Loading...
HomeMy WebLinkAbout09/19/2017 Booster Station 5 and Well 8 & 9 Site Improvements9/20/2017 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 8.3 Motion to accept bid for Booster Station 5 and Well 8 & 9 Site Improvements in an amount $14,985 not to exceed $131,409. Type Action Preferred Date Sep 19, 2017 Absolute Date Sep 19, 2017 Fiscal Impact Yes Dollar Amount 131,409.00 Budgeted Yes Budget Source WATER AND SEWER ENTERPRISE FUND Recommended Accept the lowest cost, responsible bid for construction of the Booster Station 5 and Well 8 & 9 Action Site Improvements as submitted by A -Lamp Concrete Contractors, Inc. of Schaumburg, Illinois in an amount not to exceed $131,409. Background Maintaining the paved lots that service the Village's well sites is important to the efficient operations of the Public Works Department. This work also serves to protect the Village's facility assets and contributes towards the aesthetics of adjacent neighborhoods. This year, the paved lots adjacent to Booster Pumping Station 5 (112 East Highland Street) and (former) Wells 8 & 9 (behind 1818 Bonita Avenue) are in need of repair. The attached map depicts the proposed project locations. The base site improvements include resurfacing of the paved areas, replacement of any site sidewalk and curb that is in need of repair. The work also includes utility structure adjustments. In addition, an alternate bid was included for regrading and restoration of site aggregate areas for the purpose of storing material and equipment. Bids Results Plans and bid documents for this project were prepared by staff. 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 Base Bid Alternate Work Total A Lamp $104,478 $14,985 $119,463 Rausch Infrastructure $195,250 J$16,650 $211,900 Engineer's Estimate $105,690 $15,984 $121,674 Discussion The low bidder, A Lamp Concrete Contractors, Inc. has completed numerous projects for the Village including most recently the 2017 Storm Sewer Improvement Project. Their workmanship was acceptable and the project was http://www.boarddocs.com/il/vomp/Board.nsf/Public 1/2 9/20/2017 completed within schedule. Board Docs® Pro Since the contractor's bid is based on estimated quantities, staff recommends a 10% contingency of $11,946 be added to the proposed contract to allow for quantity variances and unanticipated underground conflicts. The revised total contract award would be $131,409. Alternatives 1. Accept lowest cost responsible bid for Booster Station 5 and Well 8 & 9 Site Improvements. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the lowest cost, responsible bid for construction of the Booster Station 5 and Well 8 & 9 Site Improvements as submitted by A -Lamp Concrete Contractors, Inc. of Schaumburg, Illinois in an amount not to exceed $131,409. WELL 5 AND 8 SITE IMPROVEMENTS - Bid Specifications. pdf (5,353 KB) Location Map.pdf (334 KB) Motion & Voting Accept the lowest cost, responsible bid for construction of the Booster Station 5 and Well 8 & 9 Site Improvements as submitted by A -Lamp Concrete Contractors, Inc. of Schaumburg, Illinois in an amount not to exceed $131,409. Motion by Michael Zadel, second by Colleen Saccotelli. 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 6 Bid Request For 2017 Well 5 and 8 Site Improvements 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 2017 Well 5 and 8 Site Improvements NOTICE TO BIDDERS Bid for 2017 Well 5 and 8 Site Improvements 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 2017 Well 5 and 8 Site Improvements" The project consists of resurfacing approximately 2,200 square yards of asphalt surface at two (2) well site locations. The project includes, but is not limited to, the following bid items: HMA surface removal — 3.0", HMA leveling binder and surface, curb and gutter replacement, sidewalk replacement, utility structure adjustment. Plans and specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar website using the following link: e//wwwe m ountrosecte org/departments/bid-rf®process. 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 2017 Well 5 and 8 Site Improvements TABLE OF CONTENTS 3 Page Notice to Bidders 2 Table of Contents 3 Instructions to Bidders 5 General Conditions 11 Specifications 33 Special Provisions 34 CCDD Information 38 Bid Form 39 Affidavit— Bid Certification Form 42 Bid Security 44 Bid Sheet 45 Contract 47 Labor and Material Payment Bond 52 Performance Bond 55 3 2017 Well 5 and 8 Site Improvements Supporting Documents • IDOT District 1 Special Provisions o HMA Mixture Design Requirements (D-1) 04/01/2016 o Reclaimed Asphalt Pavement and ... Shingles (D-1) 04/01/2016 o Friction Aggregate (D-1) 04/29/2016 • IDOT Standard Drawings 0 424001-09 CURB RAMPS 0 604001-04 FRAME & LID 0 606001-06 CONCRETE CURB • Mount Prospect Standard Drawings o TREE PROTECTION DETAIL • Project Details o Pavement Replacement at Drainage & Utility Structure Frame o Well 5 Site Improvements o Well 8 Site Improvements n 2017 Well 5 and 8 Site Improvements INSTRUCTIONS TO BIDDERS 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 2017 Well 5 and 8 Site Improvements" and with the following information: company's name, address, date and time of opening. Bids must be signed by an authorized official of the organization submitting the bid with the name of the official and his/her title typed below the signature. 