schedule of Prices ALTERNATE BID Item Unit No.. items Unit Quantity Price Total 1 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N30 TON 1,453 2 HOT-MIX ASPHALT SURFACE COURSE,MIX'D',N50 TON 0 3 HOT-MIX ASPHALT BINDER COURSE,IL-19.OL,N30 TON 2,180 4 HOT-MIX ASPHALT BINDER COURSE,IL-19.0,N50 TON 0 5 HOT-MIX ASPHALT BITUMINOUS BASE COURSE,4.5' SQ YD 0 6 AGGREGATE BASE COURSE,TYPE B,4' SQ YD 12,635 7 BITUMINOUS MATERIALS(PRIME COAT)SS-1 GAL 6,318 8 AGGREGATE(PRIME COAT) TON 25 9 DETECTABLE WARNINGS SQ FT 498 10 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,6' . SQ YD 625 11 REMOVE AND REPLACE BRICK PAVERS SQ YD 20 12 PORTLAND CEMENT CONCRETE SIDEWALK,5' SQ FT 15,394 13 P.C.C.MONOLITHIC SIDEWALK SQ FT 5,646 14 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.12 FOOT 100 15 COMBINATION CONCRETE CURB&GUTTER,TYPE B-6.18 FOOT 3,224 16 SODDING AND SUPPLEMENTAL WATERING SQ YD 4,940 17 ADDITIONAL SUPPLEMENTAL WATERING,SOD EACH 25 18 EARTH EXCAVATION CU YD 1,721 19 UNSUITABLE MAIL,REM&REP.,CA-01, 100%CRUSHED STONE TON 344 20 DUST CONTROL-MECHANICAL SWEEPING UNIT 20 21 DUST CONTROL-WATERING WITH CALCIUM CHLORIDE UNIT 12 22 COMBINATION CURB&GUTTER REMOVAL FOOT 3,224 23 SIDEWALK REMOVAL SQ FT 15,394 24 MONOLITHIC SIDEWALK REMOVAL SQ FT 5,646 25 DRIVEWAY PAVEMENT REMOVAL SQ YD 625 26 PAVEMENT REMOVAL SO YD 12,635 27 TREE REMOVAL(6 TO 15 UNIT DIAMETER) UNIT 0 28 TREE REMOVAL(OVER 15 UNIT DIAMETER) UNIT 0 29 NEENAH R-1712-C/390 LBS/CONCEALED PICK HOLES EACH 33 30 NEENAH R-3065/TY A FR/OPEN BOX EACH 23 31 NEENAH R-3065-L/OPEN BOX EACH 2 32 NEENAH R-3506-A2 EACH 2 F33 CATCH BASIN TO BE ADJUSTED, SPECIAL EACH 1 115 Revised per Addendum#1 I City Of Elgin -- --- Material Proposal Schedule of Prices ALTERNATE BID Item Unit No. Items TUnit Quantity Price Total 34 CATCH BASIN TO BE RECONSTRUCTED EACH 1 35 SANITARY MANHOLES TO BE ADJUSTED,SPECIAL EACH 6 36 SANITARY MANHOLES TO BE RECONSTRUCTED EACH 4 37 VALVE VAULTS TO BE A ADJUSTED,SPECIAL EACH 6 38 VALVE VAULTS TO BE RECONSTRUCTED EACH 4 39 WATER BOXES TO BE ADJUSTED EACH I 42 40 FIRE HYDRANT TO BE ADJUSTED EACH 4 41 4°EPDXY PAVEMENT MARKINGS FOOT 0 42 6°EPDXY PAVEMENT MARKINGS FOOT 620 43 12°EPDXY PAVEMENT MARKINGS FOOT 618 44 24°EPDXY PAVEMENT MARKINGS FOOT 240 45 EPDXY PAVEMENT MARKINGS LETTER&SYMBOLS SO FT 0 46 REMOVAL AND REPLACEMENT OF RETAINING WALL FOOT 25 47 INCIDENTAL BITUMINOUS SURFACING TON 50 48 P.C.C.STEPS CU YD 0 49 P.C.C.RETAINING WALL CU YD 0 50 RELOCATE SIGN PANEL ASSEMBLY,TYPE A EACH 0 51 BENCHMARK MONUMENT-USGS DATUM TYPE 11 EACH 3 52 TRAFFIC CONTROL AND PROTECTION LSUM 1 53 MISCELLANEOUS ADDITIONS TO THE PROJECT AT THE CITY'S EACH 0 $1.00 $0.00 DISCRETION 54 DUCTILE IRON PIPE, 10- FOOT 0 55 DUCTILE IRON PIPE,8" FOOT 25 56 DUCTILE IRON PIPE,6' FOOT 20 57 POLYETHYLENE