Loading...
HomeMy WebLinkAbout09/19/2017 Kesington Business Center Retention Pond #8 Dredging Project9/20/2017 Board Docs® Pro Agenda Item Details Meeting Sep 19, 2017 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.1 Motion to accept bid for Kensington Business Center Retention Pond #8 Dredging Project in an amount not to exceed $199,559. Type Action Preferred Date Sep 19, 2017 Absolute Date Sep 19, 2017 Dollar Amount 199,559.00 Budgeted Yes Budget Source CAPITAL IMPROVEMENTS FUND Recommended Accept the lowest cost responsible bid for the Kensington Business Center Retention Pond #8 Action Dredging Project as submitted by Martam Construction Company of Elgin, Illinois in an amount not to exceed $199,559. Background The Village of Mount Prospect is responsible for maintaining 11 retention basins in the Kensington Business Center. Per the agreement made with the business park in the 1980s, Village maintenance includes sediment dredging, slope erosion protection, and outlet structure upkeep. Staff has identified Basin #8 on Feehanville Drive (map attached) to be this year's dredging project. This proposal would be the seventh pond the Village has recently maintained, with four ponds remaining. The project will involve pumping water out of the basin, loading accumulated sediment, and hauling it to an offsite landfill. The bottom and sides of the basin will then be reshaped to conform to the original design. At project's end the shoreline will be stabilized with stone, silt basins will be constructed near inflow structures, and the site will be restored with sod. Subsequent rainfall will naturally refill the retention basin. Bids Results Plans and bid documents for this project were prepared. A Notice to Bidders was posted on the Demandstar by Onvia website and it was published in a local newspaper. Two (2) construction firms submitted bids. The bids were opened and read aloud on September 11, 2017. 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 and found to be accurate. All bidders correctly signed their bids and bid bonds. Below is a summary of the bid: Bidder Bid Martam Construction, Co. $181,418 Rausch Infrastructure, LLC $277,380 Engineer's Estimate $291,833 Discussion The low bidder, Martam Construction, Inc., has completed numerous projects for the Village including most recently the 2016 Storm Sewer Improvement Project. Their workmanship has been acceptable and the projects have been completed on schedule and under budget. http://www.boarddocs.com/il/vomp/Board.nsf/Public 1/2 9/20/2017 Board Docs® Pro Martam's bid is approximately 46% below the engineer's estimate. Discussions with the firm indicate that their current pricing structure for the disposal of sediment is more competitive than the prices applied in the engineer's opinion. Since sediment disposal is the primary cost driver of the project, staff is confident that Martam can perform the required improvements at the bid price indicated. Since the contractor's bid is based on estimated quantities, staff recommends a 10% contingency of $18,141 be added to the proposed contract to account for variable sediment thickness and possible increases in the amount of sediment removed. The revised total contract award would be $199,559. Staff recommends that the low bidder, Martam Construction, Inc. of Elgin, IL, be awarded the construction contract for the Kensington Business Center Pond #8 Dredging Project in the amount not to exceed $199,559. Alternatives 1. Accept lowest cost responsible for for KBC Pond #8 Dredging Project. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the lowest cost responsible bid for the Kensington Business Center Retention Pond #8 Dredging Project as submitted by Martam Construction Company of Elgin, Illinois in an amount not to exceed $199,559. Rentention Basin Dredging Project Basin #8 - Bid Sheet.pdf (651 KB) Rentention Basin Dredging Project Basin #8 - Bid Specs.pdf (5,373 KB) Rentention Basin Dredging Project Basin #8 - Final Plans.pdf (2,579 KB) Motion & Voting Accept the lowest cost responsible bid for the Kensington Business Center Retention Pond #8 Dredging Project as submitted by Martam Construction Company of Elgin, Illinois in an amount not to exceed $199,559. 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 I "Retention Basin Dredging Project, Kensington Business Park, Basin #811 The Bidder will complete pricing for all items (# 1-9) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive. ITM E NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 CONSTRUCTION LAYOUT L SUM 1 2 3 EARTH EXCAVATION FURNISHED EXCAVATION CU YD CU YD 1132 308 4 3.• 1. 31 (o 4 SHORELINE STABILIZATION SQ YD 1018 37- JZ, -7(4 5 SILT BASIN EACH 4 6 7 SODDING, SPECIAL ST STABILIZED CONSTRUCTION [ACCESSA SQ YD - - ------ - -- SO YD 1426 202 '0<v - - -- - ------ ---------- - ... . . .... . .. . ! 8 TEMPORARY FENCE FOOT 570 9 WATER MANAGEMENT, SPECIAL LSUM 1 coq, . .. .... ............ . ............. . .... ..... . ....... ... . .......... .. . .. ......... . ..... TOTAL FOR ITEMS (I - 9) . . .......... /,f/ L4 44 6 Bid Request For RETENTION BASIN DREDGING PROJECT KENSINGTON BUSINESS PARK, BASIN #8 BID OPENING: September 11, 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 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 NOTICE TO BIDDERS Bid for RETENTION BASIN DREDGING PROJECT KENSINGTON BUSINESS PARK, BASIN #8 Sealed bids will be received until 1:00 p.m. on September 11, 2017 in the office of the 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 RETENTION BASIN DREDGING PROJECT KENSINGTON BUSINESS PARK, BASIN #8" The project consists of furnishing all the materials, labor, equipment and incidentals for the dredging and landscape restoration of basin #8 in the Kensington Business Park and all other incidental work. Plans and specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar website using the following link: www.mountprospect.or/bids 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 applicable laws and 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 email 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 informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Questions regarding this project should be directed to Jeff Wulbecker, Village Engineer, Village of Mount Prospect, Public Works, 847-870-5640. Village Manager Michael J. Cassady 2 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Retention Basin Dredging Project Kensington Business Park, Basin #8 Table of Contents 3 Page Notice to Bidders 2 Table of Contents 3 Instructions to Bidders 4 General Conditions 10 Specifications 32 Bid Form 38 Affidavit— Bid Certification Form 41 Bid Security 43 Bid Sheet 44 Contract 45 Labor and Material Payment Bond 50 Performance Bond 53 Soil Boring Information 55 3 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 September 11, 2017. Envelopes shall be plainly marked, "Sealed Bid for RETENTION BASIN DREDGING PROJECT 2. KENSINGTON BUSINESS PARK, BASIN #8" 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/her title typed below the signature. 3. Pre -Bid Conference. There will be no pre-bid conference for this project. 4. Bid Deposit; Surety. A bid deposit in the amount of ten percent (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 and proof of insurance coverage is provided. 5. 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 from 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, firm 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. 6. Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. n RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 7. 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. 8. 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. 9. Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 10. 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. 11. 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. 12. 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. 13. 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 5 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 14. Consideration Of Bid And 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. 15. 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. 16. 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. 17. 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. 18. 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. 0 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 C. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 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. i. 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. I. 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. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 19. Award Or Resection. The Village, at its sole discretion, reserves the right to reject any and all bids or parts thereof, 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 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. 7 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 20. 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. 21. Requirement 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. 22. 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, under 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. RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 23. 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 Jeff Wulbecker, 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 may 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: Jeff Wulbecker, P.E. Village Engineer Mount Prospect Public Works Department 1700 West Central Road Mount Prospect, IL 60056 847-870-5640 publicworksdept@mountprospect.org End of Instructions to Bidders. 9 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 GENERAL CONDITIONS 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 items must be completed. 10 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 11 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" prepared by the ISPE, CECT, 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. The terms "Village Manager" or "Manager" shall mean the Village Manager of the Village of Mount Prospect, Illinois or his duly appointed representative. 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. 2. AWARD OF CONTRACT: PERFORMANCE: PAYMENT. 2.1. 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. SUBSTANTIAL PERFORMANCE: FINAL COMPLETION. 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. 12 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 2.3.2. Final completion shall be within fifteen (15) days after the Substantial Performance Date (the "Final Performance Date"). 