Loading...
HomeMy WebLinkAbout08/22/2017 Bid for Elm Street Watermain Improvements8/23/2017 Board Docs® Pro Agenda Item Details Meeting Aug 22, 2017 - SPECIAL MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.4 Motion to accept bid for Elm Street Watermain Improvements in an amount not to exceed J. Congdon Sewer Service, Inc. $437,756. Type Action Preferred Date Aug 22, 2017 Absolute Date Aug 22, 2017 Dollar Amount 437,756.00 Budgeted Yes Budget Source Water and Sewer Enterprise Fund Recommended Accept the lowest cost, responsive bid to construct the Elm Street Watermain Improvements as Action submitted by Patnick Construction, Incorporated of Franklin Park, Illinois in an amount not to exceed $437,756. Background In 2016 a Watermain Asset Replacement Program was prepared by Burns & McDonnell Engineering Company which ranked sections of the Village's watermain needing replacement based on analysis of a number of parameters, most importantly number of breaks and capacity issues. One of the highest ranked sections of watermain in terms of needing replacement is the existing 6" main on Elm Street between Central Road and Thayer Street. This 1,300' long section of watermain has had numerous breaks and is in need of upsizing to provide the desired capacity. To correct this problem, staff proposes to replace the existing undersized 6"water main with a larger 8" diameter pipe installed by directional boring to minimize the disruption to the parkway. The attached location map depicts the proposed project area. Bid Plans and bid documents for this project were prepared by Hancock Engineering Company consulting engineers of Westchester, Illinois. A Notice to Bidders was posted on the Demandstar by Onvia website and it was published in a local newspaper. Nine (9) construction firms submitted bids. The bids were opened and read aloud on August 7, 2017. Bid Results Each of the bidders submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal packet. All bids were checked for accuracy. Minor errors were found on multiple bids but they did not affect the low bidder or change the order of the bids. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: ..................................................................................................................................................................................................................................................................................................................................................................................................... Bidder Bid Patnick Construction Co., Inc. $397,960 Elanar Construction Co. $423,194 J. Congdon Sewer Service, Inc. $449,894 Berger Excavating Contractors, Inc. $471,453 Suburban General Construction, Inc. $489,885 R.J. Underground, Inc. $507,260 Lampignano & Son Construction Co. $595,650 http://www.boarddocs.com/il/vomp/Board.nsf/Public 1/2 8/23/2017 Board Docs® Pro Bidder Bid Apollo Trenchless, Inc. $645,438 IHC Construction Companies $683,880 Engineer's Estimate of Probable Construction Cost $588,220 Discussion The low bidder, Patnick Construction, Inc., of Franklin Park, Illinois (Patnick) successfully completed several watermain and sewer construction projects for the Village of Mount Prospect in the 1990s. The firm has not performed any recent construction work for the Village. However, Patnick has recently completed numerous similar watermain projects in other communities and received positive reviews concerning their workmanship, project management, and budgetary compliance. Patnick's bid is 48% lower than the engineer's estimate of probable construction cost ($588,220) and 8% lower than the average bid price ($427,051). Staff has interviewed Patnick principles and concluded the firm can successfully construct the proposed improvements at the bid price submitted. Patnick attributes apparent efficiencies to project timing and nearby locations of similar work. For reference, a copy of Patnick's bid submittal is attached. It is the opinion of staff that Patnick is qualified to complete the work involved with this project and satisfies requirements of the contract documents. Staff recommends including a 10% contingency in the project award to allow for quantity variances and unanticipated underground conflicts. In this instance, a 10% contingency added to the lowest cost bid would result in a total contract award of $437,756 (Base Bid: $397,960 + 10% Contingency: $39,796 = Total Recommended Award: $437,756). Alternatives 1. Accept lowest cost bid for construction of the Elm Street Watermain Improvements. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the lowest cost, responsive bid to construct the Elm Street Watermain Improvements as submitted by Patnick Construction, Incorporated of Franklin Park, Illinois in an amount not to exceed $437,756. Location Map.pdf (346 KB) Elm Street Water Main Improvements - Signed Bid.pdf (65,013 KB) Motion & Voting Accept the lowest cost, responsive bid to construct the Elm Street Watermain Improvements as submitted by Patnick Construction, Incorporated of Franklin Park, Illinois in an amount not to exceed $437,756. Motion by Michael Zadel, second by Richard Rogers. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel http://www.boarddocs.com/il/vomp/Board.nsf/Public 2/2 Project Location/Limits Map Project: Elm Street Watermain Replacement Project Location: Elm Street (Central Road to Thayer Street) pN po a ap" � 564C) �� :5_3-93 , D 11 H D 11 [I d, P 11 U Bid Request For Elm Street Water Main Improvements BID OPENING: August 7, 2017 — 1:00 P.M. Local Time 50 S. Emerson Street, Mount Prospect, Illinois 60056 Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 E I E I n I P D NOTICE TO BIDDERS Bid for Elm Street Water Main Improvements Sealed bids will be received until 1:00 p.m. on August 7, 2017 in the office of tile Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope please submit bid clearly marked: "Sealed Bid for Elm Street Water Main Improvements" The project consists of installing, approximately 1,350 feet of 8" DIP water main utilizing Horizontal Directional Drilling on Elm Street between Central Road and Thayer Avenue. The improvements to be constructed as part of this project are located on Elm Street between Central Road and Thayer Avenue in the Village Of Mount Prospect, IL. This improvement consists of the installation of 8 -inch Ductile Iron water main installed under the west parkway utilizing the Horizontal Directional Drilling method. Plans and specifications may be obtained from Edwin Hancock Engineering Co., 9933 Roosevelt Road, Westchester, Illinois 60154. Questions regarding this project should be directed to Jim Goumas of Edwin Hancock Engineering, 708-865-0300. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other .•• .« i ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via ernail or fax or received Subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities, technicalities, and infort-nalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael J. Cassady TABLE OF CONTENTS N Page Notice to Bidders 2 Table of Contents: 3 Instructions to Bidders 5 General Conditions 11 Specifications 33 Special Provisions 34 CCIDID Information 38 Bid Form 39 Affidavit — Bid Certification Form 42 Bid Security 44 Bid Sheet 45 Contract 46 Labor and Material Payment Bond 51 Performance Bond 54 N ISupporting Documents Elm Street Water Main Improvements — plan set 0 j L F, n 0 0 Fj P INSTRUCTIONS TO BIDDERS 1 Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on August 7, 2017. Envelopes shall be plainly marked, "Sealed Bid for Elm Street Water Main Improvements" and with the following information: company's name, address, date and time of opening. Bids Must be signed by an authorized official of the organization submitting the bid with the name of the official and his/tier title typed below the signature. 2. Pre -Bid Conference. There will be no pre-bid conference for this project. 3. Bid Deposit; Surety. A bid deposit in the amount of ten Dercent(10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package. The deposit must be in the form of a bid bond, certified check, or a bank cashier's check. All bid performance deposit checks will be retained by the Village until the bid award is made, at which time the checks will be promptly returned to the unsuccessful bidders. The bid performance deposit check of the Successful bidder will be retained until surety bonding requirements have been satisfied arid proof of insurance coverage is provided. 4. Alternate Multiple Bids/Specifications. The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder frorn bidding because of minor deviations, alternates or changes. Bidders desiring to bid on services which deviate from these Specifications, but which they believe are equivalent, are requested to submit alternate bids. However, alternate bids must be clearly indicated as such, and deviations from the applicable Specifications should be plainly noted. The bid must be accompanied by complete Specifications for the services offered. Bidders wishing to Submit a secondary bid must submit it as an alternate bid. There is to be only one bid per envelope. The Village shall be the sole and final judge unequivocally as to whether any substitute is of equivalent or better quality. This decision is final and will not be subject to recourse by any person, firrn or corporation. If the bidder wishes to qualify its bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letterhead size sheets of paper, all attached to the bid form. 5. Erasures. All erasures or revisions of the bid must be initialed by the person I signing the bid, ri E 0 L i� Ll E E L E I I E P U 11 6. Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 7. Late Bids. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8. Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 9. Error In Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation, 10. Withdrawal Of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel its bid for a period of ninety (90) calendar days, or Such longer time as stated in the bid documents. 11. Bidders Qualifications, All bidders must submit the following information on or before the time at which the bid is required to be Submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 12. References: Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to Supply all information necessary to complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13. Consideration Of Bid Arid Contract. No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or had failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 14. Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit a site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the Successful bidder for failure to inform or familiarize itself prior to bidding. 15. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 16. Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 17. Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required, C. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. J U n 7 11 d The character, integrity, reputation, judgment, experience, and efficiency of the bidder. e. The quality of performance of previous contracts of services, f. The previous and existing compliance by the bidder with laws and ordinance relating to the contract or service. g. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. h. The quality, availability, and adaptability of the supplies or contractual service to the particular use required. L The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. j. The number and scope of conditions attached to the bid. k. Whether the bidder has a place of business in the Village. 1. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. 0. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 18. Award Or Rejection. The Village, at its sole discretion, reserves the right to reject any and all bids orpartsthereof, to waive any irregularities, technicalities and informalities, and to award a bid in the best interests of the Village. Any bid submitted will be binding for ninety (90) calendar days after the date of the bid opening. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Specifications. F 1 19. Other Requirements. a, New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material, Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. c. Data: Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information Submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20. Reguirernent Of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 21, Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42,1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended, Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, Linder oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. P, 22. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to Project Engineer Charles Lindelof, P.E., no later than five (5) calendar days prior to the date set for the opening of the bid. Any questions received after that time may be answered at the discretion of the Village. In the event that the Village finds a question to be adequately addressed in the existing bidding documents, the question r -nay be answered in writing by directing the requesting bidder to the applicable provision(s) in the existing bid documents. No further clarifications or interpretations will be issued. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. Questions about this Request for Bids should be directed to: Jim GOUrnas Edwin Hancock Engineering Co, 9933 Roosevelt Road Westchester, IL 60154 Phone: 708-865-0300 Email: jggoumas@ehancock.com IEnd of Instructions to Bidders. I D E I D I P d 1. DEFINITION OF TERMS In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris, The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of credit. The term "Contractor," as successful bidder, shall mean the individual, firm or corporation who shall have entered into an agreement or contract to furnish all necessary labor, equipment, tools and materials for the performance of the work under its bid and the Bid Documents. The phrase "Director of Public Works" shall mean the Director of Public Works representing the Village of Mount Prospect. The term "EPR" shall mean the Village's Engineering Project Representative. The phrase "Final Performance Date" shall mean the date that Substantial Performance and the punchlist iterns must be completed. I D D Ci 11 Ll lI C� L Ci The term "Inspector" shall mean the authorized representative of the Director of Public Works assigned to make detailed inspection of any or all portions of the work or materials therefore. The phrase "Notice of Award" shall mean the written notice of award of the contract given by the Village to the successful bidder. The phrase "Notice to Bidders" shall mean the official notice included in the bid inviting bids for the proposed improvements. The phrase "Notice to Proceed" shall mean the official notice to the contractor that will start the performance period/ The phrase "Performance Period" shall mean the time allotted for contractor to perform the contract from start to Substantial Performance. The term "Owner" shall mean the Village of Mount Prospect. The phrases "Performance Bond" and "Labor and Material Payment Bond" and "Letter of Credit" shall mean the approved form of security furnished by the contractor and its financial institution as a guarantee that it will execute the work and pay all material providers and subcontractors. The terms "Plans" or "Contract Drawings" shall mean all official drawings or reproductions of drawings pertaining to the work provided in the contract. The phrase "Project Schedule" shall mean the critical path schedule submitted by Contractor to the Village, which includes targeted dates of completion through the Substantial Completion Date. The term "Punchlist" shall mean a list of items to be completed after Substantial Performance, The phrase "Special Provisions" shall mean any special directions and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract which are not covered in the STANDARD SPECIFICATIONS. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. Additionally, the term specifications will refer to standard practices as Outlined in the Illinois Department of Transportation's "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS 17 d H Ci L I P P r_� I U fl n 0 FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" prepared by the ISPE, CECI, et al, latest revision. The term "Subcontractor" shall mean any individual, firm or corporation other than the contractor supplying labor, equipment, tools and materials for use in the work of the contract. The phrase "Substantial Performance" shall mean the date that the entire Project can be used for the purposes for which it was intended, i.e., only pUnchlist items remain. The phrase "Substantial Performance Date" shall mean the date that substantial performance must be completed. The term "Village" shall mean the Village of Mount Prospect, Illinois. F0111 I I am 101.1 OUR M I I I I I Lei R -Wel 0 11 RKS if I I of•ills] I I I (USE 0 M; The terms "Work" and "Project" are used interchangeably and shall mean the improvement advertised for letting, described in the bid form, indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials and incidentals necessary for the satisfactory completion of the project. 