WRAP(10°DIP) FOOT 0 58 POLYETHYLENE WRAP(8'DIP) FOOT 25 59 POLYETHYLENE WRAP(6"DIP) FOOT 20 60 GATE VALVE,6° EACH 2 61 GATE VALVE,8° EACH 2 62 GATE VALVE,10° EACH 0 63 VALVE VAULT 4'DIAMETER EACH 4 64 VALVE VAULT 5'DIAMETER EACH 0 65 FAR-SIDE WATER SERVICE EACH 0 66 NEAR-SIDE WATER SERVICE EACH 0 116 Revised per Addendum#1 —City Of Elgin-- -------- Material Proposal Schedule of Prices ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 67 DUCTILE IRON FITTINGS POUND 260 68 FIRE HYDRANT,COMPLETE EACH 0 69 FIRE HYDRANTS TO BE REMOVED EACH 0 70 CUT-IN-CONNECTION EACH 4 71 FOUNDATION MATERIAL CU YD I 210 72 DUCTILE IRON PIPE-6'SANITARY FOOT 340 73 WATER SAMPLING STATION EACH 1 74 12'RCP STORM SEWER FOOT 470 75 15'RCP STORM SEWER FOOT 125 76 18'RCP STORM SEWER FOOT 418 77 21'RCP STORM SEWER FOOT 0 78 24'RCP STORM SEWER FOOT 1,731 79 36'RCP STORM SEWER FOOT 0 80 42'RCP STORM SEWER FOOT 792 81 STORM MANHOLE-4'DIA EACH 1 82 STORM MANHOLE-5'DIA EACH 8 83 STORM MANHOLE-U DIA EACH 1 84 STORM MANHOLE-7'DIA EACH 3 85 STORM MANHOLE-8'DIA EACH 0 86 STORM MANHOLE-9'DIA EACH 0 87 4'x7.5'BOX MANHOLE EACH 0 88 TYPE A INLET,2'DIA EACH 1 89 CATCH BASIN 3'DIA,OPEN BOTTOM EACH 1 90 CATCH BASIN TYPE A,4'DIA,OPEN BOTTOM EACH 24 91 CATCH BASIN REMOVAL EACH 5 92 INLET REMOVAL EACH 16 93 6'STORM SEWER ABANDONMENT FOOT 28 94 8'STORM SEWER ABANDONMENT FOOT 493 95 -10'STORM SEWER ABANDONMENT FOOT 0 96 12'STORM SEWER ABANDONMENT FOOT 68 97 48"STORM SEWER ABANDONMENT FOOT 0 98 SEWER CONSTRUCTION-PIPE SEWERS,8"SDR-26 FOOT 0 99 SEWER CONSTRUCTION-PIPE SEWERS, 12'SDR-21 FOOT 10 117 Revised per Addendum#1 —City Of Elgin -- Material Proposal ' Schedule of Prices ALTERNATE BID Item Unit No. Items Unit Quantity Price Total 100 SEWER CONSTRUCTION-PIPE SEWERS, 18'SDR-21 FOOT 50 101 TYPE A SANITARY MANHOLE,4'DIAMETER EACH 2 102 SANITARY SEWER SERVICE,6'PVC SDR-26 FOOT 0 103 SANITARY MANHOLE REMOVAL EACH 2 104 6'SANITARY SEWER REMOVAL FOOT 0 105 12'SANITARY SEWER REMOVAL FOOT 0 106 CURED IN PLACE PIPE LINERS,8" FOOT 361 107 CURED IN PLACE PIPE LINERS, 10' FOOT 0 108 CURED IN PLACE PIPE LINERS,12' FOOT 1,380 109 CURED IN PLACE PIPE LINERS, 15' FOOT 460 110 CURED IN PLACE PIPE LINERS,18' FOOT 464 111 STRUCTURE TO BE CLEANED(NOT ADJUSTED OR RECON) EACH 17 112 EXPLORATORY TRENCH EACH 8 113 TEMPORARY RAMPS TON 29 114 EARLY COMPLETION BONUS-PHASE I DAYS 0 $1,000.00 $0.00 115 EARLY COMPLETION BONUS-PHASE 11 DAYS 0 $1,000.00 $0.00 116 EARLY COMPLETION BONUS-PHASE III DAYS 10 $1,000.00 $10,000.00 117 CONTAMINATED WASTE DISPOSAL CU YD 0 118 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SO YD 3,159 119 UNCONTAMINATED WASTE DISPOSAL(pH) CU YD 100 TOTAL BID PRICE—ALTERNATE BID = TOTAL BID PRICE—BASE + ALTERNATE BID= The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record,nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address