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. LIQUIDATED DAMAGES FOR INEXCUSABLE DELAY. 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 sum 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 time will be approved. 2.6. MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Village according to United States standard measures. 13 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 2.7. PAYMENT. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. 2.8. PAYMENT FOR ITEMS OMITTED WHEN PARTIALLY COMPLETED. Should 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 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 acceptance 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. 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. 14 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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. 2.11. 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 (1'/2) 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, 15 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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. 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. 16 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 2.16.3. 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 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 sum 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. PERFORMANCE OF THE WORK. 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 them, 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. 17 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 3.3. 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 Contractor 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 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 under 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 10 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 3.8. 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. 19 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 same 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 and/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 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 demand 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. 3.13. PUBLIC RELATIONS. The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property 20 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 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. 21 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 major 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 access within the enclosure. Fencing material shall be orange polypropylene 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 original grade shall be allowed inside 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 deems 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 22 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 remove 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. 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. 23 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 4. BOND: INSURANCE: INDEMNIFICATION. 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. 24 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Insurance coverage shall be in the following minimum amounts: Type of Insurance General Liability: Bodily Injury Property Damage Contractual Ins. Automobile Liability: Bodily Injury Property Damage Workers Compensation: Employee Claims Employers Liability Limit/ Limit/ Ea. Occurrence Aggregate $1,000,000 $3,000,000 $1,000,000 $3,000,000 $1,000,000 $3,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 Statutory for Illinois $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. 25 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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: 5.2.1. 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 ILCS 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 ILCS 580). 5.2.4. PREFERENCE TO VETERANS ACT. The Contractor will comply with the Preference to Veterans Act (330 ILCS 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 ILCS 265/1 et seq. 26 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 from 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. 27 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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 under 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.i1.us/agencv/idol/rates/rates.HTM. The Contractor and all 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 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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 ILCS 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 15th 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 he 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 ILCS 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 and reviewing the information. The bidder/Contractor acknowledges the requirements of FOIA and 29 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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. 6. WORK GUARANTY. 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. 30 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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. 7. MISCELLANEOUS CONTRACT REQUIREMENTS. 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 General Conditions. 31 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 SPECIFICATIONS PROTECTION OF EXISTING DRAINAGE FACILITIES DURING CONSTRUCTION Unless otherwise noted on the Plans, the existing drainage facilities shall remain in use during the period of construction. Locations of existing drainage structures and sewers, if shown on the Plans, are approximate. Prior to commencing work, the Contractor, at his own expense, shall determine the exact location of existing structures which are within the proposed construction limits. All drainage structures are to be kept free of any debris resulting from the Contractor's operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered as incidental to the Contract. Any accumulation of debris in the drainage structures resulting from the Contractor's operations shall be removed at the Contractor's expense with no extra compensation being allowed. Unless reconstruction or adjustment of an existing manhole, catch basin, inlet, or adjustment to the frame and grate is called for on the Plans or ordered by the Village, the proposed work should meet the existing elevations of these structures. The Contractor shall take the necessary precautions when working near or above existing sewers to protect these sewers from any damage resulting from his operations. As directed by the Village, all work and material necessary to repair any existing sewers damaged due to non-compliance with this provision shall be done at the Contractor's expense, with no extra compensation being allowed. During construction, if the Contractor encounters or otherwise becomes aware of any sewers or underdrains within the project area other than those shown on the Plans, he shall inform the Village, who shall determine the extent of precaution necessary to maintain the facilities in service. It shall be the Contractor's responsibility to direct the work and protect the facilities from damage during construction. MOBILIZATION, REMOBILIZATION and DEMOBILIZATION Any mobilization, remobilization and/or demobilization by the Contractor shall not be paid for separately, but shall be included in the cost of the various pay items in the Contract. CONSTRUCTION LAYOUT Description: This work shall consist of the furnishing and placement of construction layout stakes for this project. 32 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Construction Methods: The Village will provide adequate control points and benchmarks as shown in the plans or listed herein. The Contractor shall provide field forces, equipment, and material to set all additional stakes for this project, which are needed to establish offset stakes, reference points, and any other horizontal or vertical controls, including supplementary benchmarks, necessary to secure a correct layout of the work. The Contractor shall be responsible for having the finished work substantially conform to the lines, grades, elevations, and dimensions called for in the plans. Any inspection or checking of the Contractor's layout by the Village and the acceptance of all or any part of it shall not relieve the contractor of his/her responsibility to secure the proper dimensions, grades and elevations of the several parts of the work. The Contractor shall exercise care in the preservation of stakes and benchmarks and shall have them reset at his/her expense when any are damaged, lost, displaced, or removed or otherwise obliterated. Basis of Payment: This work shall be paid for at the contract unit price, lump sum for CONSTRUCTION LAYOUT, which price shall include all labor, materials and equipment to complete the work as described above. EARTH EXCAVATION Description: The work shall consist of the removal and disposal of all material to dredge and regrade the existing retention pond. Construction Methods: Excavation for the proposed improvements shall be in accordance with Section 202 of the Standard Specifications. The dredging of the retention basin shall be completed by the use of mechanical dredging. Hydraulic dredging will not be permitted. The Contractor should anticipate that the dredged material will be saturated. The Contractor shall not receive additional compensation for hauling or legally disposing of this material. The sediment removed from the bottom of the basin shall be hauled to an appropriate disposal site in sealed trucks. There will be no additional payment for hauling overly saturated soils from the site. The excavation quantity shall be determined by the Village by obtaining cross- sections of the pond and computing the cubic yard volume by the average end area method after earth excavation is complete. The quantity will not be determined by counting truckloads of material that are removed from the site. A soil analysis is included in the Contract Documents detailing the contaminants in the pond sediment. The analysis reported concentrations of some metals above the guidelines for disposal at a Clean Construction or Demolition Debris (CCDD) facility. Furthermore, the saturated state of the material being removed will prevent it from being accepted at a CCDD facility. The Contractor shall select a landfill mandated by definition of the contaminant within the State of Illinois. The Village will review and accept or reject the facility proposed by the Contractor to use as a landfill. The selection of a landfill and any