2. Pre -Bid Conference. There will be no pre-bid conference for this project. 3. Bid Deposit; Surety. A bid deposit in the amount of ten 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. 4. Alternate Multiple Bids/Specifications. The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder 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. 5. Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. 5 2017 Well 5 and 8 Site Improvements 6. Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 7. Late Bids. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8. Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 9. Error In Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation. 10. Withdrawal Of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel its bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 11. Bidders Qualifications. All bidders must submit the following information on or before the time at which the bid is required to be submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 12. References; Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all information necessary to 0 2017 Well 5 and 8 Site Improvements complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13. Consideration Of Bid 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. 14. Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit a site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the successful bidder for failure to inform or familiarize itself prior to bidding. 15. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 16. Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 17. Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. 7 2017 Well 5 and 8 Site Improvements 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. 18. 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 opening. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Specifications. 2017 Well 5 and 8 Site Improvements 19. Other Requirements. a. New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material. Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. C. Data: Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20. 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. 21. Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended, Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, 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. 9 2017 Well 5 and 8 Site Improvements 22. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to the Village Engineer, 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. 10 2017 Well 5 and 8 Site Improvements GENERAL CONDITIONS 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. 11 2017 Well 5 and 8 Site Improvements 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 12 2017 Well 5 and 8 Site Improvements 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 seventy (70) 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. 13 2017 Well 5 and 8 Site Improvements 2.3.2. Final completion shall be within thirty (30) 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. 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. 14 2017 Well 5 and 8 Site Improvements 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. 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 15 2017 Well 5 and 8 Site Improvements 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, 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 16 2017 Well 5 and 8 Site Improvements 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. 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 17 2017 Well 5 and 8 Site Improvements 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. 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. 10 2017 Well 5 and 8 Site Improvements 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 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 19 2017 Well 5 and 8 Site Improvements 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. 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 20 2017 Well 5 and 8 Site Improvements 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 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 21 2017 Well 5 and 8 Site Improvements 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. 