BLR 5721(Rev.4/2000) 118 Revised per Addendum#1 RETURN WITH BID PROPOSAL SIGNATURE SHEET The undersigned bidder hereby makes and submits this bid on the subject Proposal,thereby assuring the Department that all requirements of the Invitation for Bids and rules of the Department have been met,that there is no misunderstanding of the requirements of paragraph 3 of this Proposal,and that the contract will be executed in accordance with the rules of the Department if an award is made on this bid. Firm Name (IF AN INDIVIDUAL) Signature of Owner Business Address Finn Name By (IF A CO-PARTNERSHIP) Business Address Name and Address of Ali Members of the Finn: Corporate Name By Signature of Authorized Representative (IF A CORPORATION) Typed or printed name and title of Authorized Representative Attest Signature (IF A JOINT VENTURE,USE THIS SECTION FOR THE MANAGING PARTY AND THE Business Address SECOND PARTY SHOULD SIGN BELOW) Corporate Name By (IF A JOINT VENTURE) Signature of Authorized Representative Typed or printed name and title of Authorized Representative Attest Signature Business Address If more Chan two parties are in the joint venture,please attach an additional signature sheet. ADDENDUM NO. 2 DATE: April 2, 2013 PROJECT: 2013 Street Rehabilitation — Union/Sheridan City of Elgin Kane and Cook Counties, IL FROM: City of Elgin Purchasing Department 150 Dexter Court Elgin, IL 60120 (847) 931-5604 tel (847) 931-5689 fax TO: ALL BIDDERS OF RECORD FOR BIDS DUE APRIL 4, 2013 NOTE: This Addendum is hereby declared a part of the PROPOSAL DOCUMENTS for the project designated above and in case of conflict, the following Addendum-shall govern. Bidders shall incorporate in their proposal this addendum and shall reflect the addendum accordingly in the proposal submitted. 1. In Addendum No. 1, the Miscellaneous Additions to the Project at the City's Discretion has a typo in the quantity. The current value is shown as 125, the corrected value is 125,000. A new Schedule of Prices sheet 112 is being provided with this addendum that reflects the revised quantity. The revised Schedule of Prices sheet 112 can be identified by the footer which states "Revised per Addendum #2". The revised Schedule of Prices sheet 112 must be used for the submittal of the bid and should be inserted or stapled in place. Any bidders found to have submitted their bid on the old Schedule of Prices may have their bid nullified at the sole discretion of the City of Elgin. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum. This addendum and the accompanying replacement sheets shall also be included in the bid, unless noted otherwise. Failure to comply with this requirement will result in an incomplete bid submittal. Addendum No. 2 Reviewed Company: Date: i —City Of Elgin - — Material Proposal Schedule of Prices BASE BID Item Unit No. Items Unit Quantity Price Total 34 CATCH BASIN TO BE RECONSTRUCTED EACH 5 35 SANITARY MANHOLES TO BE ADJUSTED,SPECIAL EACH 10 36 SANITARY MANHOLES TO BE RECONSTRUCTED EACH 7 37 VALVE VAULTS TO BE A ADJUSTED,SPECIAL EACH 16 38 VALVE VAULTS TO BE RECONSTRUCTED EACH 11 39 WATER BOXES TO BE ADJUSTED EACH 82 40 FIRE HYDRANT TO BE ADJUSTED EACH 3 41 4" EPDXY PAVEMENT MARKINGS FOOT 250 42 6"EPDXY PAVEMENT MARKINGS FOOT 1,290 43 12"EPDXY PAVEMENT MARKINGS FOOT 396 44 24"EPDXY PAVEMENT MARKINGS FOOT 270 45 EPDXY PAVEMENT MARKINGS LETTER&SYMBOLS SQ FT 40 46 REMOVAL AND REPLACEMENT OF RETAINING WALL FOOT 250 47 INCIDENTAL BITUMINOUS SURFACING TON 121 48 P.C.C.STEPS CU YD 120 - 49 P.C.C.RETAINING WALL CU YD 125 50 RELOCATE SIGN PANEL ASSEMBLY,TYPE A EACH 4 51 BENCHMARK MONUMENT-USGS DATUM TYPE II EACH 7 52 TRAFFIC CONTROL AND PROTECTION LSUM 1 53 MISCELLANEOUS ADDITIONS TO THE PROJECT AT THE CITY'S DISCRETION EACH 125,000 $1.00 $125,000.00 54 DUCTILE IRON PIPE, 10' FOOT 96 55 DUCTILE IRON PIPE,8" FOOT 1,187 .56 DUCTILE IRON PIPE,6" FOOT 135 57 POLYETHYLENE WRAP(10"DIP) FOOT 75 58 POLYETHYLENE WRAP(8"DIP) FOOT 1,187 59 POLYETHYLENE WRAP(6"DIP) FOOT 135 60 GATE VALVE,6" EACH 8 61 GATE VALVE,8" EACH 3 62 GATE VALVE,10" EACH 2 63 VALVE VAULT 4'DIAMETER EACH 11 64 VALVE VAULT 5'DIAMETER EACH 2 65 FAR-SIDE WATER SERVICE EACH 11 66 NEAR-SIDE WATER SERVICE EACH 7 112 Revised per Addendum#2 Illinois Department Certificate of Eligibility of Transportati®n Bolder Contractors, Inc Contractor No 0551 440 Lake Cook Road DEERFIELD, IL 60015 WHO HAS FILED WITH THE DEPARTMENT AN APPLICATION FOR PREQUALIFICATION STATEMENT OF EXPERIENCE, EQUIPMENT AND FINANCIAL CONDITION IS HEREBY QUALIFIED TO BID AT ANY OF DEPARTMENT OF TRANSPORTATION LETTINGS IN THE CLASSES OF WORK AND WITHIN THE AMOUNT AND OTHER LIMITATIONS OF EACH CLASSIFICATION, AS LISTED BELOW, FOR SUCH PERIOD AS THE UNCOMPLETED WORK FROM ALL SOURCES DOES NOT EXCEED $52,845,000.00 001 EARTHWORK $1,950,000 012 DRAINAGE $16,025,000 014 ELECTRICAL $325,000 017 CONCRETE CONSTRUCTION S1,225,000 08A AGGREGATE BASES&SURF.(A) $975,000 THIS CERTIFICATE OF ELIGIBILITY IS VALID FROM 3/25/2013 TO 4/30/2014 INCLUSIVE, AND SUPERSEDES ANY CERTIFICATE PREVIOUSLY ISSUED, BUT IS SUBJECT TO REVISION OR REVOCATION, IF AND WHEN CHANGES IN THE FINANCIAL CONDITION OF THE CONTRACTING FIRM OR OTHER FACTS JUSTIFY SUCH REVISIONS OR REVOCATION. ISSUED AT SPRINGFIELD, ILLINOIS ON 3/26/2013. Acting Engineer of Consial'( i0n IL 494.0645 '4C°® CERTIFICATE OF LIABILITY INSURANCE M/DD/YYYY) 4/33/201/201 3 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 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 NT C,01. A T Michelle Haskell