additional soil or 33 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 water testing required by the IEPA or the selected landfill shall not be paid for separately, but shall be considered included in the price for EARTH EXCAVATION. The excavation for SHORELINE STABILIZATION and SILT BASIN shall be measured and paid for as part of this pay item. Any necessary clearing within the entire project area as described in Article 201.01(a) of the Standard Specifications shall not be measured for payment but shall be considered incidental to the cost of "EARTH EXCAVATION". Basis of Payment: This work shall be paid for at the contract unit price per cubic yard for EARTH EXCAVATION, which price shall include all labor, materials, testing, equipment and incidentals required to complete the work as described above. SODDING, SPECIAL Description: This work shall consist of furnishing and placing sod at locations as determined by the Engineer. Construction Methods: All disturbed grass areas are to be restored with sod. The sod shall be placed and rolled on the prepared surface with the edges in close contact and alternate courses staggered. The sod shall be placed only when the air temperature is less than 90°F. All sod delivered to the job site shall be kept moist and protected from exposure to the sun, wind, and freezing conditions until it is to be placed on the topsoil (depth of 6" minimum). The sod shall meet the requirements of Article 1081.03 of the Standard Specifications. The topsoil shall meet the requirements of Article 1081.05 (a) of the Standard Specifications. After the disturbed grass areas designated for sodding have been topsoiled, the Contractor shall carefully grade and fine -rake then cover the topsoil with sod. The Contractor shall install a starter fertilizer as per Section 250.04. The mixture of nitrogen, phosphorus and potassium nutrients shall be at a percentage basis of 1:1:1 of active ingredients, respectively. The Contractor shall maintain the sod on a daily basis and water as needed for a period of ten consecutive days. The Contractor shall then contact Public Works Department to request inspection of the sod. The Public Works Department shall evaluate the sod at the end of the ten-day watering period for acceptance. Should the sod not survive the ten days after being laid, the Contractor shall remove and replace the sod, and water again for the same time period. After the ten-day watering period, the new sod will then be re-evaluated by the Public Works Department for acceptance. Basis of Payment: This work will be paid for at the contract unit price per square yard for SODDING, SPECIAL, which price shall include sod, topsoil, watering and fertilizer nutrients. SILT BASIN Description: 34 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 This work consists of constructing a permanent silt basin in accordance with the detail shown on the Plans and with Sections 202, 205 and 281 of the Standard Specifications. Construction Methods: The basins shall be a maximum of 2 feet deep by 10 feet in diameter. The excavation of the basin shall be paid for at the contract unit price per cubic yard for "EARTH EXCAVATION". The basin shall be lined with a 4 mil, high density, cross -laminated, polyethylene liner. Eight inch pieces of broken concrete shall be placed on the liner forming the bottom of the basin. 1-1/2' to 2' diameter granite landscape boulders shall be placed around the perimeter of the basin as shown on the Plans. Basis of Payment: This work shall be paid for at the contract unit price per each for SILT BASIN, which price shall include all labor, equipment and materials, including the liner, the riprap and the granite boulders and incidentals to complete the work as described above. WATER MANAGEMENT, SPECIAL Description: This work consists of the dewatering of the existing pond to facilitate construction activities as well as to accommodate the inflow and storm water runoff. Construction Methods: It is anticipated that a temporary bypass channel, cofferdam, or pumping will be required to accommodate the inflow of storm water runoff throughout construction until acceptance by the Village. The Contractor will be required to manage the pond water level within the limits of construction. The method of managing the water will be left to the Contractor to determine. The Contractor shall provide a water management plan to the Village for review and approval prior to the start of construction. The discharge of water from either pumping or storm water runoff must meet applicable state and federal standards for water quality and/or be treated to prevent discharge of sediment to adjacent water bodies/ponds. The Contractor must also take necessary precautions to avoid scour in the areas where the water is pumped. Basis of Payment: This work shall be paid for at the contract lump sum price for WATER MANAGEMENT, SPECIAL. The contract price shall be considered to be all inclusive of labor, materials and equipment for the purposes of managing water within the project area. The Contractor is responsible for maintenance of the water throughout the duration of the project. STABILIZED CONSTRUCTION ACCESS 35 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Description: This work shall consist of furnishing, placing and maintaining compacted aggregate for the purpose of a temporary construction access to the site as shown on the plans and in accordance with Section 351 of the Standard Specifications and as specified herein. Construction Methods: Material shall consist of 2" stone, reclaimed or recycled concrete meeting one of the following IDOT coarse aggregate gradations — CA1, CA2, CA3, CA4. The thickness of the material shall be 6" for the full length and width of the vehicular ingress and egress area. Filter Cloth shall be used under the aggregate to minimize the migration of stone into the underlying soil by heavy vehicles. Geotextile filter fabric will meet or exceed the minimum requirements listed below: The filter cloth shall be woven or nonwoven fabric consisting only of continuous chain polymeric filaments or yarns or polyester. The fabric shall be inert to commonly encountered chemicals, hydro -carbons, mildew, rot resistant and conform to the properties in the following table. Fabric Properties*** Light Duty* Roads Grade Subgrade Heavy Duty** Haul Roads Rough Graded Test Method Grab Tensile Strength lbs 200 200 ASTM D1682 Elongation at Failure % 50 60 ASTM D1682 Mullen Burst Strength lbs 190 430 ASTM D3786 Puncture Strength lbs 40 125 ASTM D751 modified Equivalent Opening Size 20-40 40-80 US Std Sieve CW -02215 Aggregate De th in 6 10 -- Light Duty Road: Sites that have been graded to subgrade and where most travel would be single axle vehicles and an occasional multi -axle truck. Trevia Spunbond 1115, Mirafi 100X, Typar 3401, or equivalent. ** Heavy Duty Road: Sites with only rough grading, and where most travel would be multi -axle vehicles. Trevira Spunbond 1135, Mirafi 600X, or equivalent. *** Fabrics not meeting these specifications may be used only when design procedure and supporting documentation are supplied to determine aggregate depth and fabric strength. At the completion of the project, the Contractor shall remove and dispose of all fabric, aggregate and surplus materials in accordance with Article 202.03 if the Standard Specifications. All disturbed areas must be restored. Restoration will be paid for separately as SODDING, SPECIAL. Basis of Payment: 36 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 This work will be measured for payment at the Contract Unit price per square yard for STABILIZED CONSTRUCTION ACCESS which price shall include placement of compacted aggregate, installation of fabric, maintenance as required, and removal and disposal of fabric, aggregate and other excavated materials. SHORELINE STABILIZATION Description: This work consists of furnishing and placing a protective course of stone laid as shoreline stabilization for erosion protection, sediment control and rock fill on slopes as shown on the plans and in accordance with Section 282 of the Standard Specifications and as specified herein. Construction Methods: Geotechnical Filter Fabric shall be furnished and installed under the stone to minimize the migration of soil and vegetation into the stone and shall meet the requirements as specified in Article 1080.03 of the Standard Specifications. The stone to be used shall meet the requirements of Article 1005.01 of the Standard Specifications and shall be Quality Designation B as specified in Article 1005.01 (b) of the Standard Specifications. The gradation shall be as follows: Rock Size (in) 6 3 1 Percent Passing 100 50+/-20 8+/-8 The thickness of the stone layer shall be a minimum of 8 inches for six feet, then tapered into the upslope for two feet. The excavation of the stabilization shall be paid for at the contract unit price per cubic yard for "EARTH EXCAVATION". Basis of Payment: The work shall be paid for at the contract unit price per square yard for SHORELINE STABILIZATION, which price shall include all labor, equipment, materials including the Geotechnical filter fabric, stone and incidentals to complete the work as described above. 37 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Bid Form Page 1 BID FORM Retention Basin Dredging Project Kensington Business Park, Basin #8 Village of Mount Prospect Department of Public Works FROM: (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: "Retention Basin Dredging Project, Kensington Business Park, Basin #8" The bidders have familiarized 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: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Bid Security Bid Sheet — Spot Repairs Affidavit— Bid Certification Form Other materials or standards provided or noted by the Village Contract Document Performance Bond Form Labor and Materials Payment bond form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, 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, as follows: RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Bid Form Page 2 Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the 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 requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, 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 Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Bid Form Page 3 39 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Upon award the contract the Village will send Notice of Award to the successful bidder, The bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within sixty (60) consecutive calendar days after the Notice to Proceed with final completion thirty (30) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. 