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, 22 2017 Well 5 and 8 Site Improvements 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 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 23 2017 Well 5 and 8 Site Improvements 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. 24 2017 Well 5 and 8 Site Improvements 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. 25 2017 Well 5 and 8 Site Improvements 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. 26 2017 Well 5 and 8 Site Improvements 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. 27 2017 Well 5 and 8 Site Improvements 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 2017 Well 5 and 8 Site Improvements status or an unfavorable discharge from military service. 5.2.7.4. That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a 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 29 2017 Well 5 and 8 Site Improvements website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. All bonds provided by the Contractor under the terms of this Contract 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. 30 2017 Well 5 and 8 Site Improvements The bidder/Contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/Contractor agrees to indemnify and hold harmless the Village of 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 31 2017 Well 5 and 8 Site Improvements warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. 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. 32 2017 Well 5 and 8 Site Improvements SPECIFICATIONS This project is not funded with MFT, State, or Federal funds. However, all work under this project shall be performed according to the requirements of the Illinois Department of Transportation (IDOT) Standard Specifications for Road and Bridge Construction, adopted April 1,2016, and Errata adopted January 1, 2017, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2017, that are included, or included by reference, in this document. 33 2017 Well 5 and 8 Site Improvements SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", Adopted April 1, 2016, and Errata adopted January 1, 2017, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2017, that are referenced in this document apply to and govern the construction of this project, and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. IDOT RECURRING SPECIAL PROVISIONS The following Recurring Special Provisions that are published in the IDOT "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2017, are applicable to this contract and are included by reference: • Check Sheet #25 QC/QA of Concrete Mixtures SCHEDULE In addition to the requirements of General Conditions, Section 2.3., the following schedule shall be followed by the Contractor: Start Date: :i.0/23/20] Final Completion Date: i ]/22/203 RESTRICTION OF WORK 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 for Road and Bridge Construction". 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. QUALITY CONTROL/QUALITY ASSURANCE The requirements for Hot -Mix Asphalt Quality Control/Quality Assurance as described in Section 1030 of the "Standard Specifications for Road and Bridge Construction" shall be followed for this project, insofar as applicable. The requirements for Quality Control/Quality Assurance of Concrete Mixtures as described in IDOT "Recurring Special Provisions" as Check Sheet #25 shall be followed for this project, insofar as applicable. MOBILIZATION This contract contains no provisions for Mobilization. Therefore Section 671 of the "Standard Specifications for Road and Bridge Construction" will not be applicable to this contract. 34 2017 Well 5 and 8 Site Improvements SPECIAL EXCAVATION DESCRIPTION. In general this work shall be in accordance with Section 202 and 440 of the "Standard Specifications for Road and Bridge Construction" except as noted herein. This item includes all excavation necessary to remove and dispose of unsuitable pavement base and unsuitable sub -base that may be encountered. If, during construction, it is determined by the Engineer that unsuitable base and sub -base is to be removed, the Engineer will direct the Contractor to remove this material. The volume removed will be determined by the Engineer from field measurements. Open -cut trenches shall be sheeted and braced or otherwise protected as required by any governing Federal or State and municipal ordinances and as may be necessary to protect life, property, or the Contract Work. In any event, the minimum protection shall conform to the recommendations in the Occupational Safety and Health Act (OSHA) Standards for Construction. Sheeting, bracing, shoring and general safety measures will not be paid for separately but shall be included in the contract. METHOD OF MEASUREMENT. This work will be measured in its original position and the volume in cubic yards computed by the method of average end areas. BASIS OF PAYMENT. This work will be paid for at the contract unit price per cubic yard for SPECIAL