I Columbian Insurance Agency PHONE I 1005 Laraway Road /c o -215-4705 Fn/c Nc: -2 -4 4 ! New Lenox IL 60451 A DRESS: h sk II umbiana en .com I INSURERS AFFORDING COVERAGE NAIC# i INSURER A: INSURED rQ Midwest Insurance I BOLDE-1 INSURER B: BOLDER CONTRACTORS, INC. INSURER C: ATTN: BOB GWIASDA I 440 LAKE COOK RD., UNIT 3B INSURER D: j DEERFIELD IL 60015 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1073013248 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 i 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. i INSR LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER MM/DD POLICY EFF POLICY EXP LIMITS A GENERAL LIABILITY Y Y P00026961-01 1112013 /1/2014 EACH OCCURRENCE $1,000,000 j X COMMERCIAL GENERAL LIABILITY DAMA anGE TO RENTED PREMISES(Ea occurrence) $100,000 i CLAIMS-MADE OCCUR MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERALAGGREGATE $2,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2,000,000 POLICY X PRO- LOC $JECT A AUTOMOBILE LIABILITY Y Y CA00026949-01 /1/2013 11/2014 a accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED ISGHEDULED ! AUTOS AUTOS BODILY INJURY(Per accident) $ HIREDAUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident I $ i C X UMBRELLA LIAB X FOR XLS0086808 11/2013 /1/2014 EACH OCCURRENCE $10,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10,000 $ B WORKERS COMPENSATION AND ERD-01000724-00 /1/2013 11/2014 X WC STATU- OTH- AND EMPLOYERS,LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCWDED9 N] NIA E.L.EACH ACCIDENT $1000000 (Mandatory In If yes,describe under er E.L DISEASE-EA EMPLOYE $1000000 DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT 1$1000000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) RE:2013 Street Rehab Project. The City of Elgin is primary/non-contributory additional insured on the G/L&Auto policies if required by written contract.'Waivers of subrogation apply to G/L,Auto,&Workers Comp. in favor of the additional insureds if required by written contract. CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Elgin ACCORDANCE WITH THE POLICY PROVISIONS. 150 Dexter Ct. Elgin IL AUTHORIZED REPRESENTATIVE I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ass, S9 YA 9.0 - 7.n�E1'L.It3�11 W�'li X1►(�llQ 6661 `6l RMO •:{�) •r', j�',►�or�L6�� �[+ �•t[W�a�7�#..ff.��'�i! a/1��•F=� ��j�` �Y!,•��� t�e��/�fi.'�+s i r��.r4M1� �;r/' . :,�.►r�� ��11�►� !•►fh,�:t7i���r��r3�ia �,t�t��}'' �rl�x �r�-•, •rur:'.1•�t�.. .�� nE��fC�J��R�fr7,.J�c��,••••,,G> �°�rra:�arraa� , �f�+,m�jxs7'�"�t���,�n•,�.�r�p•j, 3j r'jd ' IV man% Lp I r ..,y.,. . ..iY...jY�. '•►rr•..c1;�`r•tts+}yS �t�.�.7' ;'�w��r ...nor,° s �► a!ir�,canr/cr�rddn fn�'1'tr�'/r n,"x�'.�.�bntrpr�au�vm ur ••�„6n,�,�.ctn�`av,.�un►�d �y� B�/�a/a»dr��rara/sf�i�c1G VOW oat#imir ass- r u