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: .FTI 2 6 aaIM11 j 1.5 C•:M By: _ Title: Date: Contact Information: Official Address: Telephone: WI N (Signature) ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEET (Page 43) ALONG WITH THE AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE. .E RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM Company/Firm Name: As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, being first duly sworn on oath, deposes and states that he or she is (sole owner, partner, joint ventured, President, Secretary, etc.) of and has the authority to make all (Name of Company) certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section II Bid Rigging and Rotating The undersigned further states that (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. 41 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Section IV Page 2 -AFFIDAVIT — BID CERTIFICATION FORM Tax Payment The undersigned further states that is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a mini -mum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that has (Name of Company) 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 award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Title: Signed and sworn to before me this day of 20 My commission expires: Notary Public BID SECURITY 42 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 )2017. SEAL (if corporation) 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 43 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 BID SHEET "Retention Basin Dredging Project, Kensington Business Park, Basin W9 (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder will complete pricing for all items (# 1-9) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive. NOM DESCRIPTION UNIT QUANTITY NIT PITERICE TOTAL 1 CONSTRUCTION LAYOUT L SUM 1 2 EARTH EXCAVATION CU YD 1132 3 FURNISHED EXCAVATION CU YD 308 4 SHORELINE STABILIZATION SQ YD 1018 5 SILT BASIN EACH 4 6 SODDING, SPECIAL SQ YD 1426 7 STABILIZED CONSTRUCTION ACCESS SQ YD 202 8 TEMPORARY FENCE FOOT 570 9 WATER MANAGEMENT, SPECIAL L SUM 1 TOTAL FOR ITEMS (1 — 9) RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this _ day of , 2017, by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , an (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its "Retention Basin Dredging Project, Kensington Business Park, Basin #8"; and WHEREAS, the Contractor submitted a bid to perform the work associated with the Retention Basin Dredging Project, Kensington Business Park, Basin #8 (hereinafter the "Bid"); and WHEREAS, upon its review of the submitted bids, the Village has awarded the contract to perform the work associated with the Retention Basin Dredging Project, Kensington Business Park, Basin #8 to the Contractor, subject to the execution of this Contract; NOW, THEREFORE, for and in consideration of their mutual promises, covenants, 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 are incorporated herein as if fully set forth, and include the following Bid Documents with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: 1. Notice to Bidders 2. Table of Contents 3. Instructions to Bidders 4. General Conditions and Special Provisions 5. Specifications 6. Bid Submittals, including Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet (*Bidder's/Contractor's completed Bid Submittals) 7. Other materials or standards provided or noted by the Village 8. Contract 9. Applicable performance and labor and materials payment bonds, or letter of credit. (Collectively the "Contact Documents") ARTICLE 11 — PERFORMANCE BY CONTRACTOR 1. The Contractor agrees to perform the work, including all labor, materials, equipment and services, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the "Work"). 2. The Contractor acknowledges that the Village reserves the right to add to or subtract from the estimated quantities. 45 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 3. The Contractor certifies that it will comply with all state and federal laws and regulations, and county and municipal ordinances, as set forth in the General Conditions. 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 sixty (60) consecutive calendar days after the Notice to Proceed has been issued with final performance thirty (30) 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 under this Contract shall be made in writing and 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 TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deemed 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. sm RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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 this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. 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. 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 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 sum 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. ARTICLE VIII - DEFAULT BY VILLAGE In the event of a material default by the Village under this Contract, the Village shall have sixty (60) days, from notice thereof by Contractor, 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 lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. ARTICLE X - SEVERABILITY OF CONTRACT 47 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 If any term of this Contract is held by a court of competent jurisdiction to be void or unenforceable, the remainder of the Contract terms will remain in full force and effect and will not be affected. ARTICLE XI - CUMULATIVE REMEDIES The exercise or failure to exercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture of any other rights and remedies, and will be without prejudice to the enforcement of any other right or remedy available by law or authorized by this 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. ARTICLE XIII - DISPUTE RESOLUTION Should a dispute arise between the Village and the Contractor as to the terms and conditions of the Contract, or the responsibilities, limitations, or working relations of either Party, the designated project personnel will make every reasonable effort to resolve the difference in accordance with the terms and conditions of the Contract. If a dispute continues despite these efforts, it shall be referred to the Parties' Project Managers. If the above action fails to resolve the dispute, the Parties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting mediation, except that the costs, if any, of the actual mediation proceeding shall be shared equally by the Parties. The mediation process is defined as follows: The Parties shall select a mutually agreeable mediator from American Arbitration Association lists or any other agreeable list to aid the Parties in resolving the dispute. The mediator shall not 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 mediator. 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 Party may bring suit in the Circuit Court of Cook County, Illinois. ARTICLE XIV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided by Contractor to the Village and the Village's written approval. The Village shall not unreasonably withhold its approval of such assignment. In the event of an 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 not, without the consent of the other Party, entice, encourage, offer special inducements, or otherwise recruit employees of the other Party during the period of this Contract and for a 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 employees of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in counterparts, each of which shall be an original and all of which together shall constitute one and the same agreement. RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 ARTICLE XVIII - ENFORCEABILITY If 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, legality and enforceability of the remaining provisions will in no way be affected or impaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall be the date of the last signature executing the Contract (hereinafter referred to as the "Effective Date"). ARTICLE XX -ADVERTISEMENT Contractor shall not 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 not be changed or modified except by a written instrument duly 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: Title: Date: ATTEST: Title: Date: 94 Date: ATTEST: Title: Date: RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, thatthe Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to as Principal (hereinafter "Contractor"), a written agreement with the Village dated (hereinafter "Contract"), for 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 and firmly bound unto the Village in the penal sum 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 duly 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 50 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 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 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 claims, 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 them, 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. Signed and sealed this day of , 201_ 51 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF Surety By: _ Title Officer Of The Surety Address: NOTARY I, , a Notary Public 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 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 Notary Signature: day of , 201_ My Commission expires: (Attach Surety's Power of Attorney) 52 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND Bond No. Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that Contractor , as Principal (hereinafter "Contractor"), and with main office at , a corporation of the state of 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 of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of 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. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy 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 (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete 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, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, 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 responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 53 RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #8 additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, 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 under 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 from 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 time in the Contract. Signed and sealed this day of , 201_ Contractor By: Signature Title ATTEST Surety By: _ Title Officer Of The Surety Address: Corporate Secretary (corporations only) NOTARY STATE OF COUNTY OF I, , a Notary Public 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 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 Notary Signature: _ day of , 201_ My Commission expires: (Attach Surety's Power of Attorney) 54 Mr. Antony Wolff, P.E., CFM Ciorba Group, Inc. 5507 N. Cumberland Avenue, Suite 402 Chicago, IL 60656 Dear Mr. Wolff: office: 1-847-870-0544 fax:1-847-875-17661 www.soilandmaterialconsultants.co Lis@soiilaridmateriaIconSLIltants.com June 22, 2015 File No. 22121 Re: Geotechnical Investigation Kensington Business Park - Pond 8 Mt. Prospect, Illinois The following is our report of findings for the geotechnical investigation completed at Kensington Business Park in the Village of Mt. Prospect, Illinois. The investigation was requested to determine current subsurface soil conditions at select boring locations near Pond 8. The findings of the field investigation and the results of laboratory testing are intended to assist in the planning and construction of proposed site improvements to the basin. SCOPE OF THE INVESTIGATION The field investigation included obtaining 3 borings at the locations indicated on the enclosed sketch. The borings were performed on the side slopes of the basin. We auger drilled the borings to depths of 10.0 feet below existing surface elevations. Soil samples were obtained using a split barrel sampler advanced utilizing an automatic SPT hammer. Soil profiles were determined in the field and soil samples returned to our laboratory for additional testing including determination of moisture content. Cohesive soils obtained by split barrel sampling were tested further to determine dry unit weight and unconfined compressive strength. A sample of the sediment soils from the bottom of the pond was also obtained. The sample was sent to First Environmental Laboratories, Inc. for waste characterization. The results of our field determinations and laboratory testing are included in summary with this report. Additionally, a grain size analysis was performed on a selected soil sample. RESULTS OF THE INVESTIGATION Enclosed are boring logs indicating the soil conditions encountered at each location. Site surface conditions include vegetation and topsoil conditions. The topsoil is classified as dark - brown to black silt/clay mixtures with traces of roots. 8WIEST COLLEGE ID�RIVE - ARLINGTON HEIGHTS, IL60004 SOILSOIRINGS SITE INVESTIGATIONS, PAVEMENT INVESTIGATIONS OEOTECHNICALENGINEERING TESTING OF SOIL -ASPHALT -CONCRETE -MOI TAPS -STEEL File No. 22121 Page 2 Re: Kensington Business Park — Pond 8 Mt. Prospect, Illinois Fill soil conditions were encounter at boring P8-2. Composition of the fill includes clay/silt extending to a depth of 6.0 feet. The limits of the fill placement were not determined within the scope of this investigation. Underlying natural soil conditions include the presence of cohesive soils. These are classified as tough to hard clay/silt mixtures with lesser portions of sand and gravel. Non -cohesive soils were also encountered as indicated and included medium dense silt/clay sand, and sand/gravel mixtures. The non -cohesive granular soils are often in a very damp to saturated condition. Cobbles and boulders may be present within the site soils at any elevation, although none were encountered while drilling. SUBSURFACE WATER The boring logs indicate the depth at which subsurface water was encountered in the bore holes at the time of the drilling operations and during the period of these readings. It is expected that fluctuations from the water levels recorded will occur over a period of time due to variations in rainfall, temperature, subsurface soil conditions, soil permeability and other factors not evident at the time of the water level measurements. DISCUSSION It is our understanding that the site improvements to Pond 8 include re -grading, construction of new side slopes with safety ledges, and the removal of sediment from the bottom. We assume that the basin will have the water removed prior to any excavation. The soils in the sidewalls of the basin are anticipated to include both cohesive and non -cohesive soils, as found in our investigation. These soils will tend to cave or run when submerged or disturbed. The stability of exposed embankments maybe minimal to non-existent as confining soil pressure is removed. The basin should be dewatered until the improvements are completed. We understand that the new side slopes will be protected with rip rap aggregate above and below the normal water level. The sediment removed from the bottom of the basin may need to be hauled in sealed trucks because of the expected saturated condition. Also, saturated soils are sometimes unwanted at landfill sites and may need to have special arrangements made for disposal. CONCLUSION The information within this report is intended to provide initial information concerning subsurface soil and water conditions on the site. Variations in subsurface conditions are expected to be present between boring locations due to naturally changing and filled soil conditions. Our understanding of the proposed improvements is based on limited information available to us at the writing of this report. The findings of the investigation and the recommendations presented are not considered applicable to significant changes in the scope of the improvements or applicable to alternate site uses. File No. 22121 Re: Kensington Business Park — Pond 8 Mt. Prospect, Illinois Page 3 If you have any questions concerning the findings or recommendations presented in this report, please let me know. Very truly yours, SOIL AND MATERIAL CONSULTANTS, INC. Reid T. Steinbach, E.I.T Project Engineer Enc. RTS/TPJ Thomas P. Johnson, P.E. President WOW Cooll 91MEMEMMENW, Arlington Heights, Illinois (847) 870-0544 Cllent, Ciorba Group, Ir.c. SOIL BORING LOG P8-1 Logged By: DA Page, I of 1 FileNo. 22121 DateDrilled: 6/11/15 Reference: Kensington Business Park Ponds 2, 6, 6A & 8 11t. Prospect, IL Comments: 0 -2 U3 CL X E & i=5 2) co a) co = U3 0 0 unconfined compressive strength, tons/s clft penetrometer reading, tons/sq.ft. 1,0 2.0 10 4.0 Equipment: 0 CME 45B 0 CME 55 0 Hand Auger LJ Other CLASSIFICATION X standard penetration "N", blows/ft A moisture content, % 10 20 30 40 Elevation Existing Surface Ja,Ljjee bc�_LoK__._____ Brown-gray clay,some silt,trace sand & gravel,damp,hard Gray clay, some silt, trace sand & gravel, amp,har amp, ar Gray silt, some clay, trace fine sand, damp,medium dense ___j 9 14 12 10 17.9 18.2 18x2 1 n 119.3 114,4 112.9 7.1 5,.3 5.0 ------ ------- - ----------- -------------- -------------- -- - - -------------- ---------- -------------- ------- ------- --- ----------- .. ............ -------------- -------------- -------------- -------------- -------------- -------------- -------------- -------------- ----------- -- .............. -------- -- ------------ -------------- -------------- ------------- ----------- I -------------- ------------- ---- ----- - I' --- -------------- 2- 3 - — --- ---------- ---- -- ------------ -------------- --------- -------------- --------- ------ - - -------------- --------- -------------- - ----- -------------------------------- ------------------------------- -------------- - ------ ----- - --- ---------- --- ---------- -------------- -------------- - -------------- --------- --- ----- -------------- -------------- - ­ ----------- ---- 4- 5 - -- --- - -- -- -------------- -- ------------ ------ -------------- .............. -------------- -------------- --............... * --------- - ------- --------------------- ---- ----- -- -------------- -------------- ----- -------------- -------------- -------- - - _­ ------- -- 6- ------ - -------------- ----------- - ------------ a -------------- ------ -------------- ------------------------ ly ---- -------- ---- _..__.................... -------------- - -------------- -------------- ---------- - -------------- --- ------ 1 -------------- ------ ------ -------------- ------ ------ - -------------- -------------- ------------- -------------- -------------- ----- ---- - -- ------- ­ -- --------- -1 -- ----------- -- - _'_ - -------- -- -- 7- 8- - 9- End or Boring 11 — (a) Dark brown silt,some clay, Water encountered at 8.5 feet during drilling operations (W. D.). trace sand & roots, very damp Water recorded at 9.0 feet on completion of drilling operations (A.D.). (topsoil) - 2.0" Water recorded at feet hours after completion of drilling operations (A.D.). -OIL AND MATERIAL CONSULTANTS, INC. ANINEREMW Arlington Heights, Illinois (847) 870-0544 Client: Ciorba Group, Inc. SOIL BORING LOG P8-2. Logged By: DA Page: I of I FileNo. 22121 Date Drilled: 6/11/15 Reference: Kensington Business Park Ponds 2, 6, 6A & 8 Mt. Prospect, IL Comments: Equipment: :ERCME45B OCME 55 Hand Auger 00ther CLASSIFICATION a) ® cc _L" 'M =1=L,U)ECo(D X E0 A i5 .2) (D X '166 U3 LF- 2 0 0 unconfined compressive strength, tons/sq.ft. penetrometer reading, tons/sq.ft. 1.0 2.0 3.0 4.0 X standard penetration "N", blowslfl A moisture content, % 10 20 30 40 Elevation Existing Surface Black silt, some clay, trace sand & roots, damp (topsoil) - 8.0" -- Fill Dark gray -brown -black clay & silt,trace sand & gravel,very damp,stiff - Fill Dark gray -brown -black clay & silt,trace sand & gravel,very damp, soft - Fill V Gray fine sand,trace medium -coarse sand & silt,very damp,medium dense Gray silt,some clay,trace fine sand, damp -very damp,medium dense 4 3 13 11 24.5 15.3 23.0 17.1 19.6 116.3 100.9 0.7 0.3 -------------- .... -- - --------- - ---------- ---- --------- ----------- __ ----------- -------------- ----- -------- -------- -11 ---------- ---- L ---- -------------- ------- ------ --- ..... -------------- -------------- -------------- -------- - --- .. -------------- -------------- -------------- -------------- ----------- I- — 2- -------------- *4_ - --- - -- -------------- L --- --- ---- ----- -------------- -------------- -------- -------------- -------------- -------------- -------------- 3- -- -------------- -- ----- ---- -------------- ---------- -- - -- --------- ---------- --- - --- - __ -------------- I -------------- ----- -- ----- - _ ------- --- -------------- - -- - --- ­ --- ---------- 4- — ----- -------- -------------- -,p— -- --------- --------- ---- ---- --------- — -------------- -------------- ---- --------- -------------- -------------- ------------ - --- -- - _ - -- ----------- - -- --- --- -------------- -------------- - ---- --- __ ---------- -- - ----------- -------------- 5- 6- - -------------- -------------- -- 1 --- --7 1 - 7 -------------- -- - ------- ------------ -------------- I -------------- ------ - �_L -- -------------- -------------- ­ ......... -------------- --- ---- ------ -------------- -------------- -------------- -------------- I ------------- ---------- --- -------------- ------------ - -------------- ------ ------- -------- - - -------- --- - ----- -------------- -------------- 9- .......... --1 -------------- 1 -- --------- - -------------- I -------------- ------- ­ ----- -------------- ----- --- ------- .. -------------- --- .... ------ in End of Boring /% — Water encountered at 6.0 feet during drilling operations (W.D.). Water recorded at 6.0 feet on completion of drilling operations (A. D.). G -303d Water recorded at feet hours after completion of drilling operations (A.D.). AND MATERIAL CONSULTANTS, INg AMEMEMNUAW Arlington Heights, Illinois (847) 870-0544 Client: Ciorba Group, Inc. SOIL BORING LOG P8-3 gged By.