EXCAVATION. The material replacement of unsuitable base and sub -base will be paid under the item for AGGREGATE BASE COURSE, TYPE B, 9". If, at the direction of the Engineer, it is determined that unsuitable pavement base must be replaced with bituminous material, the pay item for CLASS D PATCHES, TYPE I, 8"or CLASS D PATCHES, TYPE II, 8" will be used and the required excavation will not be paid for separately. COMBINATION CONCRETE CURB & GUTTER REMOVAL & REPLACEMENT DESCRIPTION. This work shall consist of the removal of designated existing curb and gutter and installation of new curb and gutter. CONSTRUCTION METHOD. The work shall be done in accordance with the applicable portions of Sections 440 and 606 of the "Standard Specifications for Road and Bridge Construction". The Contractor will saw -cut a clean joint between the portion of curb and gutter to be removed and that which is to remain. If the Contractor removes or damages the existing curb and gutter outside the limits designated by the Engineer for removal and replacement, he will be required to remove and replace that portion at its own expense. BASIS OF PAYMENT. This work will be paid for at the contract unit price per foot for COMBINATION CONCRETE CURB & GUTTER REMOVAL & REPLACEMENT. This price shall include all labor, material and equipment necessary to remove and replace the curb and gutter, including all saw -cutting. This item will include any type of curb and gutter encountered, including but not limited to barrier curb, mountable curb, depressed curb, and integral curb and gutter. 35 2017 Well 5 and 8 Site Improvements CONCRETE SIDEWALK REMOVAL & REPLACEMENT, 5" DESCRIPTION. This work shall consist of the removal of existing sidewalk and the construction of new Portland cement concrete sidewalk. CONSTRUCTION METHOD. The work shall be done in accordance with Sections 424 and 440 of the "Standard Specifications for Road and Bridge Construction". BASIS OF PAYMENT. This work will be paid for at the contract unit price per square foot for CONCRETE SIDEWALK REMOVAL & REPLACEMENT, 5". This price shall include the cost for furnishing and placing the concrete mixture, the expansion joint filler, and all other labor, materials, and equipment to complete this item. HOT MIX ASPHALT AND CONCRETE DRIVEWAY APRON REMOVAL AND REPLACEMENT DESCRIPTION. This work shall consist of the removal and satisfactory disposal of existing hot mix asphalt and concrete driveways as shown on the plans. This work shall also consist of the construction of new hot mix asphalt and concrete driveways as shown on the plans. This work shall be performed in accordance with the applicable portions of Section 406 and 420 of the "Standard Specifications for Road and Bridge Construction" except as noted herein. CONSTRUCTION METHOD. At specific locations shown on the plans, existing concrete and hot mix asphalt driveways shall be removed and disposed of by the Contractor. The limits of removal will be marked by the Engineer. The driveway shall be sawcut full -depth. Any areas outside the limits of removal, which are damaged, shall be replaced by the Contractor at his own expense. The Contractor shall install a 5" Portland Cement Concrete surface, or a 3" HMA Surface Course, Mix "C", N50. The Portland Cement Concrete driveway shall be constructed in accordance with Section 420 of the "Standard Specifications for Road and Bridge Construction" insofar as applicable. The hot mix asphalt driveway shall be constructed in two lifts and in accordance with Section 406 of the "Standard Specifications for Road and Bridge Construction" insofar as applicable. METHOD OF MEASUREMENT and BASIS OF PAYMENT. This work will be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per square yard for PCC DRIVEWAY APRON REMOVAL AND REPLACEMENT, 5" or for HMA DRIVEWAY APRON REMOVAL & REPLACEMENT, 3". This price shall also include the cost for excavating to the proper grade, providing the labor, materials, and equipment to complete this item. If directed by the Engineer, the Contractor shall remove the existing base and install a 2" compacted aggregate base course (CA -6) prior to the installation of the 5" Portland Cement Concrete surface. The removal and replacement of the base course under a new PCC surface shall be included in the pay item PCC DRIVEWAY APRON REMOVAL AND REPLACEMENT, 5". If directed by the Engineer, the Contractor shall remove the existing base and install an 8" compacted aggregate base course (CA -6) prior to the installation of the 3" HMA surface. The removal and replacement of the existing aggregate under a new HMA surface shall be included in the pay item HMA DRIVEWAY APRON REMOVAL & REPLACEMENT, 3". 