21. AWARD OF CONTRACT, The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) days of delivery of the Notice of Award, by personal service or registered or certified U.S. mail, posted prepaid and receipt requested, Contractor shall execute the Contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance, 2.2. NOTICE TO PROCEED. Upon the Village's receipt of the executed Contract, required bonds and certificate of insurance, the Village will issue and send to Contractor a Notice to Proceed, which will start the performance period. 2.3.1. The Contract shall be Substantially performed within thirty (30) days after the Notice to Proceed is effective (the Substantial Performance Date"), Substantial Performance is when the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. 2.3.2. Final completion shall be within fifteen (15) days after the Substantial Performance Date (the "Final Performance Date"). E 11 I F d F1 F L 7 F", II �1 F Ci Ci L 2.4. PROJECT SCHEDULE. Within ten (10) days after the Contractor executes the Contract, Contractor shall submit to Village a Project Schedule to include targeted dates of completion of all construction and other requirements of the Contractor through the Substantial Completion Date. Contractor shall monitor schedule progress and provide monthly updates and revisions of the Project Schedule, as needed to Village. 2.5.1, Time is of the essence. The Contractor agrees that all work included in connection with this project Must be completed by the Final Performance Date, or sooner, after receipt of Notice To Proceed. It is hereby acknowledged and agreed by both parties that the damages to the Village are not readily ascertainable, but that the failure to timely complete this Work will materially and significantly damage the safety and well-being of the Village, its staff and the public, and that therefore a SLIM of $1,000.00 per day is a fair and reasonable damage estimate to compensate the Village for any Such delay, If the Contractor fails to fully complete the Work in that time, then and in this event, the Contractor further expressly agrees that, for each day this Work and this contract shall remain uncompleted after that date, the Village may deduct the sum of $1,000.00 per day after the Final Performance Date, from the contract price as payment to the Village, by the Contractor of the liquidated damages sustained by reason of failure of the Contractor to complete the Project on or before the time aforesaid, 2.5.2. Provided, however, that if the completion of this contract is delayed by the Village, by general strikes, acts of God, or casualty beyond the control of the Contractor, then and in such event, the time of completion of this contract shall be extended for such additional time as shall be caused by such delay. 2.5.3. Provided, always, however, that the Contractor shall, at the time Of Such delay, if any, demand of the Village, in writing, such additional time within which to complete the performance of the Contract. The Contractor will be required to notify the Village within three (3) days of such delay, stating the reason for same. If the Contractor does not notify the Village in writing, within three (3) days of the delay, no request for extension of tirne will be approved. 2.6. MEASUREMENT OF QUANTITIES, All work completed Linder the contract will be measured by the Village according to United States standard measures. 2.7. PAYMENT. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILLS 505/1 et seq. 2.8. PAYMENT FOR ITEMS OMITTED WHEN PARTIALLY COMPLETED. ShOUI'# the Village cancel or alter any portion of the contract which results in the elimination or non -completion of any portions of the work partially completed, the Contractor will be allowed a fair and equitable amount covering all items of M n L F 11 [�I I] F,', F d d J iJ work incurred prior to the date of cancellation, alteration, or Suspension of such work. A written change order may apply. 2.9. PARTIAL PAYMENT. When requested, the Contractor will make an approximate estimate, in writing, of the materials in place completed, the amount of work performed, and the value thereof, at the contract unit prices. From the amount so determined, there shall be deducted ten percent (10%) to be retained until after completion of the entire Work to the Village for payment, except that no amount less than $500 will be so certified unless the total amount of the contract is less than $500. In addition, an estimate may, at the discretion of the Village and upon presentation of receipted invoices and freight bills, be made for payment of the value of acceptable materials delivered on the Work or in acceptable storage places and not used at the time Of Such estimate. Ten percent (10%) shall be retained from the value of such materials until final payment. Such materials, when so paid for by the Village, shall become the property of the Village, and in the event of default by the Village, shall become the property of the Village, and in the event of default by the Contractor, the Village may use or cause to be used Such materials in the construction of the work provided for in the contract. The amount thus paid by the Village shall be deducted from estimates due the Contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptan,49- of the work or any part of it, or as a waiver of any provisions of the contract. Partial payment will only be granted if in the opinion of the Village sufficient labor and materials have been expended to warrant it. I If partial payments are requested, the Contractor shall submit with each payment request a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and for every party listed a full or partial waiver of lien, as appropriate. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit Contractor's Affidavits and partial waivers of lien for each subcontractor and Supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. 2.10. ACCEPTANCE AND FINAL PAYMENT, Whenever the Work shall have been completely performed on the part of the Contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the Contractor as soon as the necessary measurements and Computations can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the Contractor as soon as practicable after the final 1, 1, [l I11 L U n d U LI L E E acceptance, provided the Contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each Subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and Suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance bond prior to Final Payment and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the Contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the Contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Work or for any act or neglect on the part of the Village relating to or connected with the Work. 211. PUNCH LIST. The Contractor shall notify the Village when it believes substantial performance of the entire Project has been achieved, The Village, and/or any independent consultant engaged by the Village, shall then inspect the Project site with the Contractor, and prepare and deliver to the Contractor within five (5) days thereafter, a written Punch list indicating items of construction which are not in material conformity with the Contract Documents. The Punch list items shall be completed by the Final Performance Date. Pending completion of Punch list items, the Village may withhold from amounts due to the Contractor an amount equal to but not greater than one and one-half (1112) times the estimated cost to complete Punch list items. 2.12. FINAL POLICING OF THE SITES. Before the completed work will be ready for the Village's final inspection, the Contractor shall have removed from the project sites all surplus equipment, machinery, materials, debris, barricades, and signs. The Contractor shall leave said project sites in the best possible condition to the complete satisfaction of the Village. 2.13. FINAL INSPECTION. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the Contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time Of Such inspection, the Village shall inform the Contractor as to the particular defects to be remedied before final acceptance can be made, 2.14. ALTERATIONS, CANCELLATIONS, EXTENSIONS AND DEDUCTIONS. The Village reserves the right to alter the plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the 16 E quantities of work to be performed to accord with Such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A written change order may apply. All Work shall be done under the supervision of the Village's Director of Public Works, or a designated representative who shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between contractors under the specifications. 2.15. CHANGE ORDERS. The Village may from time to time require changes in the Work. Such changes shall comply with Section 33-E9 of the Criminal Code, 720 ILCS 5/33E-9. make an assignment for the benefit of creditors, or from any other 2.16. RIGHT OF THE VILLAGE TO TERMINATE THE CONTRACT. 2.16.1. If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying Such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract, 2.16.2. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. 2.163. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the E F 0 E E Ell Fi F I Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the Surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the SLIM paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 3.1. ACCIDENT PREVENTION, The Contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous, in the opinion of the Director of Public Works or his authorized representative, shall be immediately discontinued by the Contractor upon its receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. 3.2. BARRICADES AND WARNING SIGNS AND LIGHTS. The Contractor shall erect substantial lighted barricades to protect its work at all points deemed necessary by the Director of Public Works; said Contractor shall place at such points the necessary warning signs, amber lights, Caution tape, and other Suitable devices to protect its work properly and to provide for the convenience and safety of the public at all times. The Contractor shall maintain such barricades, signs, lights and protective devices until the need for there, in the judgment of the Public Works Director or an authorized representative, has passed. Contractor shall provide warning signs and barricades to safely mark any hazards or detours caused by the work. All such warning signs and barricades for work in, or affecting Village of Mount Prospect streets, access roads, and state highways shall meet all applicable requirements as stipulated in the latest edition of the Manual for Uniform Traffic Control Devices published by the U.S. Department of Transportation. All costs for barricades, signs including all labor and other associated materials shall be incidental to the fixed unit price bid for the specific repair or pay item. 11 COOPERATION WITH UTILITIES. It is understood and agreed that the Contractor has considered in its bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage Sustained by it due to any interference from the said utility appurtenances either by the utility company or by it, or on account of any special construction methods required in prosecuting its work due to the existence of said appurtenances either in their present or relocated positions. The Conti -actor shall insure that prompt repairs are, to the approval of the inspector, made to any utility appurtenances damaged by it without compensation from the Village. During performance of the work, Contractor shall protect all utilities and 1R '.7 U n [7 E 11 I 11 E F Ci F property from damage. Contractor shall spot all utilities prior to any excavation work. Contractor shall call J.U.L.I.E. (1-800-892-0123), and request utility locations as soon as possible for emergency repairs and within forty-eight (48) hours for non -emergency work prior to excavation in strict accordance with J.U.L.I.E. operation procedures. 3.4. CLEAN—UP. After all work under each task phase of the work is completed, the Contractor shall remove all loose debris and other materials not incorporated in the work from the site of the work. Any clean up or restoration to private property will be the responsibility of the Contractor. 3.5. CONSTRUCTION NOISE RESTRICTION, All construction activities or alteration operations within the Village shall be performed only between the hours of 7:00 a.m. and 7:00 p.m. Monday through Saturday. No work will be allowed on Sundays and legal holidays as listed in Article 107.09 in the Standard Specifications. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way. Working hours outside these times must receive prior approval from the Village. 3.6. GENERAL. The work to be performed Linder the contract includes the furnishing of all Supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary for construction, in accordance with the Contract Documents. 3.7. INSPECTION. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the Contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. The Contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the Contractor shall restore said portion of the work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the Contractor. t 1� 18. MATERIALS AND EQUIPMENT. Except where the Specifications indicate otherwise, the Village is not responsible for providing any tools, equipment or storage under the contract in order to permit its completion of any contractual obligations under the contract, which may be awarded as the result of the bid, 3.9. PERSONNEL AND EQUIPMENT. The Contractor shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and Contractor shall provide identification of its personnel if requested by the Village. Any Contractor's employee whose employment is reasonably detrimental or objectionable to the Village shall be immediately transferred from the work -site upon the Village's request, The exercise of this option shall not be construed as placing the Village in charge of the Work or making the Village responsible for safety. All on the road vehicles or equipment shall be identified by the Contractor's name for purpose of identification. All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Contractor, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The Village reserves the right to inspect the equipment that will be used prior to award of Bid. 3.10. PROPERTY PROTECTION. No vehicles of any kind shall be placed, parked or operated upon or over any sodded areas. 3.11. PROTECTION AND RESTORATION OF PROPERTY. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures Such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the carne by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Contractor except as otherwise herein provided, shall do the Work necessary for Such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of Such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract arid/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions Of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as 20 r] 11 0 n 1-1 F F F 0 good condition as the same existed at the time of the commencement of any such Work or relocation. It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Contractor for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the Village, upon dernand by said owners, or upon demand made by the Village upon the Contractor for the payment thereof. 3.12. PUBLIC CONVENIENCE AND SAFETY. The Contractor shall notify the Director of Public Works at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the Contractor shall at all times conduct the work in such a manner as to insure the least obstruction to vehicular and pedestrian traffic. Whenever possible, the Contractor shall provide and maintain at its own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. In no case will the Contractor obstruct entrance ways into private property without first seeking the Village and private property owner's approval. 313. PUBLIC RELATIONS, The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property and business owners along the project route. Contractor will distribute written public work notices to businesses and residences as required by the Village. 3.14. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the Contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the Contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the Contractor in a manner approved by the Village at the Contractor's expense. Upon failure of the Contractor to comply promptly with any order of the Village made under this provision, the Village shall, after giving written notice to the Contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the Contractor, 3.15. SCHEDULING. The Contractor shall consult with the Village's Public Works Director or an authorized representative concerning the details and scheduling of the work contemplated herein, and shall be governed by the decisions of said Director or representative, 21 3.16. SUPERVISION. The Contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be authorized to accept and act upon Such directives. Such person shall be fluent in the English language, 3.17. TRAFFIC CONTROL. Contractor shall maintain traffic flow(s) and accessibility to private property(s) as close to normal condition as possible. Contractor shall notify residents, Village of Mount Prospect and state/county officials, as appropriate, of any driveway or road closure. The Contractor shall abide with the Illinois Department of Transportation's Standard Specifications for Road and Bridge Construction, latest edition. The Contractor shall also abide with the Manual on Uniform Traffic Control Devices, latest edition. Contractor shall also provide sufficient flag persons to assist with traffic control during operation. Traffic control costs to close the street or ROW is to be included in the "all- inclusive" unit price of the pay item and considered as incidental to that pay item and will not and will not be considered an extra pay item. 3.18. TREE PROTECTION. All tree protection shall be incidental to the contract and shall be installed and maintained in accordance with the Tree Protection Ordinance and plan as specified by the Village. REMOVAL PROHIBITED UNLESS AUTHORIZED: All trees shall be maintained, saved, and protected from damage unless removal is approved by the Village. CRITICAL ROOT ZONE: To prevent unnecessary damage to existing public trees during construction, proper tree protection guidelines must be followed, particularly in the root zone where rnajor Support roots securely hold the tree in the soil. This Critical Root Zone (CRZ) is defined as the entire ground area within the vertical projection of the crown of a tree. This is also commonly referred to as the area within the drip line of a tree. Power equipment may not be used to excavate soil, change grades, or dig trenches in the Critical Root Zone. All soil excavation done within the CRZ must be done by hand, except as authorized in these specifications. Exceptions to the above shall be granted only with written permission from the Director of Public Works. FENCING: All unpaved ground on public property within the Critical Root Zones (CRZ) of existing trees subject to construction damage shall be fenced before any work is started. This Tree Protection Fencing will be paid for as specified in these contract documents. Once assembled, no fencing shall be removed without prior approval of the Engineer, and there shall be no construction activity or material including storage, stockpiling, and equipment Iaccess within the enclosure. Fencing material shall be orange polypropylene F, CII P P I I I P F snow fence supported with metal posts, and installed according to the detail which will be provided by the Forestry Division. CHANGES TO EXISTING GRADE: No changes to • grade shall be allowed •- the CRZ. ROOT PRUNING DURING CONSTRUCTION: All tree roots greater than two inches (2") in diameter that are encountered in any construction process shall be cut cleanly with an appropriate saw or pruning shear or other tool specifically designed for Cutting wood. Axes or other such chopping tools shall not be used. Shovels or other tools designed for digging shall not be used. Contractor shall contact Forestry for a root inspection before backfilling. ATTACHMENTS TO TREES: No signs, placards or other objects may be nailed or stapled to trees. BRANCH REMOVAL: Tree branches shall not be Cut, pruned or trimmed by the Contractor. If parkway tree branches interfere with the Contractor's work, he should contact the Forestry Division to request pruning. If Forestry deerns the request reasonable they will endeavor to promptly prune the branches at the Village's expense. PENALTIES FOR TREE DAMAGE: Where limbs, trunks or roots of trees not approved for removal are damaged, the Village shall determine whether the tree can be repaired or must be removed. Repairs may include, but are not strictly limited to, pruning of broken limbs, removal of loose bark and proper shaping of wounds, thinning of the crown to compensate for root loss, fertilization, straightening and staking. Repairs shall be performed by the Village. The cost of such repairs shall be paid for by the Contractor to the Village, using rates listed in the current edition of the Village's Equipment and Labor Rate Charges. Additionally, the Village may fine the Contractor for unnecessary tree damage according to the schedule listed in Appendix A, Division III of the Village Code, If in the opinion of the Village, the amount of damage warrants removal of the tree due to safety or aesthetic concerns, the Contractor shall rernove the tree, along with its stump to a depth of 12 inches below grade. The Contractor shall pay the Village for replacement of the tree. Replacement cost will be determined by multiplying the diameter of the damaged tree, as measured 4- 1/2 feet above the ground, by the rate of $150.00/inch. The Contractor shall be responsible for being familiar with and complying with all aspects of the Village of Mount Prospect Tree Protection ordinances and Arboricultural Standards Manual as they relate to the various site locations. Any questions regarding tree protection shall be directed to the Village Forestry Division and their response or direction shall be considered as the final word/decision on tree protection issues. Any costs for tree protection fencing, posts, labor or other associated labor or material shall be incidental to the fixed cost per unit bid. I F U 0 U I P 3.19. WORK IN STREET RIGHT-OF-WAY. All of Contractor's construction work in street rights-of-way shall be done in strict accordance with the applicable controlling public agency's construction specifications, permitting, bonding, rules, and regulations. All costs for necessary permits and bonds shall be borne by the Contractor and considered incidental to the fixed item price of the applicable work. Contractor shall coordinate with the proper public officials and receive approval from said officials prior to any street closings or detouring required due to the work to be performed. Contractor shall protect existing vegetation from removal or damage wherever possible. Contractor shall confine construction work to specified construction limits as shown on the drawings or defined in the specifications. Should Contractor damage or remove any vegetation outside the construction limits, Contractor shall restore the affected area to its original state at no expense to the Village. 2 4 P 1� F F F E [1 [7 n U 0 I H H F-] I IM011100111 4.1. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against loss. The Contractor shall also furnish a labor and materials bond to ensure payment for all labor and materials, including compliance with the provisions of law relating to the payment of the prevailing rate of wages. The premium of such bonds is to be paid by the Contractor. The surety Must be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company. All payment and performance bonds shall name the Village of Mount Prospect as Obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the Contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid deposit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. 4.2. INSURANCE REQUIREMENTS. In Submission of a bid, the bidder is certifying that it has all insurance coverages required by law or that would normally be expected for bidder's type of work. In addition, the bidder is certifying that, as successful bidder/Contractor, upon execution of the Contract, it will provide Insurance of such types and in such amounts as may be necessary to protect itself and the interests of the Village against all hazards or risks of loss contemplated by the Contract. The Village shall be named as additional insured on all applicable insurance policies. Satisfactory certificates of insurance shall be filed with the Village upon execution of the Contract. The certificates shall state that thirty (30) days advance written notice will be given to the Village before any policy covered thereby is changed or canceled. P Insurance coverage shall be in the following minimum amounts: Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate H �1 General Liability: Bodily Injury $1,000,000 $3,000,000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $1,000,000 $3,000,000 Automobile Liability: Bodily Injury $1,000,000 $1,000,000 Property Damage $1,000,000 $1,000,000 Workers Compensation: Employee Claims Statutory for Illinois Employers Liability $1,000,000 per accident 4.3. INDEMNIFICATION. The Contractor shall indemnify and save harmless the Village, its officers and employees from any and all liability, losses or damages, including attorneys fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including workers' compensation claims, in any way resulting from or arising out of the operations of the Contractor under the Contract, including operations Of Subcontractors; and the Contractor shall, at its own expense, appear, defend, and pay all fees of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Contractor shall, at its own expense, satisfy and discharge same. The Contractor expressly understands and agrees that any bonds, letters of credit or insurance protection required by the Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village as herein provided. Contractor agrees to defend and hold harmless the Village from and against all demands, claims, suits, costs, expenses, damages and adjustments based upon any infringement of any patent relating to goods specified in the contract, and on account of the Village's use of any copyrighted or uncopyrighted, composition, trade secrets, secret process, proprietary rights, patented of unpatented invention, article or appliance furnished or used under the bid Specifications. H �1 F 5. COMPLIANCE WITH LAWS. 5.1. COLLUSION. If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any proposal or proposals, unlawfully colluded with any other party or parties, then the Contract so awarded shall be null and void and the Contractor and its sureties shall be liable to the Village for all loss or damage which the Village may suffer thereby, and the Village may advertise for new bids for said work. 5.2. OBSERVANCE OF LAWS, ORDINANCES, AND REGULATIONS; CERTIFICATIONS OF COMPLIANCE WITH APPLICABLE LAWS. The Contractor shall, at all times during the life of this contract, observe and abide by all federal, state and local laws which in any way affect the conduct of the work and with all decrees and orders of courts or agencies of competent jurisdiction. Likewise, said Contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The Contractor shall indemnify and save harmless the Village, its officers, agents, and employees against any claim or liability arising from or based on its violation of any law, ordinance, regulation, decree or order. The bidder and Contractor, as successful bidder, shall comply with all applicable state, federal and local laws, including, but not limited to the following: 5.21. BID RIGGING/ROTATING. By submitting a bid, the Contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4, 5.2.2. TAX PAYMENT. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILLS 5/11-42.1-1) 5.2.3. DRUG FREE WORKPLACE ACT. The Contractor will comply with the requirements of the Drug Free Workplace Act if the contract is $5,000 or more and it has more than 24 employees at the time of entering into the contract (30 ILLS 580). 5.2.4. PREFERENCE TO VETERANS ACT, The Contractor will comply with the Preference to Veterans Act (330 ILLS 55). 5.2.5. SUBSTANCE ABUSE PREVENTION PROGRAM. By Submitting a bid, the Contractor certifies that the company has in place, to the extent not covered by a collective bargaining agreement that deals with the Subject of the Act, a substance abuse prevention program that meets or exceeds the requirements of the Substance Abuse Prevention in Public Works Projects Act, 820 ILLS 265/1 et seq. I I L h P H J J 5.2.6. NON-DISCRIMINATION. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) 5.2.7. EQUAL EMPLOYMENT OPPORTUNITY. The Contractor will comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), including establishment and maintenance of a sexual harassment policy as required by Section 2-105, and the Rules and Regulations of the Illinois Department of Human Rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, which is a material term of all public contracts, as follows: EQUAL EMPLOYMENT OPPORTUNITY In the event of the Contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Act, the Contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the Contractor agrees as follows: 5.2.7.1. That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 5.2.7.2. That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas frorn which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 5.2.7.3. That, in all solicitations or advertisements for employees placed by him or her or on its behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 5.2.7.4. That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a 2 8 U1 5.2.7.5. That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 5.2.7.6. That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the Contractor's obligations under the Act and this Part. If any labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with the Act and this Part, the Contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5.2.7.5. That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 5.2.7.6. That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 5.2.7.7. That he or she will include verbatim or by reference the provisions of this clause in every Subcontract awarded Linder which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the Contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the Contractor will not Utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code. 5.2.8 PREVAILING WAGE. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website www.state.il.us/ac L_e cy/idQl/rates/ratesjjTM. The Contractor and all QL _.-- subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL Should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. All bonds provided by the Contractor under the terms of this Contract E E D U I I E L F1 P shall include Such provisions as will guarantee the faithful performance of the Contractor's obligations under this clause and under the Prevailing Wage Act, 820 ILLS 130/1 et. seq. Contractor shall comply with all applicable provisions of the Prevailing Wage Act, including, but not limited to, the requirements of Section 5 of the Prevailing Wage Act, 820 ILCS 130/5. The Contractor, and all Subcontractors and Sub -Subcontractors participating on the Project, shall make and keep those records required under Section 5 of the Prevailing Wage Act in paper or electronic format. In conformance with the Act, each contractor and subcontractor, or other entity performing work on the project, shall maintain records of all laborers, mechanics and other workers employed by them on the project, including the following information on each worker: (1) name; (2) address; (3) telephone number when available; (4) social security number; (5) classification or classifications; (6) gross and net wages paid in each pay period; (7) number of hours worked each day; (8) starting and ending times of each day; (9) hourly wage rate; (10) hourly overtime wage rate; (11) hourly fringe benefit rates; (12) the name and address of each fringe benefit fund; (13) the plan sponsor of each fringe benefit, if applicable; and (14) the plan administrator of each fringe benefit, if applicable. These records shall be kept by the participating contractor and subcontractor for a period of not less than five (5) years from the date of last payment on the contract or Subcontract. No later than the 15trl day of each calendar month, each participating contractor and subcontractor shall submit a monthly certified payroll to the Village consisting of the above -referenced information as well as a statement signed by the participating contractor or subcontractor that certifies: (a) the records are true and accurate; (b) the hourly rates paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act; and (c) the contractor or subcontractor is aware that filing a certified payroll that lie or she knows to be false is a Class A misdemeanor. 5.2.9. COMPLIANCE WITH FREEDOM OF INFORMATION ACT REQUEST. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILLS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village Of Mount Prospect will have only a very short period of time from receipt of a FOIA request to comply with the request and there is a significant amount of work required to process a request including collating arid reviewing the information. The bidder/Contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village Of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/Contractor agrees to indemnify and hold harmless the Village of E Mount Prospect from all claims, costs, penalties, losses and injuries (including but not limited to, attorney's fees, other professional fees, Court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide public records to the Village of Mount Prospect under the contract. 