- DA Page: 1 of I File No. 22121 Date Drilled; 6/11/15 Reference: Kensington Business Park Ponds 2, 6, 6A & 8 int." Prospect, IL Comments: Equipment: IRCME 45B DCME55 E]HandAuger 00ther CLASSIFICATION 0 -2 x E A 2 20 C 0 0 0 unconfined compressive strength, tons/scift penetrometer reading, tons/sq.ft. 1.0 2.0 3.0 4.0 X standard penetration "N", blowstH A moisture content, % 10 20 30 40 Elevation Existing Surface Brown-gray to gray clay,some silt,trace sand & gravel, damp, tough to very tough Gray fine -medium sand,some coarse sand & gravel,very damp-saturated,medium dense Gray silt, some clay, trace fine sand, damp,medium dense Gray silt, some clay & silt, trace gravel, damp,medium dense 7 10 12 14.4 23.4 13.6 20.5-- 119.6 1.3 103.2 2.3 ------ ------- --------- -------------- ----------- -------------- -------------- -- - --- -------------- -------------- --- --------- 1 -------------- -- ------ ------- ­ ----- ------------ 1 -------------- - -------------- 1 -------------- ------------ - ------ ------------ 2- ----- --X- - -------------- -------------- -CL ----- ----- -------------- -- _­­ - -- -------------- --- ----- -- --- -- -------------- — 3- ............. ------- ------------- -------------- -------------- ------------- ----------- ------------- - ---------- --------- I 4- 5- --- ------------- -------------- -------------- . ..... ----- ------- -------------- - -- & ------ -- ----------- -------------- ------- -- -- -------------- -------------- -- - - -------------- -------------- -------------- -------------- ------- -------- ------------- 6 -------- -------------- -------­----- ----------- -------- --- -- -- -- - ---- ----- -- - I ----------- ........... >� - ------ -------------- ------------ ---- ----- --- I ------------- -------------- ------ ------- -------- L - ------------ - --------- - ------- - --- -------------- -------------- ------------- -------------- --------- ----------- ---- - -------------- -------------- --- ------- --------- -------- _ ------ - 7- 8 - — - 9- End or boring --f-A (a) Dark brown silt, some clay, Water encountered at 4 5 feet during drilling operations (W.D.). trace sand & roots, very damp, Water recorded at 1.5 feet on completion of drilling operations (A.D.). (topsoil) - 2.0" Water recorded at feet hours after completion of drilling operations (A.D.). Soil aamo(eclassification iabased oOthe Unified Soil Classification System, 'the Standard Practice forDescription and Idontifi[ation[f Soils (Viaual-MBnualProcedure).ASTM D-2488.the Standard Test Method for Classification of Soils for Engineering Purposes, ASTM D-2487(when applicable), and the modifiers noted below. CONSISTENCY OF COHESIVE SOILS Term Qu -tons/sq. ft N (unreliable) Very Soft O.0l-O.25 O' 2 soft 0.26-0.49 3- 4 Sbff O.SO-O.gQ 5-8 Tough 1.00-1.99 8'15 Very Tough 2.00-3.99 16'30 Hard 4,00-7.99 30+ Very Hard B.00+ #40 sieve tn#1O sieve IDENTIFICATION AND TERMINOLOGY Term Size Range Boulder over in. Cobble 3in. tnGin. Gravel 'ooernm i in. to 3 in. -medium 3/8 in. to 1 in. 'fine #4sieve to3/8in. Sand -coarse #1Osieve to#4sieve -medium #40 sieve tn#1O sieve -fine #2OOsieve to#4Osieve silt 0.002 mmto#2OOsieve Clay smaller than O.002m0 Trace Little Some And Percent by VVeight Moisture Condition Tenn N-bdovs/fomt Very Loose O- 4 Loose 5- Q Medium Dense 10-29 Dende 30-49 Very Dense 50+ CF ' Continuous Flight Auger H8 -HoUov«BtemAuger HA - Hand Auger RD -Rotary[)hUing /0{ - Rock Core, 1'3/16 in. diameter B}( - Rock Core, 1'5/8 in. diameter NX - Rock Core, 2-1/8 in. diameter S -Gem[deNumber T -TypeofSamp|e J -Jar AS - Auger Sample SS -Split-spoon (2in. O.D. with 1-3/8 in. I. D.) ST - Shelby Tube (2 in. O�D. with 1-7/8 in. 1. D.) R -RecoveryLength.in. B - Blows/ Gin. interval, Standard Penetration Test (SPT) N ' Blows/ foot to drive 2 in. [). D. split -spoon sampler with 140 |b. hammer failing 30 in.. (STP) Pen. - Pocket Penetrometer reading, tons/ sq. ft. VV - Water Content, 96 ofdry weight Uvv - Dry Unit Weight of soil, |bs./cu. ft. [%o - Unconfined Compressive Strength, tona/sq. ft. Btr - % Strain at Qu. WL -VVaterLeve| WD -VVhUe[}hUing AD - After Drilling DO| -DryCavein VVC|-WetCove-in LL - Liquid Urnit, 96 PL - Plastic limit, 96 P| - Plasticity Index (LL -PQ 70 w 60 Z LL Z 50 W U w 40 0- 30 20 10 n SIEVE SIZE PERCENT FINER SPEC." PERCENT C (O C M N Particle C \ C Size ik Distribution O ON ik O # O ik M 0 ik Report OO O V ik ik O ON ik #200 85.1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines % +3„ Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.6 5.5 8.8 69.4 15.7 SIEVE SIZE PERCENT FINER SPEC." PERCENT PASS? (X=NO) #4 100.0 #10 99.4 #40 93.9 #100 87.7 #200 85.1 Silty Loam Material Descrintion Atterbera Limits PL= LL= P1= Coefficients D90= 0.2493 D85= 0.0745 D60= 0.0251 D50= 0.0180 D30= 0.0073 D15= 0.0018 D10= CU= Cc= Classification USCS= AASHTO= Remarks (no specification provided) Location: Boring P8-2 Sample Number: 5 Depth: 8.5'- 10.0' Date: 06/16/15 Client: Ciorba Group vp ND MATERIAL II C. Project: Kensington Business Park -Ponds 2, 6, 6A & 8 ro Illi �kl�[N M�TI*IRIAL �hdUL'��NT, IIN�. Mt. Prospect, 1L Project No: 22121 Figure First Environmental Laboratories, Inc. IL FLAP / NELAC Accreditation # 100292 1600 Shore Road - Naperville, Illinois 60563 • Phone (630) 778-1200 • Fax (630) 778-1233 June 22, 2015 Mr. Thomas Johnson SOIL AND MATERIAL CONSULTANTS, INC. 8 W. College Dr. Suite C Arlington Heights, IL 60004 Project ID: #22121 - Kensington Business Park Ponds First Environmental File ID: 15-3015 Date Received: June 10, 2015 Dear Mr. Thomas Johnson: The above referenced project was analyzed as directed on the enclosed chain of custody record. All Quality Control criteria as outlined in the methods and current IL ELAP/NELAP have been met unless otherwise noted. QA/QC documentation and raw data will remain on file for future reference. Our accreditation number is 100292 and our current certificate is number 003596: effective 03/24/2015 through 03/28/2016. I thank you for the opportunity to be of service to you and look forward to working with you again in the future. Should you have any questions regarding any of the enclosed analytical data or need additional information, please contact me at (630) 778-1200. Sincerely, 4-A� jaal'e-� Lorrie Walker Project Manager Page 1 of 14 First Environmental Laboratories, Inc. IL ELAP / NELAC Accreditation # 100292 1600 Shore Road Naperville Illinois 6056 Phone (6 ... ...3 .. 3 • (630) 778-1200 •Fax (630) 778-1233 Case Narrative SOIL AND MATERIAL CONSULTANTS, INC. Lab File ID: 15-3015 Project ID: #22121 - Kensington Business Park Ponds Date Received: June 10, 2015 All quality control criteria, as outlined in the methods, have been met except as noted below or on the following analytical report. The results in this report apply to the samples in the following table„ Laboratory Description Flag Description Sample ID Client Sample Identifier Date/Time Collected 15-3015-001 Sediment Sample - Pond 2 6/10/2015 11:30 15-3015-002 Sediment Sample - Pond 6 6/10/2015 11:30 15-3015-003 Sediment Sample - Pond 6A 6/10/2015 11:30 15-3015-004 Sediment Sample - Pond 8 6/10/2015 11:30 Sample Batch Comments: Sample acceptance criteria were met. The following is a definition of flags that may be used in this report: Flag Description Flag Description < Analyte not detected at or above the reporting limit. L LCS recovery outside control limits. C Sample received in an improper container for this test. M MS recovery outside control limits; LCS acceptable. D Surrogates diluted out; recovery not available. N Analyte is not part of our NELAC accreditation. E Estimated result; concentration exceeds calibration range. P Chemical preservation pH adjusted in lab. G Surrogate recovery outside control limits. Q Result was determined by a GC/MS database search. H Analysis or extraction holding time exceeded. S Analysis was subcontracted to another laboratory J Estimated result; concentration is less than routine RL but W Reporting limit elevated due to sample matrix greater than MDL. Routine Reporting Limit (Lowest amount that can be Analyte was not detected using a library search routine; RL detected when routine weights/volumes are used without ND No calibration standard was analyzed. dilution.) mwnummnnmr��n °�iruvurinmw�, First �n ar�ui na�up',re�� " Environmental a- Laboratories, Inc IL ELAP / NELAC Accreditation tation # 100292 1600 Shore Road • Naperville, Illinois 60563 • Phone (630) 778-1200 Fax (630) 778-1233 Analytical Report Client: SOIL AND MATERIAL CONSULTANTS, INC. Date Collected: 06/10/15 Project ID: #22121 - Kensington Business Park Ponds < 0.100 0.100 Time Collected: 11:30 Sample ID: Sediment Sample - Pond 8 0.050 mg/L Date Received: 06/10/15 Sample No: 15-3015-004 Date Reported: 06/22/15 Results are reported on an "as received" basis. Analyte - Result R.L. Units Flags Percent Total Solids Method: 2540B Analysis Date: 06/11/15 Total Solids 54.36 % Polychlorinated biphenyls (PCBs) Method: 8082 Preparation Method 3540C Analysis Date: 06/19/15 Preparation Date: 06/11/15 Aroclor 1016 < 80.0 80.0 ug/kg Aroclor 1221 < 80.0 80.0 ug/kg Aroclor 1232 < 80.0 80.0 ug/kg Aroclor 1242 < 80.0 80.0 ug/kg Aroclor 1248 < 80.0 80.0 ug/kg Aroclor 1254 < 160 160 ug/kg Aroclor 1260 < 160 160 ug/kg Sulfide, Reactive Method: 7.3.4.2. Analysis Date: 06/11/15 Sulfide, Reactive 70 10 mg/kg Cyanide, Reactive Analysis Date: 06/11/15 Cyanide, Reactive Flash Point - Open Cup Analysis Date: 06/11/15 Flash Point - Open Cup Paint Filter Test Analysis Date: 06/11/15 Paint Filter Test pH @ 25°C, 10% solution Analysis Date: 06/16/15 11:30 pH (a7 25°C, 10% solution Phenols Analysis Date: 06/12/15 Phenols