1 Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where Such specifications meet the minimum bid Specifications. H 6.1. MAINTENANCE BOND. A maintenance bond or a maintenance letter of credit is required. This maintenance bond or maintenance letter of credit amount shall consist of ten percent (10%) of the final project cost; it shall be posted by the Contractor with the Village upon completion of all Work; and it shall be valid and effective for a period of two (2) years after the final acceptance of such Work by the Village for the purpose of guaranteeing against and securing the correction of any defect in material or workmanship furnished for such improvements, latent in character and not discernible at the time of final inspection or acceptance by the Village Of Mount Prospect. 6.2. GENERAL GUARANTY. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work embraced in the contract by the Village or the Public shall constitute an acceptance of work not done in accordance with the contract, or relieve the Contractor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those contract documents. Unless otherwise expressly provided in the Specifications, in the event any defects or imperfections in the materials or workmanship to be furnished by the Contractor herein appear within the period of two (2) years from the date of completion of all the Work and acceptance thereof by the Village, the Contractor will, upon notice from said Village (which notice may be given by letter to said Contractor to the business address of the Contractor shown in the proposal), repair and make good at its own cost any such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to said Village, and furnish all such new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of said workmanship or materials said Village may do so or have same done by others, and said Contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay. All details of warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where Such specifications meet the minimum bid Specifications. H 1 7. MISCELLANEOUS CONTRACT REQUIREMENT] 7.1. CONTRACT ALTERATIONS. No amendment of a contract shall be valid unless made in writing and signed by the Village President, Village Manager, or their authorized representative. 7.2. LICENSES AND PERMITS. The Contractor shall procure at its own expense all necessary licenses and permits in connection with the work under the Contract, 7.3. NONASSIGNABILITY. The Contractor shall not assign the contract, or any part thereof, to any other person, firm or corporation without the previous written consent of the Village. Such assignment shall not relieve the Contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 7.4. NOTICES. All notices required by the contract shall be given in writing. 7.5. TAXES. The Contractor shall pay all federal, state and local taxes as may be applicable on all materials, labor and services furnished by it under the contract, and the amounts of such taxes shall be included in the unit prices bid. End of Genera/ Conditions. U 0 P I 11 VISITATION OF THE PROJECT SITE The Contractor shall visit the project site prior to his Submittal of his bid pn}pO5a| in order to satisfy himself amhzthe existing conditions under which, inthe course Ofthe work, hewill be obliged iOoperate orthat will inany manner affect the work under this contract. EXISTING UTILITIES The Contractor shall make his own investigation to determine the existence, nature, and location of all utility lines and appurtenances within the limits of the improvement. Before doing any work which will damage, disturb, or leave unsupported or unprotected any utility lines or appurtenances encountered, the Contractor shall notify the owner, who will make all arrangements for r8|0Cating, adjusting or otherwise maintaining or abandoning service lines that fall within the ||nni1m of the proposed construction without cost to the Contractor, including the removal of all caNeS, valve hoxee, manhole cUvens, and other appurtenances which the owner desires tnsalvage. After such arrangements have been made, the Contractor will proceed with the work asdirected bythe Engineer. All utility lines and appurtenances which are abandoned by the owner shall be removed and disposed ofbythe Contractor, if it is posmib|e, without damaging existing utilities, and with the approval ofthe Village. No extra compensation will be allowed the Contractor for any expense incurred by complying with these requ|mannents, or because of delays, incmnveniUnce, or interruptions in his work resulting from the failure of any utility company to n*rnove, re|ocmte, reconEd/u[J, or abandon their services. The responsibility for the prompt and drne|y [enlova|, re|OC@hDO. recOnstrVCd0n. or abandonment of their facilities and the coordination of his own work with that of the Village to the end that work on this improvement is not delayed because of necessary changes in the existing utilities shall rest upon the Contractor, DISPOSAL OF EXCESS MATERIALS All contract demsrequiring removal ofexisting material such as boulders, trees, and stumps and any necessary excavation shall have the Surplus materials removed and disposed mfoff the project site hythe Contractor. SHEETING AND BRACINGWhere necessary to prevent Caving. trench excavations ahmU be adequately supported. The Contractor shall be responsible for designing, pn]viding, inetaUing, and maintaining any sheeLng, bracing, eto..which may benecessary toSupport the sides Cfthe excavation and trenches. As backfill is placed and the sheeting vv|thdravvn, the void left by the withdrawn sheeting eho|| be filled and compacted before withdrawing the next inorennant. The cost for all sheeting and bracing shall be considered incidental tothe contract. UNAUTHORIZED EXCAVATION If the bottom of any excavation is removed beyond the limits shDvVV Or directed, it Sh8|| be backfilled and compacted to the proper grade with a material suitable tothe Engineer and at the Contractor's expense, El LAYING OF PIPE Proper implements, tools, and facilities satisfactory to the Engineer shall be utilized by the Contractor for the safe and efficient execution of the vvOdh, All pipe, fittings, va|vea, hydrants and accessories shall becarefully lowered into the trench using suitable equipment inSuch a manner aStOprevent damage 10pipe and fittings. Under nocircumstances shall the pipe or accessories b8dropped Vrdumped into the trench. The water main shall beeither plugged or capped with acast iron fitting atthe end Vfeach work stoppage and aLthe end Ofeach work day, to prevent the entry of foreign materials into the pipe system. All labor and noa\erio|o required for this precautionary measure shall be considered incidental to the project. All pipe Gh8U be cut to its required length in the field by a Powered Mechanical Rotary Saw and the exposed end ground by a rnechanical grinding tool to a smooth beveled finish. CONTROL OF SEWER FLOWS In areas where sections of sewer are to be replaced, the Contractor shall take care to manage flows carried by the pipeUna, without risk h}the project as to puN|u health and safety. All costs associated with Pumping, damming, or otherwise controlling the sewer flow shall boconsidered incidental tothe Contract. Wmlilfli Jill Where new sewer pipes are to be connected to the existing sewers flexible connector shall be used. The flexible connectors shall consist of a synthetic rubber sleeve which will resist deterioration caused bywastes found insewers and stainless steel straps. The connectors shall be"N[)W-SHEARMISSION" couplings, "NON-SHEARFERNCC}"couplings, orequal. All labor and material required to connect new sewer pipe to existing sewer pipe shall be considered incidental t0the contract. This work shall be done where any new pavement, Curb and gutter, frames and grates, structures, e|devva|ks. Vrdriveways abut existing pavennent, curb and gutter, sidewalks, or driveways. All required saw-CLItting will be full depth and shall be considered incidental to the Contract, HORIZONTAL DIRECTIONAL DRILLILING CONTRACTOR EXPERIENCE All horizontal directional drilling operations shall be performed by a qualified directional drilling Contractor with at least four (4) years' experience involving work of a similar nature to the work required for this project. The Contractor must have installed a rninirnunn of 10,000 linear feet of pipe (4^diameter orgreater) using directional drilling operations. A list ofproject references and proof of contractor experience shall be presented to the Village, upon request of the Village. 3o IPIPE INSTALLATION The horizontal directional drilling method will be used to install the proposed DIP water main, The contractor will have to excavate an entrance and exit ph at the both ends of the proposed DIP water main and other locations deemed necessary by the Contractor. All 0P shall be installed per 0PRA'8 horizontal [>ine[1iDDa| Drilling with Ductile |rOD Pipe pVbUC8tinD to include strict adherence to maximum joint deflection allowances. The pipe is to be installed by the cartridge method. SUBSURFACE INVESTIGATION Subsurface investigations have not been performed. The Contractor will beresponsible for any costs associated with Subsurface investigations, Noadditional payments will be made ifrock ie 0� encountered oradditional construction time and equipment isnecessary due toground conditions. Proper equipment and methods shall be used in rook and S0i| bores to insure proper grades, elevations and separations, PRESSURE TESTING The new main shall be pressure tested per AWWA C600 with 150 psi test pressure, The pipe should be raised to test pressure and allowed to stand without rnakeup pressure for 2-3 hours to allow for expansion ofthe pipe. After balance has been established, the section ofpipe shall be pressurized tO15Opounds per square inch, the PUMP turned off, and the final test pressure iS held for 2 hours. After the installed water main system has passed the pressure test, it shall be chlorinated inaccordance with AVVVVAC651. AS BUILT The Contractor shall be responsible for providing to the Engineer the following As Built information at fifty foot (50') stations for the entire length of DIP water main: 1. The location and depth ofthe DIP pipe. This information should beobtained bvthe Contractor's use Ufalocator ornavigator [)URiNG the pipe installation process and not afterwards. The Cost tmprovide this information tothe Engineer will beincluded inthe cost ofthe pipe, PIPE FITTINGS AND SPECIAL CASTINGS All pipe fittings and special castings shall be ductile iron conforming to ANSI/AWWA A21.53/C153 and ANS|/AVVVVAA21.11/C111,shall have aminimum pressure rating Cf250psi, — and shall meet the minirnum requirements of Class 150 Ductile Iron Pipe. |fcertain fittings are not manufactured in ductile iron, oosd iron fittings shall be acceptable. Mechanical joint type fittings shall beused except where flanged joints are specified oil the plans orinthese specifications. ALL FITTINGS MUST BE^MANUFACTURED |NTHE U.S.A. The cost of furnishing and installing all necessary fillings and accessories will not be paid for separately but shall beincluded inthe cost ofthe pipe. The Village of Mount Prospect's Public Works Department shall be given two (2) days advanced notice of any work to be done by the Contractor that will involve the Village's existing water ayabann. The Village Water Department's approval must be obtained prior to any such work being undertaken bvthe (�ontractor. ' z5 The Village Water Department will offer assistance in any necessary shut downs of existing water mains; hOvvever, it will be the Contractor's responsibility to provide the necessary labor and equipment for making these shut downs. 4� The Contractor shall have all necessary materials and equipment onhand etthe locations nf water main disconnections before the shut downs are made. The shut-dVvvnperiod for making water main disconnections shall not exceed four (4)hours. PRESSURE TESTING AND DISINFECTION The new water mains or any valved sections of it shall be Subject to a hydrostatic pressure test in basic compliance with Section 41-2.13 of the "Standard Specifications for Water and Sewer Main Construction in Illinois". The pipe shall be subjected t� � hydrostatic pneSeuna of one . '- pounds per square Each valved section ofthe mains shall baindividually tested, All joints showing visible leaks shall berepaired until tight. Any cracked Ordefective pipe, fitting, orvalves discovered |n consequence ofthis pressure test shall beremoved and replaced bvthe Contractor with sound material and the test shall berepeated. Suitable rneanSshall be provided bythe Contractor for determining the quantity ofwater lost by leakage under the specified test pressure. Allowable leakage shall not U8greater than that computed by the following table: |� Allowable Leakage 10 Inch 0.83 8 Inch O�GO O |ooh 0.50 Leakage is defined as the quantity of water to be supplied in the newly laid pipe or any valved section of it necessary to maintain the specified leakage beEd pressure after the pipe has been filled with water and the air expelled. After satisfactory completion ofthe hydrostatic testing, the piping shoUbeMush8dbonsnnoveany SQ|uti8nS, dehhs, or contaminated materials that may have lodged within the piping. The flow velocity of the water in the piping during the flushing shall be not less than three feet per second (see Table 9nfthe D|PRAInstallation Guide for gpnnrequired per pipe size) and shall bee maxirnurn velocity euff |cientto deliver c|ear, debris -free water mtthe discharge point, Water maims Sh@U be disinfected by or under the direction of an experienced professional chlorination technician retained bythe Contractor, in a manner acceptable tothe Engineer and the State Department nfHealth. After the chlorination process, water samples shall becollected ateach ofthe sampling taps and submitted h]the laboratory for bacteriological examination mftwo �2\ ` ^ �epermbsdgya� �houNth�mh|mrinediVnfei|tmnaoukin��pnovm[th�chlorination procedures shall berepeated until satisfactory results are obtained. Sampling taps shall not bepaid for as a separate item, but shall beincidental tothe Contract. The sections ofpipe and fittings used un the shut -down connections shall be spray chlorinated with m 50 p.p.rn. solution of chlorine. IABANDON EXISTNG WATER MAINS IN PLACE 0 U I I L I I The existing water mains where indicated on the plans shall be abandoned in place when 1 water main is put into service. All open ends of the water main to be abandoned shall be cut and capped with mechanical joint fittings. All hydrant tees shall be capped or plugged with mechanical joint fittings, after removing the existing fire hydrants. ITEMS TO BE SALVAGED All frames from abandoned structures, water valves, and valve boxes to be removed by the Contractor shall be delivered to the Village of Mount Prospects Public Works yard for storage and future use by the Village. WATER USAGE The Owner shall provide and pay for all water required and used in the directional drilling and for watering of sodding. Water shall be made available at hydrant locations approved by the water department at no charge to the Contractor. The Contractor shall pay a required deposit with the Village Public Works Department and obtain a water meter before commencing work and keep track of all water usage, and provide the Owner with total amount of water used for the contract. WATER SERVICE CONNECTIONS Contractors are reminded that per the Illinois Plumbing Licensure Law all connections to existing water mains and for all water services are to be done in the presence of a licensed Illinois Plumber. No extra compensation will be allowed for meeting this requirement. ICLEAN CONSTRUCTION OR DEMOLITION DEBRIS (CCDD) The Contractor shall only be responsible for the disposal of clean construction debris, The Contractor shall prepare all bid pricing based oil the assumption that all excavations and associated debris will comply with the clean construction debris disposal requirements and that the debris can and will bedisposed ofatany clean debris landfill. The Pub|icVVOrkS Department can be reached at 847-170-5840. If the Village or EPR agree that the material is suspect then the Contractor shall set aside that suspect load orportion thereof oil site orataholding area identified bvthe Village. The Contractor shall at that time be no longer responsible for the disposal of that load or portion The Village and its CCDD consultant will become responsible for the testing and subsequent The Village Orits CCD[}consultant will prepare all Source Site Certification bvOwner or Operator forms (or LPC -662 rnanifests) for each location and for each date of excavation during this project, These forms will be provided to the Contractor bythe engineering project representative or(EPR). 0� The Contractor shall acquire one manifest for each load es Outlined inthe state regulations and shall be responsible for only the costs of disposal of clean construction debris. SUSPECT DEBRIS The Contractor shall only be responsible for the disposal of any and all clean construction debris. If the Contractor, for whatever reason, suspects that an excavation, debris load, or ally portion thereCf, may contain non -clean construction dehris, then he shall immediately notify the Village or the EPR. The Pub|icVVOrkS Department can be reached at 847-170-5840. If the Village or EPR agree that the material is suspect then the Contractor shall set aside that suspect load orportion thereof oil site orataholding area identified bvthe Village. The Contractor shall at that time be no longer responsible for the disposal of that load or portion The Village and its CCDD consultant will become responsible for the testing and subsequent 11 ITEM I - 8" WATERMAIN, DUCTILE IRON PIPE, CLASS 56, HORIZONTALLY DIRECTIONALLY DRILLED) HDD) , _-__`-- ._ This work shall consist of the installation of 8" OucUba Iron Pipe. Class 58 water main by means of horizontal directional boring. ConstrLiction Methods: Installation shall be done using the horizontal directional boring method. All fittings shall be of the same rnahsdai The pipe shall be Ductile |nJn Pipe, Class 56 with restrained joints (Flex Ring or TR Flex). Gripping pUsh-on joint gaskets or restrained joint gaskets are not permitted. All DIP shall be installed per D|PRA'e horizontal Directional Drilling with Ductile |n3n Pipe Handbook to include strict adherence to maximum joint deflection allowances. The pipe shall be encased in two C2> layers of VcBio Polyethylene Encasement porANS|/AVVVVA C105/A21.5. Polyethylene encasement shall beinstalled inthe tightly wrapped manner cvthe modified Method Afor wet trench conditions. The initial piece of pipe will require that the polyethylene tube besecurely attmohed.tVthe pipe barrel with several circumferential wraps oftape from the end toapproximately one foot in. The tape should be applied directly toboth the polyethylene and the rneta|barrel 0fthe pipe. When applying the polyethylene encasement tothe assembled joint, the polyethylene overlap should always have the forward pipe's pso|y8thy|ene tube overlap the next pipe's polyethylene. To secure the polyethylene at the joint area m plastic strap or tape should be snugly installed/circurnferentially wrapped on each side of the joint. The entrance and exit pits that are necessary inorder k]install the proposed DIP water mainusing the horizontal directional drilling method shall Deincluded inthis item. The location mfthe entrance and exit pits will oaidentified 0nthe Plans mramdirected bvthe Engineer. The excavation and the backfilling 0fthe entrance and exit pits shall beincluded inthis item. The pits will bm backfilled with either dirt 0r Crushed Stone, |D{)T Gradation CA -O, from an |[)(]T approved source stone based upon the location Ofthe pit, The Contractor shall take precautions to protect the area where the drilling machine will be placed including the use of plywood and other materials. The cost for restoring any areas Outside the limits nfthe pits will riot be paid for separately but shall be considered included inthe cost ofthis |zenn, Drilling Mud: A mixture nfBenlnndedrilling day, project specific out ng fluid addkiveg, and potable water iaLo be used as the cutting fluid /K4UD\ and over ream hole filler for the Directional Bone. The drilling fluid mixture used shall have the following minimurn viscosities as measured by a March Funnel: 1, Rock Clay 60 sec. Z Hard Clay 40 sec. 3. Soft Clay 45 sec. 4� Sandy Clay 90 sec. 5. Stable Sand 120 sec. |� 39 O. Loose Sand 150 sec. 7. Wet Sand 150 sec. These viscosities rnay be varied to best fit soil conditions encountered as recommended by the drilling mud and fluid additive nnanufaC±urer, and as approved by the Engineer, All drilling fluids shall not enter the streets, manholes, sanitary and storm sevVB[S. and other drainage systerns, including streams and rivers. -- Locating of existing utilities and services (Qos, vva1Br and sewer) in advance of Horizontal Directional Boring will be required. The Contractor will only be allowed to hand dig Or use a vacuum excavator to locate the existing utilities within the parkway or on the private property gide of the sidewalk. The Village has televised the main line sanitary sewer along E|rn Street which is in located in the center of the roadway to aide in locating the sanitary sewer services. Proper connection to the main to be installed within the trench at each end of the projectshaUbe done within the entrance and excavation pits and shall be included in the cost of this item. Measurement nfthis item shall be from valve tovalve ommeasured inastraight line, Basis of Payment: This work will be paid for at the contract unit price per foot for 8''WATER MAIN, DUCTILE IRON PIPE, CLASS 56.HORIZONTALLY DIRECTIONALLY DRILLED (HO[)). This price shall include all |ahOr, material and equipment to complete this item. Description: This work shall consist Of the installation Of U^ Ductile Iron Pipe. Class 56 water main within a trench. Specifically this work will take place on E|nn Street South of Central Road and at the far north end nfthe project at Thayer Street. The pipe shall be encased in two (2) layers ofVcBio Polyethylene Encasement perANS|AlVVWA C105/A21.5. Polyethylene encasement shall be installed in the tightly vvnapoed manner or the modified Method /\ for wet trench conditions. N� Construction Methods: o� The pipe aho|| be Ductile Iron Pipe. Class 58with restrained joints (Flex Ring or TR Flex). Gripping push-on�oint��sk�t�0rr�mb�in�d�joint gaskets are not pernni�ed. All fkUngeshall be ofthe aarne ' Basis ofPayment: This work will be paid for at the contract unit price per foot for 8" WATER k4A|N. DUCTILE IRON PIPE, CLASS 56.|NTRENCH. This price shall include all labor, material and equipment to complete this item. 4O IITEM 3 - 8" GATE VALVE _Description:._. All valves to be installed in this project shall be Mueller Resilient Wedge Gate Valve, #A-2360-20 N0DhsiDgStem Gate Valves conforming tDAWWAC-50O, Valves shall open counterclockwise. Construction Methods: A 1° Mueller H-15OOO Corporation Stop must betapped directly into the main at on each side ofthe valve toallow for testing, chlorinating, and sampling work tubedone. The furnishing and installing ofthese taps shall beincluded inthe work necessary for this item. All brass corporation taps are tV be manufactured in accordance with AWWA C-800 and ASTM B-62 Specifications. The inlet side Vfcorporation assembly iStobemachined with AVVVVAstandard thneadsvvhi|ethe outlet istDbe . nn�Chinedto�C�8ptGstend�rdtub8nutfor�ttaChinA0ured1"diarnekercopper\ubing. Basis mfPayment: Payment for this item shall be at the Contract unit price per Each for 8" GATE VALVE. This price shall include all |ebor, material and equipment to complete this barn. Description: VVheneindiC@tedontheP|ans.fnurfoot/4'\diann8terpnecastnainforcedConcratev8lveveultSsha|| be installed over gate valves. The four -foot /4'\ diameter valve vaults shall typically be installed over B"and 0^valves. Construction Methods: Openings shall be cast into the lower barrel section to allow the water main topass through the vault. The openings shall belarge enough sonopart [fthe barrel section rests directly nnthe water main or fittings. The void between the pipe and barrel uhoU be sealed with cerneDt brick and mortar and acoat ofmortar one-half inch (1/2") thick applied onthe inside and outside ofthe brick and mortar void, Basis of Payment: This work will bepaid for atthe contract unit priceper each for VALVE VAULT, TYPE A.4'0A, TYPE FRAME, CLOSED LID. This price shall include all labor, material and equipment to complete this &gno. ITEM 5 — WATER MAIN CONNECTION AT CENTRAL This item shall involve making the connection to the existing 6" water main on Elm Street south of Central Road. To perform the connection, the Contractor, with the assistance of the Village of Mount Prospect's Water Department, shall make the necessary valve closings at this location, remove the located fittings and sections Ofwater main, and then proceed iOmake the connection to the existing water main asshown onthe Plans. 4I 11 Ll 11 � I Construction Methods: The Contractor shall arrange with the Village Water Superintendent, aStuwhat hrne and for how long the water mains can be shut down. The Contractor shall have all necessary pie, fittiogs, valves and equipment required atthe job site prior tothe actual shut down being made. Once the shut -down iSmade, the Contractor shall work straight through until the existing water mains can be placed back into service, regardless ofthe t|metaken. The length mfwater main pipe,valves, and valve vaults shall each be paid for separately under their respective Contract Pay Items. The cost ofall necessary fittings shall heincluded inthe cost of this k8nn. This ihgnl shall include all other work that must be performed at this location by the Contractor and that is not included under the various Contract Pay Items listed in the Schedule of Prices and described inthese Specifications. Basis of Payment: This work will bepaid for at the contract unit price per each for WATER MAIN CONNECTION AT CENTRAL This price shall include all labor, nnateho| and equipment to complete this item. This price shall include all labor, material and equipment to complete this item. ITEM 6 —WATER MAIN CONNECTION AT THAYER This item shall involve making the connection tnthe existing 6"water main onthe south side of Thayer. Toperform the connection, the Contractor, with the assistance Cfthe Village ofMount Prospect's Water Department, shall make the necessary valve closings at this location, remove the located fittings and sections of water main, and then proceed to make the connection to the existing water main as shown on the Plans. Construction Methods: The Contractor shall arrange with the Village Water Superintendent, 8stDwhat tirne and for how |On0 the water mains can be shut down. The Contractor shall have all necessary pke, fittinQs, v@|weS and equipment required at the job site prior to the omtum| shut down being made. Once the shut -down ismade, the Contractor shall work straight through until the existing water mains can h8 placed back into service, regardless ofthe time taken. The length ofwater main pipe,valves, and valve vaults shall each be paid for separately under their respective Contract Pay Items. The cost cdall necessary fittings shall beincluded inthe cost Vfthis item, This item shall include all other work that must be performed edthis location bvthe Contractor and that is not included Linder the various Contract Pay Items listed in the Schedule of Prices and described inthese Specifications. Basis of Payment: This work will bepaid for sdthe contract unit price per each for WATER MAIN CONNECTION AT THAYER. This price shall include all |ohor, material and equipment to complete this item. This price shall include all |obor, material and equipment to complete this konn. 42 �1 ITEM 7 - FIRE HYDRANT WITH AUXILIARY VALVE AND BOX This work shall consist of the installation of a fire hydrants including the 6" pipe from the tee to the hydrant at locations identified on the plans or as directed by the Engineer. All hydrants provided aSpart nfthis project aheUhepaintedyeUovx Construction Methods: The fire hydrant to be installed under this Contract shall be Mueller Super Centurion 250 A-423 and having afive and one-quarter inch (5-1/4" main valve opening, four and one-half inch N-1/2" punnpernozzle, and two (2) two and one-half inch (2-1/2') hose nozzles. The pumper and hose threads shall beNational Standard Threads. The inlet connection shall be six inches (S")|nsize andf|angf+h/pe. The depth Of bury shall he a minimum of six feet KB. the direction of opening to the left, the size of the operating nut shall heone and one-half inches (1 1/2').thehvdn@ntoaokinQofihe "0" ring type, and the hydrant shall bgpainted ayellow color. The auxiliary valve shall bed"N.R.& Resilient Wedge Gate Valve and Box. The valve shall bBMueller A,236U-16with flange mechanical joints. The depth of the proposed water main will be dependent on the location of the existing utilities that will be crossed. The Contractor will be required to install a Gn@de|ok Swing Arm (or approved equal) where necessary to adjust the height of the fire hydrant to allow full access tothe hydrant. The valve box tVhefurnished and installed shall begtwo C8section valve box, Tyler 6O4-Swith road stabilizer and with word WATER cast in its cove with a screw type adjustment. The bedding material required for this item shall be Coarse Aggregate, CA -1 1 or CA -1 3. The furnishing and placing the coarse aggregate shall be considered included to the Contract unit price aebid for this item. Any adjustment ofhydrants due the depth of bury shall bedone with a grade|ok hydrant swing arm or equal and will be included in the cost ofthis item. 0^DIP CLASS 56Pipe shall beinstalled from the tee onthe main tothe fire hydrant and included in the cost mfthis |henn.The pipe shall bethe same msthe 8"diameter pipe except that kwill be installed within @ traditional trench, Basis ofPayment: This work will he paid for atthe contract unit price per Each for FIRE HYDRANT WITH AUXILIARY VALVE AND BC})<. This price shall include all |obnr, maheriu|, and equipment to complete this item, ITEM 8 - SHORT WATER SERVICE AND BOX, 1 1/2" Description: This work shall consist of the installation of water services to properties located on the west side of Elm Street, 43 IConstruction Methods: The proposed water services will beinstalled hoproperties located ODthe same side Vfthe street asthe proposed water main. The transferring Ofthe water services shall bBdone after the new 8^ water main has been placed into service and before the existing 8"water main has been disconnected. A corporation tap shall be made into the water main and 1 1/2" "copper water service pipe. Type K. shall be installed from the tap Lo g new curb stop /rnundvvay complete with box) to be located as shown onthe Plans. The proposed water service will connect with the existing water service mn private property side ofthe nevvvvabarservice box. ' All brass fittings, such as tail pieces, flanges, strainers shall be no lead, low -lead or Envirobrass conforming to2O14|EPArequirements shall beclearly labelled ormarked The Contractor will not backfill the water service until the Village or the Engineer has inspected all connections with the service under pressure. Basis of Payment: Payment for this item shall be adthe Contract unit price per Each for SHORT WATER SERVICE AND BOX, 1 1/2". This price shall include all costs for furnishing the |abOr, equipnnent, and materials necessary toexcavate and expose the existing water service, make the tap into the new water no@in.furnish and install the curb stop and bVx.copper pipe (Typ�K}.andconnecting �11ings. ` . make the connections at the tap, curb stop, and existing water service, install and compact the trench backfill, and to perform any other work necessary to complete the installation of the new water service inaccordance with the Specifications. Description: This item shall include the installation of water services to properties located on the east side of Elm Street. The transferring of the water services shall be done after the new water main has been placed into service and before the existing O"water main has been disconnected. Construction Methods: A corporation tap shall be made into the vvgher main and 1 X2"#Jpp8rwater service pipe. Type K. shall be installed from the tap 1m g new curb stop (roundvvay complete with box) to be located as shown onthe P|ano� The vvai8rservice box shall belocated two feet (�')hnnnthe edge of the ` ' sidewalk. The proposed water service will connect with the existing water service on private property side ofthe new water service box. All brass fittings, such as tail pieces, flanges, strainers shall be no lead, low -lead or Envirobrass conforming tV2014 |EP/\requirements shall beclearly labelled or marked. The long water services shall be installed using m directional boring method. The contractor will not he allowed LOset Vphis equipment 0nprivate property nor cause any damage toprivate property. The method for directional auguring the long water services must be approved by the Engineer and 0� the Village prior tothe beginning Vfthis work. The Contractor will not backfill the connections olthe corporationStOp and the roundvvovuntil the Village or the Engineer has inspected all connections with the service under pressure. 