TCLP Volatiles Method 1311 Analysis Date: 06/13/15 Benzene 2-Butanone (MEK) Carbon tetrachloride Method: 7.3.3.2. Method: 420.1 7.85 Units < 2.5 2.5 mg/kg Method: 503013/826013 < 0.050 0.050 mg/L < 0.100 0.100 mg/L < 0.050 0.050 mg/L Page 12 of 14 MiWll!9MIOUli110 allopNn m First Environmental Laboratories, Inc. IL ELAP / NELAC Accreditation # 100292 1600 Shore Road NapervilleIllinois 60563 Phone (630) 778-1200 Fax n"r, (630) 778-1233 Analytical Report Client: SOIL AND MATERIAL CONSULTANTS, INC. Date Collected: 06/10/15 Project ID: #22121 - Kensington Business Park Ponds Time Collected: 11:30 Sample ID: Sediment Sample - Pond 8 Date Received: 06/10/15 Sample No: 15-3015-004 Date Reported: 06/22/15 Results are reported on an "as received" basis. Analyte Result R.L. Units Flags TCLP Volatiles Method 1311 Method: 5030B/8260B Analysis Date: 06/13/15 Chlorobenzene < 0.050 0.050 mg/L Chloroform < 0.050 0.050 mg/L 1,2-Dichloroethane < 0.050 0.050 mg/L 1, 1 -Dichloroethene < 0.050 0.050 mg/L Tetrachloroethene < 0.050 0.050 mg/L Trichloroethene < 0.050 0.050 mg/L Vinyl chloride < 0.100 0.100 mg/L TCLP Semi -Volatiles Method 1311 Method: 8270C Preparation Method 3510C Analysis Date: 06/15/15 Preparation Date: 06/12/15 1,4 -Dichlorobenzene < 0.10 0.10 mg/L 2,4-Dinitrotoluene < 0.10 0.10 mg/L Hexachlorobenzene < 0.10 0.10 mg/L Hexachlorobutadiene < 0.10 0.10 mg/L Hexachloroethane < 0.10 0.10 mg/L 2-Methylphenol < 0.10 0.10 mg/L 3 & 4-Methylphenol < 0.10 0.10 mg/L Nitrobenzene < 0.10 0.10 mg/L Pentachlorophenol < 0.50 0.50 mg/L Pyridine < 0.50 0.50 mg/L 2,4,5 -Trichlorophenol < 0.10 0.10 mg/L 2,4,6 -Trichlorophenol < 0.10 0.10 mg/L TCLP Metals Method 1311 Method: 6010C Preparation Method 3010A Analysis Date: 06/16/15 Preparation Date: 06/15/15 Arsenic < 0.010 0.010 mg/L Barium < 1.0 1.0 mg/L Cadmium < Oo005 0.005 mg/L Chromium < 0,005 0.005 mg/L Lead < 0,005 0.005 mg/L Selenium < 0.010 0.010 mg/L Silver < 0.005 0.005 mg/L TCLP Mercury Method 1311 Method: 7470A Analysis Date: 06/12/15 Mercury < 0.0005 0.0005 mg/L Page 13 of 14 First Environmental IL LAP / NELAC Accreditation # 100292 Laboratories, • Naperville, Illinois 60563 Phone 630 778-1200 Fax 630, �78 e.o Road Inc. III 1600 Shore R... p ( ) ( ) 778-1233 Analytical Report Client: SOIL AND MATERIAL CONSULTANTS, INC. Date Collected: 06/10/15 Project ID: #22121 - Kensington Business Park Ponds Time Collected: 11:30 Sample ID: Sediment Sample - Pond 8 Date Received: 06/10/15 Sample No: 15-3015-004 Date Reported: 06/22/15 Results are reported on an "as received" basis. Analyte Result R.L. Units Flags TCLP Pesticides Method 1311 Method: 8081A Preparation Method 3510C Analysis Date: 06/15/15 Preparation Date: 06/15/15 Endrin < 0.001 0.001 mg/L gamma -BHC (Lindane) < 0.005 0.005 mg/L Heptachlor < 0.004 0.004 mg/L Heptachlor epoxide < 0.004 0.004 mg/L Methoxychlor < 0.005 0.005 mg/L Toxaphene < 0.010 0.01 mg/L Chlordane (Total) < 0.005 0.005 mg/L TCLP Herbicides Method 1311 Method: 8321A Analysis Date: 06/16/15 2,4-D < 0.5 0.5 mg/L S Silvex (2,4,5 -TP) < 0.5 0.5 mg/L S Page 14 of 14 log First Environmental Laboratories, Inc First Environmental Laboratories 1600 Shore Road, Suite D Naperville, Minois 600 Phone: (630) 778-1200 - Fax: (630) 778-1233 F,mail: firstinfo@firsteay.com TEPA Certification #100292 12 M ph..: 617 -92P -091y' Sampled By: log f"a lr= e-maiL FOR LAS USE ONLY: C¢ Temperature: OA -6Yes -----ZLOC Sample Refrigerated: Yes— No_-- Preservaton Requiremerills Met. nYes E] No RerANed wNrIn 6 hrs, of w0aarkon: Refrigerator Temperature: °C Ice Prasent; 'Yes.— No-!)� 5035 Vials Frozen: Yes_ No_ Need to meet IL TACO n IN. RISC ❑ Freezer Temperature: °C Notes and Special Instructions: eceii'w BY: Dateirlli "I"" ( , Dateffline Relinquished B DaterTime Relinquished By: Dateffime Received By: Rev. &u 1� FULL 512E PLANS HAVE BEEN PREPARED USING STANDARD ENGINEERING NCINEER NG SCALES. REDUCED SIZED PLANS WILL NOT CONFORM TO STANDARD SCALES. IN MAKING MEASUREMENTS ON REDUCED PLANS. THE ABOVE SCALES MAY BE USED. J.0 L.I.E. JOINT UTILITY LOCATION INFORMATION FOR EXCAVATION 1-110 -11-1.12S BP PIPELINES (NORTH AMERICA) INC. VILLAGE OF MOUNT PROSPECT DEPARTMENT OF PUBLIC WORKS COOK COUNTY, ILLINOIS SECTION 35, TOWNSHIP 42N, RANGE 11E RETENTION BASIN DREDGING PROJECT KENSINGTON BUSINESS PARK BASIN #8 2017 WHEELING TOWNSHIP LOCATION MAP SCALE: 1"=1000' INDEX OF SHEETS 1TITLE SHEET 2 GENERAL NOTES & SUMMARY OF QUANTITIES 3 STORMWATER POLLUTION PREVENTION PLAN I SITE PLAN DETAILS 6 - 16 CROSS-SECTIONS GENERAL NOTES IT SHALL BE THE CONTRACTORS REAPNN;IBILITI TO HAVE THE RESPECTIVE UTILIT , NLI. ..... IRA FIELD LOCATE ALL UTILITIES, lIClITAIN TI "' 'I"" A N . ..... AD NIT ALL P"LO, AND PH VATE UTILITIES BEFORE STARTING CON5TRUCjON, INCLUDING, BUT NO' LIMITED TO AT ABLE IETIVICTEI .... llITlIN AVENUE ROOM III AIR INGLATICAL DRIVE 16301-0-6352 CO. EALTI GRAIN NO CIMMUNICATING1 IEIVICTEI, INC. 'Wi.111C-122B 1912112D-6322 1. MRAGC0,NS7ANCF LANE H, M= W= COMM15SION NIC AS NO 163013H 3B30 1-1635 011� A. 1. GATT FLINIII 11 G. INGMUNIIATION1 IT "0 OEM INITON 11 WOW INTERNET CABLE PHONE 18111592 5185 NAPERVILLE, IF 60563 1. M'Y;DllBp""NT (16301803 9660 IA ED IOTCUTINNI 610 TORIE BOULEVARD SUIT E 110 GRIBRSRI, IT —23 11-211 .11 EV EN'TlIUIl TIE' MAI NOT SHOWN ON I T KATALS SE DAMAGED DURING CONSTRUCTION SHALL BEREPAIRED OR HREPLACED TG THE3, GIIINI FHC,NIN�lFIDlTTCl,�E, PINITION WHEN AN' LO011 —111 AL IS .. OS'TE' INI E LA E CUTTERS OR DRAINAGE STRUCTURES IA TIE NAUCIAL FLOW OFWATER IS ONSTRUCTIC), THE MATIPIAL SHALL BE REMOVED AT THE =GIEF 'ITACHC U(BEASNITI TIE CONSTRUCTION OPERATIONS ALLSEPARATELI BUT SHALL BE CNN5 IDERED NC�UTDED IN TIE CONTRACT.1. IT 11 TIE CINTIAIIOII IEIPINIIBILITI TO AICEITAIN E111TINI FIELD CON D III ONEPRICE To BIDDING ON THIS PROTECT NO ADDITIONAL COMPENSATION WILL BE ALL OW, IFOR FAILURE TO VEFIFI EXISTING SIMENSING5 OR CONDITIONS.IS GO IT ' ACTOR IAL I LIMLIMITS IIALL BE IETIA�IEI B"XPHEAIITNORAITCVR,LTLOATIE SATISFACTION IF TIEENNN.. AT NO ADDE7 ON AT IN , THEPROPER DRAINAGE "ALL B E MAINTAINED IN 'HE IMPROVEMENT A, EA NRINIITINITIUITION. ITS COST OF THIS WORK IIALL BE CONSIDEFIED INCL THIS IN TIEALL "AME, "AT"' FLARED END SECTIONS OR OUTLET PIPES DAMAGED B' THEINNTIAITGP DURING CONITRUITION WILL BE REPLACED BI THE CONTRACTORAT NO ADDITIONAL EXPANIE TO THE VILLAGE.I I OCR 11 AN' DAMAGE 'HAT HE CAUSES I' THE CURB AND IUTTEI SUMMARY OF QUANTITIES coma group If1C"' 'sED _ VILLAGE OF MOUNT PROSPECT BASIN #8 a: VILLAGE OF MOUNT PROSPECT GENERAL NOTES & SUMMARY OF QUANTITIES 16 2 SITE DESCRIPTION DESCRIPTION OF CONSTRUCTION ACTIVITY: I. TIE PROJECT CONSISTS OF DREDGING POND NUMBER B IN MOUNT PROSPECT KENSINGTON BUSINESS PARK. 3. CONST ELECTION INCLUDES EARTH EXCAVATION. SILT BASINS. PLACEMENT OF SHORELINE STABILIZATION AND OTHER MISCELLANEOUS ITEMS OF CONSTRUCTION. DESCRIPTION OF INTENDED SEQUENCE FOR MAJOR CONSTRUCTION ACTIVITIES WHICH WILL DISTURB SOILS FOR MAJOR PORTIONS OF THE CONSTRUCTION SITE: I. TREES SHALL BE PROTECTED AGAINST DANAGE. Z. PLACEMENT, MAINTENMCE. REMOVAL AND PROPER CLEM-UP OF TENPORAR, EROSION CONTROL. 5. DE.ATERINL A, TERMINATION. RENOVAL. AND REPLACEMENT OF AERATION SYSTEM 5. EXCAVATION OF SEDIMENT WITHIN THE POND. 6. CONSTRUCTION OF SILT BASINS AT EXISTING INLETS TO THE POND. T, FINAL GRADING. PLACEMENT OF SHORELINE STABILIZATION. AND PLACEMENT OF SODDING. AREA OF CONSTRUCTION SITE: THE TOTAL AREA OF THE CONSTRICTION SITE IS ESTIMATED TO BE 2.50 ACRES OF MICH 1.67 ACRES WILL BE DISTURBED By EXCAVATION, GRADING, AND OTHER ACTIVITIES. OTHER REPORTS. STUDIES AND PLANS WHICH AID IN THE DEVELOPMENT OF THE STORM WATER POLLUTION PREVENTION PLAN AS REFERENCED DOCUMENTS I. INFORMATION OF TIE SOILS AND TERRAIN WITHIN THE SITE )IAS OBTAINED FROM TOPOGRAPHIC SURVEYS AND SOIL BORINGS THAT WETS UTILIZED FOR THE DEVELOPMENT OF THE PROPOSED TENPCRM, EROSION CONTROL S,STENS. Z. PROJECT PLM DOCUMENTS. SPECIFICATIONS AND SPECIAL PROVISIONS. PAN DRAWINGS MO APPROXIMATE SLOPES ANTICIPATED AFTER GRADING ACTIVITIES HERE UTILIZED FOR THE PROPOSED PLACEMENT OF THE TEMPORARY EROSION CONTROL SYSTEMS. DRAINAGE TRIBUTARIES AND SENSITIVE AREAS RECEIVING RUNOFF FROM THIS CONSTRUCTION SITE: I. FEEHMVILLE DITCH CONTROLS - EROSION CONTROLS AND SEDIMENT CONTROL DESCRIPTION OF STABILIZATION PRACTICES AT THE BEGINNING OF CONSTRUCTION J. TIE DRAWINGS AND SPECIFICATIONS STATE THAT EXISTING VEGETATION IS PRESERVED WHERE ATTAINABLE. AN, DISTURBED PORTIONS OF THE SITE HILL BE STABILIZED. STABILIZATION PRACTICES INCLUDE: TEMPORARY SEEDING, PERMANENT SEEDING, MULCHING, PROTECTION OF TREES, PRESERVATION OF NATURE VEGETATION, AND OTHER APPROPRIATE MEASURES AS DIRECTED Or THE ENGINEER. STABILIZATION MEASURES SHALL BE INITIATED AS SOON AS PRAT ICABLE IN PORTIONS OF THE SITE .HERE CONSTRUCTION ACTIVITIES HAVE TEMPONMILY OR PERMANENTL, CEASED, BUT IN NO CASE MORE THAN 7 DAIS AFTER THE CONSTRUCTION ACTIVITY IN THAT PORTION OF TIE SITE HAS TEMPORAPILY OR PERMMENTLY CEASED. IA.1 AREAS OF EXISTING VEGETATION 1.000 AND GRASSLANDS) OUTSIDE THE PROPOSED CONSTRICTION LIMITS SHALL BE IDENTIFIED B, THE ENGINEER FOR PRESERVING AND SHALL BE PROTECTED FROM CONSTRUCTION ACTIVITIES. DESCRIPTION OF STABILIZATION PRACTICES DURING CONSTRUCTION: DURING CONSTRUCTION AREAS OUTSIDE TIE CONSTPI[TION LIMITS AS OUTLINED PREVIOUSLY HEREIN SHALL BE PROTECTED. THE CONTRACTOR SHALL NOT USE THIS AREA FOR STAGING )EXCEPT AS DESCRIBED ON THE PLANS AND DIRECTED BY THE ENGINEER), PARIING OF VEHICLES OR CONSTRUCTION EOUIPNENT, STORAGE OF MATERIALS, OR OTHER CONSTRUCTION RELATED ACTIVITIES. IA.1 WITHIN THE CONSTRUCTION LIMITS, AREAS WHICH NAI BE SUSCEPTIBLE TO EROSION AS DETERMINED BY THE ENGINEER SHALL REMAIN UNDISTURBED UNTIL FULL SCALE CONSTRUCTION IS UNDERIIAv TO PREVENT UNNECESSARY SOIL EROSION. (B.1 AS CONSTRUCTION PROCEEDS, THE CONTRACTOR SHALL INSTITUTE THE FOLLOWING AS DIRECTED BY THE ENGINEER: 1. PLACE SILT BASINS AT LOCATIONS SHOWN ON THE PLANS. IC.1 EXCAVATED AREAS AND EMBANKMENT SHALL BE PERNMENTLY SEEDED IMMEDIATELY AFTER FINAL GRADING IF NOT, THE, SHALL BE TEMPORARILY SEEDED IF ICONSTRUCTION ACTIVITY IN THE AREA IS PLANNED FOR 7 DAIS, 10.1 CONSTRUCTION EOUIPNENT SHALL BE STORED AND FUELED ONLY AT DESIGNATED LOCATIONS. ALL NECESSARY MEASURES SHALL BE TAKEN TO CONTAIN AN FUEL OR OTHER POLLUTANT IN ACCORDANCE .NTH EPA WATER 0 ALITI REGULATIONS LEAKING EOUIPNENT OR SUPPLIES SHALL BE INMEDIATELI REPAIRED OR REMOVED FRON THE SITE. IE.) SEDIMENT COLLECTED DURING CONSTRUCTION AT THE VARIOUS TEMPCRAR, EROSION CONTROL SV STENS SHALL BE DISPOSED AT AN APPROPRIATE LOCATION ON A REGJLAR BASIS AS DIRECTED B, THE ENGINEER. THE COST OF THIS MAINTENANCE SHALL BE INCLUDED IN THE UNIT BID PRICE FOR EARTH EXCAVATION. ,F.) THE TEMPORARY