44 11 11 Basis of Payment: Payment for this item shall beatthe Contract unit priceper Each for DIRECTIONAL BORE LONG WATER SERVICE AND BOX, 1 1/2". This price shall include all costs for furnishing the labor, equipment, and materials necessary to make the tap into the new water main, hJnliSh and install the curb stop and box, copper pipe (Type K).and connecting fittings, make the connections at the tap, curb stop, and existing water service, install and compact the trench backfill, and tmperform any other work necessary to complete the installation of the new water service in accordance with the Specifications, ITEM 10 - FIRE HYDRANT TO BE REMOVED Description:`_ This work shall consist Ufrenn]vingexisting fire hydrants and their auxiliary valves edlocations shown Dnthe plans oraedirected bvthe Engineer. Construction Methods: The six-inch K6"\ pipe from the water main shall be cut on the vvmtex system Side of the auxiliary valve and the entire fire hydrant and auxiliary valve assembly shall beremoved and delivered b] the Village OfMount Prospect's Public Works. The Contractor will seal the six-inch (O")hydrant leader with brick and mortar. Basis of This work will be paid for Edthe contract unit price per Each for FIRE HYDRANT TO BE REMOVED, This price shall include all |obor, nomteria|, and equipment to complete this item. ITEM 11 - STRUCTURE TO BE ABANDONED Description: This work shall consist 0fthe abandonment Ofexisting utility structures identified onthe plans ormm directed bythe Engineer, Construction Methods: This work shall be completed in accordance with the requirements of Article 605.04 of the Standard Specifications except asmodified herein. The Contractor shall install @ steel plate on top of the portion of the structure to nennain after the structure has been filled with stone. Fill material shall consist ofcrushed stone Vrsand, compacted inaccordance with the Standard Specifications. Basis ofPayment: This vVO[k will be paid for at the contract unit price per Each for STRUCTURE TO BE ABANDONED. This price shall include all |abor, nnatmria|, and equipment to complete this item, 45 J Ll r� E P C� ! -7 H I I I ITEM 12 — WATER MAIN DISCONNECTION AT CENTRAL Description: This item shall include all disconnection work at various locations in accordance with the details on the plans. Construction Methods: The Contractor shall arrange with the Village Water Superintendent, as to what time and for how long the water mains can be shut down, The Contractor shall have all necessary fittings and equipment required at the job site prior to the actual shut down being made. Once the shut -down is made, the Contractor shall work straight through until the existing water mains can be placed back into service, regardless of the time taken. The Village must be given a minimum of two (2) days advanced notice of any work to be done by the Contractor that may disturb the normal operation of the water system. The Village's approval must be obtained prior to any such work being undertaken by the Contractor. To perform these disconnections, the Contractor, with the assistance and Supervision of the Village Water Department, shall make the necessary valve closings at these location. All necessary fittings and all other all other work that must be performed at these locations by the Contractor and that is not included under the various Contract Pay Items listed in the Schedule of Prices and described in these Specifications shall be included in the cost of this item. Basis of Payment: This work will be paid for at the contract unit price per Each of WATER MAIN DIESCONNECTION AT CENTRAL. This price shall include all labor, material, and equipment to complete this item. ITEM 13 — WATER MAIN DISCONNECTION AT THAYER STREET Description: This item shall include all disconnection work at various locations in accordance with the details on the plans. Construction Methods: The Contractor shall arrange with the Village Water Superintendent, as to what time and for how long the water mains can be shut down. The Contractor shall have all necessary fittings and equipment required at the job site prior to the actual shut down being made, Once the shut -down is made, the Contractor shall work straight through until the existing water mains can be placed back into service, regardless of the time taken. The Village must be given a minimum of two (2) days advanced notice of any work to be done by the Contractor that may disturb the normal operation of the water system. The Village's approval must be obtained prior to any such work being undertaken by the Contractor. To perform these disconnections, the Contractor, with the assistance and supervision of the Village Water Department, shall make the necessary valve closings at these location. All necessary fittings and all other all other work that must be performed at these locations by the Contractor and that is not included under the various Contract Pay Items listed in the 46 Schedule ofPrices and described inthese Specifications shall heincluded inthe cost of this item. Basis of This work will be paid for at the contract unit price per Each of WATER MAIN DIESCONNECTION ATTHAYEF(STREET. This price shall include all labor, material, and equipment tocomplete this item. ITEM 14- PRESSURE TESTING AND DISINFECTION tion: This item pertains to the pressure testing and disinfection of the newly installed water main. Construction Methods: The water mains installed under this Project shall b8pressure-tested and disinfected inaccordance with the Specifications herein described under the paragraph entitled "PRESSURE TESTING AND DISINFECTION" and "PRESSURE TESTING" inthese Pr ��ct -'Specifications. The supply of water necessary to pressure -test and disinfect the proposed water main shall be provided by the Village of Mount Prospect through connections to its water systern. These connections will not be paid for under this pay item. The pressure test shall be completed after the installation of the fire hydrants but prior to the transferring of water services. Basis mfPayment: Payment for this item shall be@tthe Contract unit price per Lump Sum for PRESSURE TESTING AND DISINFECTION. This price shall include all labor, material, and equipment tOcomplete this hmm. Description: This work shall consist of furnishing aggregate for all trenches where the inner edge of the trench is within 2'Cfpavement, curb, gutter, o/sidewalk. This work also includes the disposal Ofany excess material replaced bythe trench backfill. Construction Methods: The work shall be done in accordance with Section 200 of the ''Standard Specifications for Road and Bridge C|mnstruct|on"All trench backfill material shall conform to CA -6 gradation as defined in Section 1O04Ofthe Standard Specifications for Road and Bridge Construction. The trench backfill shall beplaced in9"lifts, and mechanically compacted. N� Basis m/n Payment: This work will be paid for at the contract unit price per cubic yonj for TRENCH BACKFILL. This price shall include all |abor, nnoteria|, and equipment to complete this item. 47 IITEM 16 - DETECTABLE WARNINGS I . Description:____-_.. L I' This work shall consist of providing 8 detectable warning for a concrete sidewalk ramp by installing pre -manufactured tiles in fresh concrete. The pre -manufactured tiles shall be AnnorJ-|k* Teoh|e Systems Cast in Place Tile, 2'x5'in size, and Colonial Red (Federal No. 20109) in color. Construction Methods: Pour concrete according tothe specifications. Install tile in accordance with the manufacturer's specifications and finish surface in a manner that the tile becornes an integral part of the sidewalk. This work will be paid for atthe contract unit price per square foot for DETECTABLE WARNINGS and shall include the pre -manufactured tiles and all vvodh to provide a detectable warning in -- concrete. This pay dem cowers the preparation of fresh concrete in order to provide a bed for the pre -manufactured t||e, the installation of the ti|e, and the finishing of the eurrounding fresh concrete Surface, The actual concrete installation under and around the tile will be paid for separately a3 1� SIDEWALK REMOVAL AND REPLACEMENT. Basis of t This work will he paid for at the contract unit price per Square Foot for [)ETECTA|BLE WARNINGS. This price shall include all labor, material, and equipment to complete this item. Description: This work shall consist of the rern0v8| of existing sidewalk and the construction of new Portland Cement Concrete (PCC) oidevve|k. 5~ minimum thickness. Construction Methods: The vvOrh shall be done in accordance with Sections 424 and 440 of the "Standard Specifications for Road and Bridge CVnstruQtion'^ At locations specified by the Engineer, existing concrete sidewalks will be nannoved and disposed of by the Contractor. The limits of rennov@| will be marked by the Engineer. The sidewalk will he s@vxCut full -depth and any areas Outside the limits of the removal which are damaged will be replaced by the Contractor at his own expense. This work shall also include any additional excavation required to meet the base elevation of the proposed At locations where unsuitable base oJurse materials are encountered, the materials shall be removed to a depth as specified by the Engineer. Aggregate base course material shall be used and compacted to adjust the base course to the proper elevation. The excavation and aggregate base course material shall be considered incidental tnthis |1enO. Expansion joints 1/2inch thick shall be placed between the sidewalk and all structures such asb- boxes, nnmnhV|eo. light standards, traffic light standards, and traffic poles which extend through the oidevve|h, The b -bones must be inspected and made operational, if required, bythe Village � prior toplacing the concrete. 18 E I r - L ri 7 I J I P I J D Basis of Payment: This work will be paid for at the contract unit price per square foot for SIDEWALK REMOVAL AND REPLACEMENT. This price shall include the cost for excavating to the proper base elevation, disposal of excavated material, furnishing and placing aggregate base course material where necessary, compaction of the base course, the concrete mixture, the expansion joint filler, and all other labor, materials, and equipment to complete this item. ffffX •100 VLTW*1 VLW*WZ47.-fiffl Description: This work shall consist of the removal of designated existing curb and gutter and installation of new curb and gutter. Construction Methods: The work shall be done in accordance with Sections 440 and 606 of the "Standard Specifications for Road and Bridge Construction", The Contractor will saw -cut a clean joint between the portion of Curb and gutter to be removed and that which is to remain. If the Contractor removes or damages the existing Curb and gutter outside the limits designated by the Engineer for removal and replacement, he will be required to remove and replace that portion at his own expense. Basis of Payment: This work will be paid for at the contract unit price per foot for COMBINATION CONCRETE CURB AND GUTTER REMOVAL & REPLACEMENT. This price shall include all labor, material, and equipment to complete this item, ITEM 19 - REMOVE AND REPLACE EXISTING PAVEMENT Description: This work shall consist of the removal and installation of existing hot-rnix asphalt pavement at locations shown on the plans or as directed by the Engineer. Construction Methods: The work shall be done in accordance with Pavement Restoration Detail provided on the plans. Basis of Payment: This work will be paid for at the contract unit price per square yard of REMOVE AND REPLACE EXISTING PAVEMENT. This price shall include all labor, material, and equipment to complete this item. ITEM 20 - PORTLAND CEMENT CONCRETE DRIVEWAY APRON REMOVAL & REPLACEMENT IDescription: 1� F_ L 17 This VVO[k Sh8U consist of the removal and replacement of existing Concrete driveway apnDOS and the construction of new Portland Cement Concrete (P{l[) driveway pavement, 7^ rnininnunn thickness. Construction Methods: The work shall be done in accordance with Residential Driveway Apron Detail provided on the plans and as described below: The work shall be done in accordance with Sections 423 and 440 of the "Standard Specifications for Road and Bridge Construction". At locations specified by the Engineer, existing concrete driveways will beremoved and disposed ofbythe Contractor. The limits ofremoval will bemarked by the Engineer. The driveway will be savvcut full -depth and any areas outside the lit -nits of the narnOva| which are damaged will be replaced by the Contractor at his Ovvn expense. This work shall also include any additional excavation required to meet the base elevation of the proposed driveway. At locations vvhens unsuitable base course materials are 8noountered, the materials shall be removed to odepth as specified by the Engineer. Aggregate base course material shall be used and compacted to adjust the base course to the proper elevation, The excavation and aggregate base course material ehmU be considered incidental tothis item. Expansion joints 1/2 inch thick shall be placed between the driveway and all structures such as b- bo:8S. manholes, light standards, traffic light standards, and traffic poles which extend through the driveway. The b -boxes must be inspected and made operationa|, if required' bwthe Village prior to placing the concrete. Basis of Payment: This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT REMOVAL & REPLACEMENT, This price shall include the cost for the labor, materials, and equipment to complete this item. ITEM 21 — 6" DIAMETER PVC SANITARY SEWER SERVICE This dem mh@U include the replacement Vfcertain sections of existing sanitary sewer service pipe. Only sections of sanitary sewer service pipe that are in conflict with the proposed vvg(er main or water services shall be paid for under this item. Construction Methods: The Contractor will be required to carefully remove the existing mevve, service pipe until a structurally sound piece of pipe is exposed. The new section of PVC sanitary sewer service pipe shall be connected to the existing sewer service pipe by means of non -shear flexible rubber connector. The pipe bedding and buokh|| to twelve inches (12'') above the top ofpipe will be included in this item. 1� I I The pipe shall he polyvinyl chloride (PVC) sewer pipe and shall have a rn|nhnunn Standard dimension ratio (SDR) of 26 and conform to ASTM designation O-22 1 (water qualitypipe). The joints shall be rubber gasket and conform to ASTM designations C-3139 and F-477. Pipe installation shall be in accordance with Section 31 of the "Standard Specifications for Water and Sewer Main Construction". Basis of This work will be paid for at the contract unit price per foot for U^ DIAMETER PVC SANITARY SEWER SERVICE. This price aheU include the cost for the |ahOr, materials, and equipment to complete this item. ITEM 22 - TOPSOIL FURNISH & PLACE, 3" Description: This work shall consist of furnishing and placing topsoil at locations where sod is to be installed as determined bythe Engineer. Construction Methods: The work shall hedone inaccordance with Sections 211 ufthe "Standard Specifications for Road and Bridge Conatnuchun^ Basis ofPayment: This work will be paid for at the contract unit price per square yard for TOPSOIL FURNISH & PLACE. 3"This price shall include all |obor, nnateria|, and equipment to complete this item. ITEM 23- SODDING Description: This work shall consist offurnishing and placing sod adlocations aSdetermined bythe Engineer. Construction Methods: The work shall be done in accordance with Sections 252 of the "Standard Specifications for Road and Bridge Construction". Basis of Payment: This work will be paid for at the contract unit price per square yard for SODDING. This price shall include all |abOr, mat8ria|, and equipment to complete this item and all the required watering. ITEM 24 - TREE ROOT PRUNING Description: This work shall consist of pruning of existing tree roots that will be impacted by construction as indicated onthe plans Vrasdirected bythe Engineer. Construction Methods: The work shall bedone inaccordance with Sections 2O1 ofthe "Standard Specifications for Road and Bridge Construction" and the detail found on the project plans, Basis of Payment. This work will be paid for at the contract unit price per Each shall include all |ahor, material, and equipment to complete Engineer and Village Forester. I . Description: 11 TREE ROOT PRUNING. This price this item to the satisfaction of the This work shall consist of construction of fencing to protect existing trees at locations indicated on the plans and as directed by the Engineer. Construction Methods: The work shall be done in accordance with Sections 201 of the "Standard Specifications for FlOed and Bridge Construction" and the detail found on the plans, Basis of Payment: This work will b8paid for aAthe contract unit price per Foot for TREE TRUNK PROTECTION. This price shall include all labor, material, and equipment to complete this item and all the required. ITEM 26 — TREE REMOVAL Description: This item shall consist Dfthe renlova|[f existing trees atlocations shown onthe plans oraS directed by the Engineer. Construction Method: Trees to be removed as a payment item will bemeasured per unit ofdiameter with one unit being equal tnone inch (11"). The diameter shall hemeasured etapoint 4.5feet above the highest ground level at the base of the tree and will be determined by dividing the measured circumference ofthe tree by3.1418. Stumps (only) to be removed will be measured at the elevation of cut off and considered aafull tree removal. /\multiple stem tree's branches having adiameter mfsix inches (6^)Prmore at a point 4.5 feet above the highest ground level at the base of the tree will be measured for payment maindividual trees. The accumulated total number ofunits will bethe pay quantity. Basis of Payment: This work will bepaid for edthe Contract unit priceper Unit Inch for TREE REMOVAL. This price shall include all costs for removing and disposing of the existing tree and the removal and disposal of the tree stump in accordance with the Specifications. 52 Fil 11 11 F� ITEM 27 - TRAFFIC CONTROL AND PROTECTION Description:_ This hen) shall consist of the installation and maintenance of all traffic and pedestrian control devices which are Used for the pVqp0S8 Of [ggU|atiDg, vv8rDiDg, or directing all traffic during the construction Vfthis improvement. Construction Methods: It shall be the aok* responsibility of the Contractor to insure that all traffic control and devices at the project site are inplace otthe end ofeach work day and inproper working order, All traffic control and protection She|| be in accordance with the "Standard Specifications for Road and Bridge Construction" and the "Manual on Uniform Traffic Control Devices". Basis of Payment: This work will be paid for at the Contract unit price per Lunnp Sum of TRAFFIC CONTROL AND PROTECTION. This price shall include all Costs for furnishing, installing and maintaining the traffic control devices in accordance with the Specifications." ITEM 28 — 8" DIP WATER MAIN WITHIN 18" AUGURED STEEL CASING PIPE This item pertains tothe installation ofthe eight -inch A8"\ DIP water main specified in the 18" diameter casing pipe under Central Road. The proposed water main shall berestrained within the casing by use of model CCS stainless steel casing spacers as manufactured by Cascade Water VVwrka Mfg. Co. of Yorkville, |||innig or prior approved equal, Four (4) StBin|8ae steel casing spacers shall beinstalled per length Ofpipe. The spacers shall bopositioned inarestrained configuration. The cost of installing these stainless steel casing spacers shall be considered included in the cost ofthe proposed water main. The cost Ofthe stainless steel casing spacers and restrained joints (Flex Ring or TR Flex) or approved equal mhe|| be included in this pay ibann, along with the installation of the pipe through the casing. The proposed eight -inch (8") water main will be encased within an eighteen -inch (18~) diameter steel casing that is augured (bored) across Central Road. The casing shall be installed in accordance with Section 20-2.19 of the Standard Specifications for Water and Sewer Main Construction in Illinois. The steel casing pipe shall have a nnininnunn thickness Of 3/8" The pipe joints ahm|| be welded in accordance with AVVVVA C-206. The excavation and backfilling of the entrance and receiving pits 8h@|| be included in the work to be performed under this pay |tenn. All excavations ShG|| be U8Ckfi||8d with crushed Sb]ne. gradation CA -6 or earth depending on the location of the pit. Payment for this item shall be atthe Contract unit price per Foot for 8.D|PEWATER MAIN, WITHIN 1@^AUGEREDSTEEL CASING PIPE This item shall include costs associated with highway p8n-nhbODd[8quiredbv|D()TforUe project. It is anticipated that the highway bond required by I DOT will be $100,000.00. Payment for this item shall be at the Contract lump sum price for HIGHWAY PERMIT BOND. This price shall include all C0StS for furnishing, installing and maintaining the traffic control devices in accordance with the Specifications. �� Ll 11 F, 11 ITEM 30 — PAVEMENT PATCH, CENTRAL ROAD Description:` This work shall Consist of the rernOva| and reLlacernfnt of existing concrete base with asphalt overlay pavement within Central Road ROW. Central Road isan|D{JTroadway and restoration uf the pavement must he in kind to that which was removed. This hSnn will be for the restoration necessary for the filling of the existing valve vau|i and Capping of the main. Any pavement disturbed in order to locate existing utilities within the roadway will not be paid for Linder this item and shall be considered incidental to the contract. Construction Methods: The vv0nh Sh@U he done in accordance with Class C Patches as indicated in |D[/T Highway Standard 442201-03 and in accordance with Section 442 of the SƒBndmnj Specifications for Road and Bridge Construction, This item will also include the placement of HMA surface course of equal thickness aSexiSts... Basis of t: This work will be paid for at the contract unit price per square yard of PAVEMENT PATCH, CENTRAL ROAD. This price mhe|| include all labor, rnuteha|, and equipment to complete this item. ITEM 31 —15" DIA., PVC COMBINED SEWER REPLACEMENT Description: This item shall include the replacement of the 15" combined sewer on EIrn Street at the connection point south of Central Road. Construction Methods: Polyvinyl chloride (PVC)sewer pipe ofthe size indicated shall beinstalled. The pipeshall have a minimunostandard dimension ratio /SORUOf20and shall conform b)ASTM designation D-2241 (water quality pioe). The joints shall berubber gasket arid conform hJASTM designations [-313S and F-477. Pipe installation shall beinaccordance with Section 31 Ofthe "Standard Specifications for Water and Sewer Main Construcfion" Non -Shear Mission Couplings shall beinstalled ateach end toconnect the proposed pipe tothe existing pipe. The pipe bedding and backfill totwelve inches (12") above the top of pipe will be included in this itern. This work will hepaid for Edthe contract unit priceper foot for 15^0/\,PVC COMBINED SEWER REPLACEMENT, This price shall include all labor, material and equipment to complete this item. 14 IBid Form Page I BID FORM Elm Street Water Main Replacement Village of Mount Prospect Department of Public Works FROM: P A, C�~ (hereinafter called "Bidder") TO: Office Vfthe Village Manager, 3mFloor 5OSouth Emerson Street Mount Prospect, Illinois 00058 (hereinafter called "V|Ugge"Or"Village VfMount Poospect") � Bid For: "Elm Street Water Main Replacement" The bidders have farni|iarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, nnaferia|s, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, asfoUovvs� Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it in responsible for verification of all pipe sizes and depths prior tOthe ordering of materials, The Bidder will complete and provide all |obor, equipmmnt, materials and mobilization (if applicable) tope�ornntheVVorkgSinoident*|tmth�fimsdit�nnpricefor��ohibannprmpPS8d ' . �5 Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavi[—BidCedihoationFOrnn Bid Security Bid Sheet Other materials 0rstandards provided Drnoted bvthe Village Contract Document Performance Bond Form Labor and Materials Payment Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, nnaferia|s, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, asfoUovvs� Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it in responsible for verification of all pipe sizes and depths prior tOthe ordering of materials, The Bidder will complete and provide all |obor, equipmmnt, materials and mobilization (if applicable) tope�ornntheVVorkgSinoident*|tmth�fimsdit�nnpricefor��ohibannprmpPS8d ' . �5 �11 � -1 F� In submitting this bid. the Bidder understands that the Village mfMount Prospect reserves the right hoadd k)orsubtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at aU) for the items hid. If written notice of avvan] of this bid is nnei}ed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver tile contract in the prescribed form and furnish payment and performance bonds, or letter of credit. and the insurance certificates required by the Bid Documents hOthe Village within ten /10> days after receipt, The Bidder, and as successful bidder/Contractor upon award of tile Contract understands and agrees tVthe following: 1\ The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirernents of the Bid Documents. 2) The Contractor agrees 10 cOnlpk/ with all applicable state and federal |ovvs, rules and regulations, and County and municipal ordinances, as described in the General Conditions, Failure to acknowledge reoeipt, as provided ab0ve, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village Of Mount Prospect Public Works Department, 1700 West Central FlOad, Mount Prospect, Illinois two (2) days prior to the letting, It shall he the bidder's responsibility to become fully advised Ofall Addenda prior to submitting its bid. Upon @vvand the contract the Village will mend Notice of Award to the successful b|dder. The bidder must then execute the contract and provide the required bonds orletter ofcredit and certificate Qfinsurance to the Village within ten (10) days. The Village will then issue a written Notice to Proneed, which starts the perforrnance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within sixty consecutive calendar days after the Notice toProceed with final completion twenty (20) days thereafter. Failure to complete the work in the designated time franne may result in the Director Of Public Works withholding Compensation due the contractor for failure to complete the said work in the designated tinnefranne. calling the bondm, or taking Such other action as may be M 1 1 1 1 1 1 1 Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet (s) Respectfully submitted: Na-Ej,Qi/Bicicler: VIP 41 IK[ By: (Signature) Title: 1> Date: Contact Information: Official Address: A, -!!, i F> r5 L- I �,�S \J, /x Telephone: Email: 11 F1 11 As acondition Qfentering into a contract with the Village ofMount Prospect, arid under oath and penalty of perjury and possible termination of contract rights and debarment, the di ed L, V being first duly sworn on oath, deposes arid states that he or she is \J'kC(C- IPIIV_C�� (sole owner, partner, joint ventured, President, Secretary, etc.) of and has the authority t0make all (Ka/nm of Company) certifications required by this affidavit. Section Non Collusion The undersigned certifies that this bid is genuine and not collusive Ora shann, that said bidder has not colluded, oonmpired, connived or agreed, directly or indinacUy, with any bidder or perSon, to put in a sham bid or to refrain from bidding, and has not in any nnannor, directly or indinect|y, sought by agreement or collusion, or c0rnnnunioation or conference with any peroon, to fix the bid price element of this bid, o/ of that of any other bidder, or to secure any advantage against any other bidder orany person interested inthe proposed contract, i,ection 11 Bid Rigging and Rotatioz The undersigned further states that (Name of is not barred frorn bidding or contracting as o result of u conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United SLa[gs, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 |LCS 5/33E-3. 33E-4. Section III Drug Free Workplace The undersigned further states that / I �'k� (Name of Company) provides odrug free workplace pursuant to the Drug Free Workplace Act, 3O|LCS580/|.et Seq.. and has, tothe extent not covered by collective bargaining that deals with the oubie[t of the Substance Abuse Prevention in Public Works Projects Act, 820 |LCS 265/1 et seq., a substance abuse prevention prograrn that rneets or exceeds these requirements of that Act. Section IV Tax Payment The undersigned further states that _JZP,"04�1* (— ak W"' - is /Naone8f not delinquent in payment nfany taxes to the Illinois Department Of ROvenue, in accordance with Illinois Compiled Statues, 65 |LCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is Class Misdemeanor arid, in addition voids the contract and allows the municipality to recover all amounts paid 1othe individual or entity under the contract incivil action. F, Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Hurnan Rights Act, 775 ILCS 5/2-105 (A), every party to a must. - "Have written sexual harassment policies that shall inrJude, at a noin|-nnunn. the fO|k3vvng |DfVrnnadDn: (1) the iUe08|hv of sexual harassment; 01> the definition of sexual, harassment under State law; UU\ adesohobon of sexual har8msn)enf, utilizing examples; U\0the vendor's internal oOrno|akd process including penalties; K/ the legal reoourse, investigative and complaint process available through the Department (of Human Rights) and the CmnnrniSsinn (Hunnmn Rights Commission); (V|) directions on how tm contact the Department and C0rnnniasiVn� and /V||> protection against retaliation as provided by Section 6-101 of the Act, (Illinois Human Rights Act)." A "public contract" includes: —everycnntnaottovvhk:hUle State, any Ofits political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that has 0� (Name0f a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4), It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any mvvanj rnade under the terms and provisions of this bid, The und rtifies tha�tlo� ��n ointained ia this Affidavit kgtrue and correct ) 7,L1" Title: Signature Kbnle Printed: �7 A - I> 1 :5 k LAJ 1~0 Signed and sworn to before me this day of My commission expires: /V\ "OFFICIAL SEAL" NICHOLAS C. TESTA Notary Public Notary PubliC, State of litinois s, I�� My Commission Expires 05/02/21 10, P U U U C' L' n I I '7 I I Included with this bid is a bank cashier's check, certified check or bid bond in the amount of being ten percent (10%) of the total amount bid by the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village Of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS DAY OF A V 6 U T 20 Mhvmza�� Bidder: Bidder's Agent and Agent's Title: Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of � L -L A 0C It f5� 60 iu 11 ADDENDUM NO. I VILLAGE OF MOUNT PROSPECT ELM STREET WATER MAIN IMPROVEMENT1 1 1 - 1- 1- 111111111 111111111110 111 =11111 IIIII I; IIIIII =11IIIIIIIin X M0 016111111 =-;I I !!� 11, 1 1 , MITEL Company Name PAkcV-- By---.--: Print Name.... . — —: Position/Title . . . . . . , . : C, t--rlj U A'Q1*f- Date ... ........ : A,\J &V5—t I, -2X k� Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. ADDENDUM NO. I VILLAGE OF MOUNT PROSPECT ELM STREET WATER MAIN IMPROVEMENTS DATE: August 2, 2017 BID OPENING: August 7, 2017 at 1:00 PM LOCATION: 50 South Emerson Street, 3d Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. The quantity for Pay Item No. 2; 8" Water Main, Ductile Iron Pipe, Class 56, In Trench, on page 61 has been changed from 100 feet to 130 feet. 1111009.7 =I- 41132• r«i " F • i I I i 1 1! i I i I I i! 1! • I I I 1• 1 1! 11• • 11 11 11 Page 1 of 3 BD ADDENDUM NO 1. 07-31-17 "Elm Street Water Main Replacement" (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder will complete pricing for all Items (# 1-32) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all Inclusive, yy DESCRIPTION T WUNIT PRICE TOTAL -20, W=1 Water Main, Ductile Iron Pipe, Class 56, Trench IM Valve Vault, Type A, 4'Dia.,Type I Frarne, ptq_.L:id__ Water Main Connection at Elm and Centrg Water Main Connection at Elm and Thayer --j�i - wWk6-x-i1-ia—ry -V-;a-v—ean-d---Box) Short Water Ser vice and Box, 1 W I i n I Bore Long Water Service, 1 1/2" Structure to be Abandoned VVaier Mai n D is co n nection a t Cen tral at Thayer ressure Testing �—ndbfs-[ n rench Backfill i dewa I k R ernov at an d Rept a c Remove and Replace Existing Pavement Portland Cement Concrete Driveway Apron Removal & Replacement Diameter PVC Sanitary Sewer Service Topsoil Furnish & Place, 3" I .......... ...... - ------------ runing Protection Traffic Control and Protection a M » Subtotal, Brought } Ay� ighway Permit Bond �■ . - Replacement ,� � . © TOTAL' . | M » N� THIS Contract (hereinafter the ~CV ieentered into mnthis _ day mf_.2O17.bvand between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the ^VU|age^). and . e Corporation (hereinafter the N� 'Contractor") K/i|ksg8 and Contractor sometimes referred to individually as "Party"/ and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its Elm Street Water Main Replacement; and WHEREAS, the Contractor submitted abid k}per-form the work associated with the Elm -- Street Water Main Replacement (hereinafter the "Bid"); and 0� VVHEREAS, upon its review of the submitted bids. the Village has awarded the contract to perform the work associated with the E|rn Street Water Main Replacement to the Contractor, Subject tVthe execution ofthis Contract; NOW, THEREF[JRE, for and in consideration of their mutual pronnie8S, covenanfS, undertakings and agreements, the parties agree as follows: ARTICLE I — CONTRACT DOCUMENTS This Contract is subject to the terms and conditions set forth in the Contract Documents, which N� are incorporated herein as if fully set forth, and include the following BN Cmcunnonta with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: N� 1� Notice toBidders 2. Table OfContents 3. Instructions to Bidders N� 4� (�oneGs|<�ondbionoandSpecial Provisions N� -~ 5� Specifications & Bid Submittals, including Bid Fonn, Affidavd—Bid Certification Form Bid S8Curitv, Bid Sheet (°Bidder's/Contra[fmr'scompleted Bid Submittals) 7� Other materials orstandards provided urrioted bythe Village 8. Contract 9, Applicable performance and labor and materials payment bonds, or letter of credit. (Collectively the "Contact DOCUments") 1, The Contractor agrees to perform the work, including all |obor, nnokahaha, equipment and aervioes, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the 'Worh^). 2. The Contractor acknowledges that the Village reserves the rightk} add to Or subtract from the estimated quantities. 