EROSION CONTROL SYSTEMS SHALL BE REMOVED AS DIRECTED BY THE ENGINEER AFTER USE IS HO LONGER NEEDED R NO LONGER FUNCTIONING. THE COST OF THIS REMOVAL SHALL BE INCLUDED IN THE UNIT BID PRICE FOR VARIOUS TENPORAR, EROSION CONTROL PAY ITEMS. IG.1 THE RESIDENT ENGINEER SHALL INSPECT THE PROJECT DAILY DURING CONSTRUCTION ACTIVITIES. INSPECTION SHALL ALSO BE DOTE WEEKLY AND AFTER RAINS OF I14 INCH OR GREATER Ofl EOUIVALENT SNOWFALL AND DURING THE HINTER SHUTDOWN PERIOD. THE PROJECT SHALL ADDITIONALLY BE INSPECTED B, THE CONSTRUCTION FIELD ENGINEER ON A 01-.EEKLI BASIS TO DETERMINE THAT EROSION CONTROL EFFORTS APE IN PLACE AND EFFECTIVE AND IF OTHER EROSION CONTROL WORK IS NECESSARY. DESCRIPTION OF STRUCTURAL PRACTICES AFTER FINAL GRADING: I. TEMPORARr EROSION CONTROL SYSTEMS SHALL BE LEFT IN PLACE WITH PROPER NAINTENANCE UNTIL PERMANENT EROSION CONTROL IS IN PLACE AAO WORKING PROPERLY AND ALL PROPOSED TUFF MEAS SODDED MD ESTABLISHED. Z. ONCE PERMANENT EROSION CONTROL SYSTEMS AS PROPOSED IN THE PLANS ARE FUNCTIONAL AND TURF AREAS ARE ESTABLISHED. TEMPORARY [TENS SHALL BE REMOVED. AND CLEANED UP. MAINTENANCE AFTER CONSTRUCTION: J. CONSTRICTION IS CONPLETE AFTER ACCEPTANCE BY VILLAGE OF MOUNT PROSPECT FINAL INSPECTION. MAINTENANCE UP TO THIS DATE WILL BE B, THE CONTRACTOR. MISCELLANEOUS: I. ALL EROSION CONTROL PRODUCTS FURNISHED SHALL BE SFECIFICALL, RECOMMENDED BY THE MMIFACTURER FOR THE USE SPECIFIED IN TIE EROSION CONTROL PLAN. PRIOR TO TIE APPROVAL AID USE OF TIE PRODUCT, TIE CONTRACTOR SHALL SUBMIT TO THE ENGINEER A NOTARIZED CERTIFICATION B, THE PRODUCER STATING THE INTENDED USE OF THE PRODUCT AND THAT THE PHYSICAL PROPERTIES REOUIRED FOR THIS APPLICATION ME NET OR EXCEEDED. THE CONTRACTOR SHALL PROVIDE MANUFACTURER INSTALLATION PROCEDURES TO FACILITATE THE ENGINEER IN CONSTRUCTION INSPECTION. :go VILLAGE OF MOUNT PROSPECT STOLLAGE OF MOUNT PRORMWATER POLLUTION PREVENTION PLAN 16 3 VISPECT BAST A 6,2B.55 CGI 33 1- 1111211.11 0 30 60 R, PON' Loi F���.P i FEET PsaxALT PAR Nc , cIIISELED "x" oN coNCRE E cuRB *^`� ILII 111,12 q � P / / O I F, : /di sooowc 5PEC LAL CPNC T i ( ITABILIIII ' SiPBLLIZPTIONCOC�CTION ES GRADING LIMITS 'A CO; �I za IILT BASIN 4 S i �Jp 9+ Pooh } A`— P.is � A 'PER MW GOT 11 ONLRETE SLDEwALR STABwzATTON PROPOSED INE PERMIT 3�� o , _/a f' —DRIP LINE ITIPI 3B a LOOP ITS L — ^ o iii —SPRINKLER HEADS R,PI SD o Ca ry �.I POND e CAl 12 5" E� IELLQA CAP a Q o 019 32.3' moa — ELEv ssz zs O ♦ 4 �" `\ c �O mN INv. saa se rEs CJ r Iv SPP sr EES— E"'TINI 21 N I/ NOTE: it As PPRIING I LIMITS AND s. PenL�OT N coNCRETE CURB TOP of PROPosED s>,oRELwE snslLlzanoN �L SS 3s o_ DRIPNO LINES OF TREES OR AS WOOD Or D CITED BA ,PE ENGINEERALL 1111 1 rlo a 235 r R E ° =. ks PONI A`\ REPLACEMENT OF THE ON S S EM AS NEEDED OR o ES CAUEDDAT NO DOITEONAL LOST TO TxE VILLA IF BENPS6 1. AN' DAMAGE TO EN15TING 5PRINILER OR AERATION 515TEM5 131 oo�ER, INS 11 12 —I> IN 643 B ` oa 11 N IND EIIE4 N0. Ciorba Group, Inc. VILLAGE OF MOUNT PROSPECT BASIN #8 6 T VILLAGE OF MOUNT PROSPECT SITE PLAN TOTALe ET VMIES 5' 11' _ 1. ]' VARIES AVERAGE EXISTING POND BOTTOM VARIES F--------\"---EXISi1""" AHi `Nt tFOUN] _.-'"" SODDING, SPECIAL rvnTP c. I. FENCING SMALL BE POSITIONED SUCH THAT DRIP LINE OP THEE IS PROTECTED. Z. INSTALL AT TREES 6 LAMDTCAPE AREAS WITHIN LIMITS OF CONSTRUCTION OR B S Z V5 fi,2.50 I 100 vE AR STORM PROPOSED SHOPELINE STABILIZATION H.W.E. 6,9.00 NORMAL IIATEfl LEVEL 6,,.50 PROPOSED GROUND AS DIRECTED By THE ENGINEER. TEMPORARY FENCE DETAIL ELEV 659.00 LCTE: PROPOSED SHORELINE STABILIZATION SHALL BE 6' WIDE CENTERED ON NORMAL POND ELEVATION —.51. THE STORE SHALL BE B" IN DEPTH AT THE CENTERED 6'. AN MDITIONAL TYPICAL PROPOSED POND CROSS SECTION B• of STABILIZATION SHALL BE TAPERED INTO THE FOR RETENTION BASIN R8 FOR MATERIALT END SPECIFICATIONSP AMD INSTALLATION PROCEDURES. BROKEN CONCRETE PLAN TEMPORARY CULVERT IF DRIVEWAY CROSSES SIMALE B – g 8 CRANI TE BOULDERS \ / – 25RADIUS EXISTING POND INLET SECTION SECTION A -A 6" CRUSHED STONE '�SU. GRANITE BOULDERS 0 FILTERFABRICX�GRACE n STABILIZED CONSTRUCTION ENTRANCE `XIG D BROKEN CONCRETE B" Ii vP.l POLL THTLENE LINER uNIL LATE SILT BASIN DETAIL C:10Fb8 GROup, IFIL.VILLAGE �� ",."F - .ae. oeslvrvEo - nuo reEVISEo - VILLAGE OF MOUNT PROSPECT OF MOUNT PROSPECT BASIN #8 DETAILS AI I 16 IE15 N °R° o 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 XX) 1X1 120 130 140 150 LEGEND EXCAVATION FURNISHED EXCAVATION +40.0 EXCAVATIO�F: 1 _LH NISH D Ek CA OETENTI N=- 39 59 N IT S .53 SF 4.17 S WL 64 — — — — _ EXCAVATIONS 0 FUftNISH OEk CA DE TENTL N== 15 00 SF ATION .27 SF — _ 0.00 S — — — — — 0 + 20.010 649 Ge Aln 1WL 0+00.0 EXCAVATION 000 FUftNISH Q F -X Ck DETENTL SF ATION 0.00 S 120 /X1 100 90 80 70 60 50 40 30 20 A 0 p 20 30 40 50 60 70 80 90 .Y)0 1X1 120 130 140 150 C IO FbB GFO UI], Inc. - p , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #8 CROSS SECTIONS aL III 16 xEET n 6 120 110 I00 90 80 70 60 50 40 30 20 D 0 10 20 30 40 50 60 `0 80 90 XX) 1X1 120 130 140 160 LEGEND EXCAVATION — F7q--- FURNISHED EXCAVATION 1+00.0 XCAVPi 1N' ]28.97 5F URNISH D Ek CA ATION 5.06 S ETENTI N =.: 55 .24 SF a+8a:a XCAVAT UN - 131.78 SF URNISH D E?CA ATLON 543 S ETENTI N -- 54 .51 SF +ea.a XCAVAT ON - 1 0.2 SF URNISH D EX CA ATLON 3.21 SF ETENTI N..:m_ 501 96 SF 120 NO 100 90 80 70 60 50 40 30 20 X! 0 Xl 20 30 40 50 60 l0 80 90 XXl 1X1 120 130 140 150 C IOFbB GFOU I], Inc. ,p , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #8 CROSS SECTIONS ns sxE 16 IEET n 7 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 XX) 1X1 120 130 140 150 LEGEND EXCAVATION — — _ ____ FURNISHED EXCAVATION A40 I I A46 1 + 60:0 E%CAVA ON 8 _57 5F FUR NTSN D Ek CA ATIQN DETENTI N.'.= 48 .40 OF 8.00 5 1+40.01 _. EXCAVA JON- 9 71 SF FURNISH O EXCA ATION DETENTI N.'. - 50.76 OF T.03 S 1 20.010 EXCAVA lON- 1 2.04 SF FURNISH D EXCA PTI�N DET INTI N'. � 53.10 SF .3.39 S 120 /X1 100 90 80 70 60 50 40 30 20 A 0 p 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 CIOFbB GFOUp, Inc. ,p , 1 VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #S TITnL,,11 CROSS SECTIONS 16 lIET n 8 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION ��--- -- FURNISHED EXCAVATION ® '' A40 1 1* 1 0;4() +za:a EXCAV TION 6.01 IF FURNIS EP:_EXC VATION PEIEN ION:. 4 6.42 SF 1027 IF A45 dkAll 94� -c-111 1411 2+00.01 EXCAV T10N 1.64 IF FURNIS ED': IXC VATLJN PETEN I©N.- 4 9.98 SF T 86 F i+ea.a EXCAV T10N ED:-EXC PEIEN 1SN.- 4 ISFFURNIS F 120 /X1 100 90 80 70 60 50 40 30 20 b 0 p 20 30 40 50 60 70 80 90 XX1 1X1 120 130 140 150 C IO FbB GFO UI], If1C. -,p , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #S TITAL CROSS SECTIONS 111 16 xEET N 9 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION FURNISHED EXCAVATION --------------------------- + 8O:Q E%CAVA FUftNIS DETENT ION 18.05 ED.:EXC ON Y8.04 5F VATIQN 04 5F 23.84 5F A4() A411 +fiQ:Q E' A" FURNIS DETENT D 11.4T ED EXC (}N=. = 313.98 SF A1 N SF. '.2033 SF 650 A 51) A4f) 0;4n 40.010 L VATIQN953 SF. 120 /X1 100 90 80 70 60 50 40 30 20 b 0 j 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 9O FbB GFO UI], Inc.Ml' ,p , VILLAGE OF MOUNT PROSPECT TIT VILLAGE OF MOUNT PROSPECT BASIN #8 CROSS SECTIONS As sxs 16 xssT n ]0 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 `0 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION -- _— -- — -- _-- FURNISHED EXCAVATION ® _ ., lZLLXL 3+40:0 EXCAV TLON FURN15 ED EXC OETENTION'. 5 5.54 5F OA71ON 0 04 IF ::16.56 IF 3+20.0 EX CAV TION FU.,I ED.'. E%C DETENTION.. 4 9.10 IF VAT10N 0.62 SF': 18 58 SF _ _�— A49 _ 644 5 0 A49 A4f) 0;4n 3+00.0 EXCAV TION .,NIIED':E%C OET ENTLON. 4 2.11 IF VA71ON 8.99 IF 120 /X1 100 90 80 70 60 50 4C 30 20 b 0 j 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 C IO FbB GFO UI], Inc. ,p , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #8 CROSS SECTIONS ns sxs 16 xssT N 11 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 `0 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION FURNISHED EXCAVATION ® ' A40 1 1 0;46 4 00:0 Ek CAVA 19N 734 5F - FUR NIS ED EhC VATION fi 5@ F DETENT ON 7 1 28 SF 656 Ali A40 A40 3 + 80:0 EXCAVA ION ].64 SF , URNLSIIED FSC VATION 1197 F DETENT 9N=. 6 9.58 SF.': A49 Fm 3+60.0 EXCAVATUN FURNLS :12.09 SF OETENT 120 NO 100 90 80 70 60 50 40 30 20 A 0 10 20 30 40 50 60 70 80 90 XX1 1X1 120 130 140 150 CIOFbB GFOUp, Inc. - p. , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #S TITAL CROSS SECTIONS 11E 16 llET n 12 120 110 100 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 XX) 1X1 120 130 140 150 LEGEND EXCAVATION WL 6 4,1�--- FURNISHED EXCAVATION ® , Q + 6➢:0 EXCAVA ION 416 IF FDFNIS ED EXC VA71ON 217.29 F DE ENI ON = 4 2.57 5F Q+40:0 EXCAVA IOND.73 SF FIJRNIS ED EXC VATLON 1724 F DETENT ON 8 045 SF. 4+20.0 7FFX�N 433 SFIS EO EXC VAYONNi ON': -= 8 6.57 SF.::: 120 NO 100 90 80 70 60 50 40 30 20 b 0 p 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 CIOFbB GFOUp, Inc.DN" ,p , NLLAGE OF MOUNT PROSPECT NLLAGE OF MOUNT PROSPECT BASIN #S CROSS SECTIONS A,IE 16 ET n 1E11 13 'El El El 120 110 100 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 XX) 1X1 120 130 140 150 LEGEND EXCAVATION F7q--"�-- FURNISHED EXCAVATION A40 I 5+20.0 EC VATION 43.53 SF FUR LSHED E CAVATL N 38.04 SF DET NTION 944.88. SF 5+00.0 EXC VATIDN 64.76 SF FUR VA11O E CAVATI N IB 1 SF DET NTION 967.40. SF 650 A 51) A4f) 0;4n 4+BUG EXC VAT10N 55.17 -F FUR ISE CAVATT N 18.5 SF DET NTION 96223: SF 120 NO 100 90 80 70 60 50 40 30 20 10 0 p 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 ,p , kC�iorbaGFOUp, If1C. VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #R CROSS SECTIONS A s I 16 xEET n 14 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION FURNISHED EXCAVATION Ek CAVTION 0.66 SF FURNi HED Ek AVA110N - 20.91 Sr DETEN ION- 28.71 S A45 644 1,0 A4� 5 + 60.0 Fl1ftNl HED EX AVA71 11 N - 22.0' 5F DETEN IQN_ 02.05 5::: 5+90:0 EX CAV TION 5.42 SE FUINLS EP. EXC VAT10N - 33.66 SF DETENTION:: S 2.25 SF 120 /X1 100 90 80 70 60 50 40 30 20 10 0 X1 20 30 40 50 60 70 80 90 XX1 1X1 120 130 140 150 C IO FbB GFO UI], Inc. - p , VILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #S TITA16 CROSS SECTIONS 1,1E llET5 n lElllEl 120 110 I00 90 80 70 60 50 40 30 20 0 0 10 20 30 40 60 60 70 80 90 Nb 1X1 120 130 140 150 LEGEND EXCAVATION FURNISHED EXCAVATION l - - - - - - - - - - - 6+20.0. XCAVA7 RNISHI HIENTL O D EXCA IN = O.0 oo OF ATTON 0 SF 9.00 S - - - ------------ - ------------ ------------ - - 6+00A EX CAVAi FURNISH DETENTE ION 000 Q EX Ck N:=- 121.20 5F ATION SF 0.00 S 120 /X1 100 90 80 70 60 50 40 30 20 10 0 Xl 20 30 40 50 60 70 80 90 XXl 1X1 120 130 140 150 , Inc. ,p , 9��2npVILLAGE OF MOUNT PROSPECT VILLAGE OF MOUNT PROSPECT BASIN #S CROSS SECTIONS A,11 16 llET n 16