3. The Contractor certifies that it will comply with all state and federal |avve and regulations, and county and municipal ordinances, as set forth in the General Conditions. �� 0 'J C C C L 1-1 ARTICLE III — PERFORMANCE BY VILLAGE The Village agrees to pay the Contractor for its performance of the Work in the manner and amount provided in the Contract Documents. ARTICLE IV - CONFLICT BETWEEN CONTRACT DOCUMENTS In the event of a conflict between any Contract Document and the terms of this Contract, the Contract shall control to the extent of the conflict. In the event of any other conflict between Contract Documents, the preceding Document shall govern to the extent of the conflict based upon the order of priority set forth in Article I of this Contract, unless otherwise specifically stated. ARTICLE V — COMMENCEMENT AND COMPLETION OF WORK After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieved substantial performance within forty-five (45) consecutive calendar days after the Notice to Proceed has been issued with final performance fourteen 14 days thereafter. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE V — NOTICE Unless otherwise provided, all notices required addressed or delivered as follows: TO THE. VILLAGE OF MOUNT PROSPECT - The Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTN: Director of Public Works under this Contract shall be made in writing and TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deerned effective when received by personal service or registered or certified U.S. mail, postage prepaid and receipt requested, to the address so specified. Either Party may, by written notice to the other, change its own mailing address. ARTICLE VI — PRIOR AGREEMENTS; SUCCESSORS This Contract supersedes all previous agreements„ understandings and representations of any nature whatsoever, whether oral or written, and constitutes the entire understanding between the Parties. The terms of this Contract shall be binding upon and inure to the benefit of the parties and the partners and officials, successors in interest, executors, administrators, assigns and representatives and their respective successors and assigns, provided, however, that the Contractor shall not assign, sublet or transfer any rights or interest in this Agreement in whole or in part without the prior written approval of the Village, except to the extent that the Contract Documents provide otherwise. ARTICLE VII - DEFAULT BY CONTRACTOR If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform r,1 4 F� Ll I] anew such Work as has been rejected by the ViU@ge, or if the Contractor shall become insolvent Or be declared bankrupt, Or shall make an assignment for the benefit of creditors, orhOnn any other cause whatsoever shall fail to carryon the Work in m manner required by the Contract, the Village shall give notice as hereinafter provided to the Conti -actor and its Surety in writing specifying such fai|ure, de|ay, neglect, refusal or d8fou|t, and if the C0ntructVr, within a period of ten (110) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, arid to forfeit the rights of the Contractor in this Contract, Upon declaration of Contractor's default, the VlUu0e may, at its option, call upon the surety to complete the Work in accordance with the t8rrno of this CnOinaCt or may take over the VVork, including any materials on the Work site as may he suitable and acceptable to the Village and nngy onnnp|efe the Work by its own forces or on its own accQunt. Or may enter into g new Contract Or contracts for the oornp|etion of the VVod«. Or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. All costs arid charges incurred bythe Village, together with the cost ofcompleting the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. FuUVvvng any payment due and received by the Village fr0rn the Contractor's surety following d8h]u|t, ifthe expense so incurred by the Village is |eSS than the surn paid to the Village by the Surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the mum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay tVthe Village the full cost ofsuch additional expenses, ARTICLE Vill - DEFAULT BY VILLAGE In the event of material default by the VlUeQe under this Cmrdnsct. the Village shall have sixty (O[) days, from notice thereof by Cpntraotor, to cure the default prior to Contractor's termination of this Contract. The failure to pay a contested invoice shall not be considered a material default. Upon termination, the Village shall be responsible to pay any uncontested payments due for work performed. ARTICLE IX — VENUE The parties hereto agree that for purposes of any |avvSuh(e) between them concerning this Aoneennent, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws ofthe State 0fIllinois shall govern the cause mfaction. ARTICLE X - SEVERABILITY OF CONTRACT If any term of this Contract is held by a Court of competent juriscliCtion to be wQkj or unenforceabhB, the remainder of the Contract henne will remain in full force and effect and will riot beaffected. ARTICLE XI - CUMULATIVE REMEDIES The exercise orfailure toexercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture Vfany other rights and ranoedios, mnU will be without prejudice to the enforcement of any other right or rennedyavailable bylaw orauthorized bythis Contract. ARTICLE XII - COMPLIANCE WITH LAWS Each party to this Contract will comply with all applicable state and federal laws and regulations, and County and municipal ordinances and regulations, M ARTICLE X111 - DISPUTE RESOLUTION Should gdispute arise between the Village and the Contractor astothe terms and conditions of the ContnaCj, or the responsibilities, |inlitat|ons, or working ne|ahVM$ of either PartV, the designated project personnel will make every reasonable effort to resolve the difference in N� accordance with the ter -ins and conditions of the Contract, If e dispute continues despite these efforts, i1shall bareferred tVthe Parties' Project K8anagers. If the above action fails to resolve the dispute, the Pat -ties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting nngd|ah0n, except that the costs, if any, of the actual mediation proceeding shall be @� shared equally bythe Parties. The mediation process isdefined asfollows: The Parties shall select rnuk/a|k/ agreeable mediator from 8nnaruan Arbitration Association lists or any Other agreeable |iS1 to aid the Parties in resolving the dispute. The mediator shall N� riot be an employee or former employee of either Party. The first meeting shall be held at a location chosen by the Village. At the meetings, each Party may present materials and/or arguments to the rOediatVr. The mediator's decision shall be not be binding upon either Party. -- In the event that the foregoing steps fail to resolve the dispute, either Parlv may bring suit in the Circuit Court mfCook County, Illinois. ARTICLE XIV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided byContractor k)the Village and the Village's written approval. The Village shall N� not unreasonably withhold its approval of such msaignnnen{ In the event ofan assignment, the Contractor shall not be relieved of its obligations under the Contract unless agreed to by the Village, at its sole discretion. ARTICLE XV - RECRUITING The Parties shall nVt, without the consent of the other Purtv, entice, encounaQe. offer special inducernerdG. Or otherwise recruit ennp|ny88a of the other Party during the period of this 0� Contract and for period of one (1) year, thereafter, This clause is not intended to restrict any individual's right of employment but rather is intended to preserve the relationship intended under this Contract and to prevent the Parties from actively recruiting the ernp|nyaea of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in oounterpads, each of which shall be an original and all of which together shall constitute one and the sarne agreement. ARTICLE XVIll - ENFORCEABILITY K any provision of this Contract is found to be invalid, illegal or unenforceable, that provision shall be severable from the rest of this Contract and the validity, |eAa|hv and enforceability of the remaining provisions will innoway beaffected nrimpaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall bethe date ofthe last signature executing the Contract (hereinafter referred to as the "Effective Date"). 66 ARTICLE XX - ADVERTISEMENT Contractor shall riot use, in its advertising, marketing programs, or other� promotional efforts, any data, Pictures, or other representation of the Village, except with the specific written authorization in advance by the Village. ARTICLE XXI - CAPTIONS; HEADINGS The paragraph headings which appear- herein are included solely for convenience and shall not be Used in the interpretation of this Contract. ARTICLE XXII — ENTIRE AGREEMENT This Contract, consisting of the Contract Documents, constitutes the entire agreement between the Parties for the subject matter hereof and supersedes all prior arrangements, agreements, representations and undertakings, written or oral. This Contract may riot be changed or modified except by a written instrument duty executed by each of the Parties hereto. IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: VILLAGE OF MOUNT PROSPECT By: By: Title: Title: Date: Date: ATTEST: ATTEST: Title: Title: Date: Date: I F Bond No. : Principal Amount: IContract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to I as Principal (hereinafter "Contractor"), a written agreement with the Village dated (hereinafter "Contract"), for the Elm Street Water Main Replacement in accordance with the drawings and specifications prepared by: VILLAGE OF MOUNT PROSPECT (Village Of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof; and WHEREAS, the Contractor is required to fUrnish a bond in connection with the Contract to secure the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons as provided by law; NOW, THEREFORE, we, the undersigned Contractor and with main office at as Surety, are held a—nj­fi�,�I­b—o.nd --LJ-11--tOthe -­V`iIIag-e in the penal SUrn of Dollars ($- ), lawful money of the United States, for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly pay for all laborers, workmen and mechanics engaged in the work under the Contract, and not less than the general prevailing rate of hourly wages as required by the Contract and the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., and for all material used or reasonably required for use in the performance of the Contract, and all duty authorized modifications, alterations, changes or additions to said Contract as may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject to the following conditions:. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal 68 L service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of business within the State, the principal place of business of the corporation, and in the case of partnership, the names and residences of each of the partners; 3) the name of the Contractor for the Village; 3) the name of the person, firm or corporation by whom the claimant was employed or to whom such claimant furnished materials; 4) a brief description of the public improvement for the construction or installation of which the Contract is to be performed; and 5) a description of Claimant's contract as it pertains to the public improvement describing the work done by the claimant and stating the total amount due and unpaid as of the date of the verified notice. No defect in the notice herein provided for shall deprive the claimant of its right of action under the terms and provision of this Bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same. 3. No action shall be brought on this Bond later than one year after the date of the last item of work or of the furnishing of the last item of materials. Such suit shall be brought only in the circuit Court of the State in the judicial district in which the Contract is to be performed. 4. The Village shall not be liable for the payment of any costs or expenses of any such lawsuit, and the Village does not have any obligations to any Claimants who make claims on this Bond. Surety will pay for all Such clairns, and for all costs and expenses of any such lawsuit, up to a maximum of the amount of this Bond. Surety hereby expressly agrees that no extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this Bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder. Surety's obligations hereunder are independent of the obligations of any other Surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and Suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of therm, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. M Contractor By: Signature Title ATTEST: mm Corporate Secretary (corporations only) RRINJIM COUNTY OF 1, — Surety By: Officer Of The Surety Title , a Notary Public in and for said county, do hereby certify that (insert Name of Attorney- I n- Fact for Surety) who is personally known to me to be the same person whose name is Subscribed to the foregoing instrument on behalf Of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and Voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 20 Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 7 () Bond No. : Principal Amount: N� Contract: KNOWN ALL MEN BYTHESE PRESENTS, that Contractor N� as Principal (hereinafter "Contractor"), and with main office at . a corporation of 0� the state OT .as Surety (hereinafter ^Surety^), are held and firmly bound Unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum Of Dollars . lawful money 0� Of the United Statem, for the payment of vvhich, we bind Ourmelves, our heirs, executors, administrators, successors and assigns, jointlyand severally, firmly bythese presents, VVHEREAS. Contractor has entered into a vvhtban agreement with the Village dated . (hereinafter ^Contract"), for the construction of the Elm Street Water Main Replacement in accordance with the drawings and specifications prepared by: 0�VILLAGE OF MOUNT PROSPECT (Village of Mount Prospect oranohiteCVeng|neer). which N� Contract isincorporated herein and made apart hereof. NOW, THEREFORE, THE CONDITION QFTHIS OBLIGATION |S SUCH, that ifthe Contractor 0� shall fuUy, promptly and completely discharge the Conti -act and all duly authorized nnnddRoationo, alterations, changes, oradditions to said Contract aamay hereafter bemade, and during the life of any guaranty required under the Contract, arid, ifContractor shall fully secure and protect the N� ViUaQ9frorn all liability and from all loss nrexpense ofany kind, including all court costs and — attorneys' fees made necessary or arising from the fai|ure, refusal or neglect of Contractor to comply with all nb|i83hDnn assumed by Contractor in connection with the performance of the N� Contract and all such modifications, alterations, changes. or additions, then this obligation shall N� be null and voicl� otherwise it shall rernain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and N� performance by the Village of its obligations under the Contract, Surety will promptly (1) rernedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village,- Or CB notify the Village that it N� may hire a contractor to complete Contractor's obligations under the Contract. Surety will pnznnpUy notify, in writing, the Village of which option it is exercising, Failure of the Buneh/ to N� elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization tothe Village tocomplete the improvements at Surety's expense. The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, LIP to a rnaxinnunn of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the defauU, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety, Surety will be maaponsib|e, up to the maximum of the principal arnount of this Bond, for payment for correction and completion ofthe Cmntract, any additional |egei, design professional or delay costs arising from Contractor's default arid/or resulting from action orinaction Vnthe part ofthe Surety and liquidated damages, L I F I L J E I L or, if no liquidated damages are provided for in the Contract, actual damages caused by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor Linder the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any Suit Under this Bond must be filed before the expiration of two years frorn the date on which final payment under the Contract is due or the applicable statute of limitations, whichever is longer. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Village or its heirs, executors, administrators or successors. Any proceeding, legal or equitable, under this Bond may be instituted in a court of competent jurisdiction in the location in which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of tinne in the Contract. Signed and sealed this day of ...... 20 Contractor Surety By: By: Signature Officer Of The Surety Title Title ATTEST- Address: Corporate Secretary (corporations only) NOTARY 6411MI , a Notary PLiblic in and for said County, do hereby certify that (Insert Name of Attorney -In Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that lie/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 20____. Notary Signature: My Commission expires: (Attach Surety's Power of Attorney)