36 2017 Well 5 and 8 Site Improvements STRUCTURE TO BE ADJUSTED DESCRIPTION. In general, this work shall consist of adjusting the frame elevation of a utility structure. CONSTRUCTION METHOD. The work shall be done in accordance with the applicable portions of Section 602 of the "Standard Specifications for Road and Bridge Construction". BASIS OF PAYMENT. This work will be paid for at the contract unit price each for STRUCTURE TO BE ADJUSTED. RESTORATION W/ CA -6 DESCRIPTION. This work shall consist of excavating and removing 8.0" of existing material in specified areas, compacting exposed subgrade, and restoring excavated areas with 8.0" of compacted CA -6. The restored surface shall be graded for positive drainage. CONSTRUCTION METHOD. The work shall be done in accordance with the applicable portions of Section 206 of the "Standard Specifications for Road and Bridge Construction". BASIS OF PAYMENT. This work will be paid for at the contract unit price per cubic yard for RESTORATION W/ CA -6. End of Special Provisions. 37 2017 Well 5 and 8 Site Improvements CLEAN CONSTRUCTION OR DEMOLITION DEBRIS (CCDD) The Contractor shall only be responsible for the disposal of clean construction debris. The Contractor shall prepare all bid pricing based on the assumption that all excavations and associated debris will comply with the clean construction debris disposal requirements and that the debris can and will be disposed of at any clean debris landfill. The Village or its CCDD consultant will prepare all Source Site Certification by Owner or Operator forms (or LPC -662 manifests) for each location and for each date of excavation during this project. These forms will be provided to the Contractor by the engineering project representative or (EPR). The Contractor shall acquire one manifest for each load as outlined in the state regulations and shall be responsible for only the costs of disposal of clean construction debris. Suspect Debris The Contractor shall only be responsible for the disposal of any and all clean construction debris. If the Contractor, for whatever reason, suspects that an excavation, debris load, or any portion thereof, may contain non -clean construction debris, then he shall immediately notify the Village or the EPR. The Public Works Department can be reached at 847-870-5640. If the Village or EPR agree that the material is suspect then the Contractor shall set aside that suspect load or portion thereof on site or at a holding area identified by the Village. The Contractor shall at that time be no longer responsible for the disposal of that load or portion thereof. The Village and its CCDD consultant will become responsible for the testing and subsequent disposal of all suspect debris. Bid Form Page 1 FROM: 2017 Well 5 and 8 Site Improvements BID FORM 2017 Well 5 and 8 Site Improvements Village of Mount Prospect Department of Public Works (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: "2017 Well 5 and 8 Site Improvements" 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 • Affidavit— Bid Certification Form • Bid Security • Bid Sheet — 2017 Well 5 and 8 Site Improvements • Contract Document • Labor and Materials Payment bond form • Performance Bond Form • Supporting Documents 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: Bidder has bid on all items and has provided a price for all items. 39 2017 Well 5 and 8 Site Improvements Bid Form Page 2 The Bidder acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. 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 ) ollowing: 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. ,E 2017 Well 5 and 8 Site Improvements Bid Form Page 3 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 forty (40) consecutive calendar days after the Notice to Proceed with final completion seven (7) 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 4) Bid Sheet(s) — 2017 Well 5 and 8 Site Improvements Respectfully submitted: Name of Firm/Bidder- By- _ Title: Date: Contact Information: Official Address- ddress: Telephone- Telephone: Email- Email: (Signature) ONE ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEET(S) ALONG WITH THE AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE. 41 2017 Well 5 and 8 Site Improvements VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM :0150 a Company/Firm Name- ame: Address- Address: As 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. 42 2017 Well 5 and 8 Site Improvements AFFIDAVIT — BID CERTIFICATION FORM — Page 2 Section IV 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 M171 M-ar,10-01 Title: Signed and sworn to before me this day of 20_ My commission expires: Notary Public 43 2017 Well 5 and 8 Site Improvements BID SECURITY 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 SEAL (if corporation) Title DAY OF )2017. Bidder: Bidder's Agent and Agent's 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 2017 Well 5 and 8 Site Improvements BID SHEET SCHEDULE OF PRICES 2017 Well 5 and 8 Site Improvements — Base Bid (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder will complete pricing for all items (No. 1 through 12) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive. ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 SPECIAL EXCAVATION CU YD 156 2 HMA ASPHALT SURFACE REMOVAL, 3" SQ YD 2,170 3 AGGR. BASE COURSE, TYPE B, 9" SQ YD 467 4 HMA SURFACE COURSE, MIX "D", N50 TON 182 5 LEVELING BINDER (MACHINE METHOD), N50 TON 182 6 COMB. CONC. CURB & GUTTER REM. & REPL. FOOT 20 7 PCC SIDEWALK REM. & REPL., 5" SQ FT 750 8 HMA DRIVEWAY APRON REM. & REPL., 3" SQ YD 25 9 PCC DRIVEWAY APRON REM. & REPL., 5" SQ YD 29 10 STRUCTURE TO BE ADJUSTED EACH 6 11 SODDING SQ YD 10 12 TRAFFIC CONTROL & PROTECTION L. SUM 2 TOTAL FOR ITEMS (1 through 12) 2017 Well 5 and 8 Site Improvements — Alternate Work (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder will complete pricing for all items (No. 1) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL NO. 1 RESTORATON W/ CA -6 CU YD 333 TOTAL FOR ITEMS (1) 45 2017 Well 5 and 8 Site Improvements BID SHEET It is the intention of the Village of Mount Prospect to select ONE Contractor. A contract will be awarded to the lowest responsible bidder who complies with the conditions of the Bid Documents. The contract will be awarded only if it is in the best interests of the Village to do so. The Village reserves the right to award any combination of the Base Bid AND/OR Alternate Work. The Village shall be the sole judge of compliance with the Bid Documents and whether or not it is in the best interests of the Village to award the contract. Prices in the Base Bid will supersede other prices for any additional work (work not included in the Base Bid or the alternate) that may ultimately be approved by the Village. (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) SUMMARY OF PRICES -BASE BID: BASE BID PRICE (the sum of extensions of the Schedule of Prices — BASE BID): (In writing) Dollars and Dollars and (In writing) (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE WORK BID: ALTERNATE WORK BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE WORK BID): Dollars and (In writing) Dollars and (In figure) (In writing) (In figure) Cents Cents Cents Cents 2017 Well 5 and 8 Site Improvements 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 1 (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 "2017 Well 5 and 8 Site Improvements"; and WHEREAS, the Contractor submitted a bid to perform the work associated with the 2017 Well 5 and 8 Site Improvements (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 2017 Well 5 and 8 Site Improvements 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. 47 2017 Well 5 and 8 Site Improvements 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 thirty (30) consecutive calendar days after the Notice to Proceed has been issued with final performance fourteen (14) days thereafter. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE V — NOTICE Unless otherwise provided, all notices required 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. 2017 Well 5 and 8 Site Improvements 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 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. 2017 Well 5 and 8 Site Improvements 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. 50 2017 Well 5 and 8 Site Improvements 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 IN Title: Date: ATTEST: ATTEST: Title: Date: 51 A -- Title: Title: Date: Title: Date: 2017 Well 5 and 8 Site Improvements VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Principal Amount: Contract: 2017 Well 5 and 8 Site Improvements KNOWN ALL MEN BY THESE PRESENTS, that the 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 2017 Well 5 and 8 Site Improvements 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:. 1. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal 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 52 2017 Well 5 and 8 Site Improvements 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. 53 2017 Well 5 and 8 Site Improvements Signed and sealed this day of , 201_ Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) Surety Bv: Officer Of The Surety Title Address: 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 2017 Well 5 and 8 Site Improvements VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND Principal Amount: Contract: 2017 Well 5 and 8 Site Improvements 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 2017 Well 5 and 8 Site Improvements 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 55 2017 Well 5 and 8 Site Improvements maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 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: Corporate Secretary (corporations only) STATE OF COUNTY OF Surety Bv: Officer Of The Surety Title 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) 56 HMA MIXTURE DESIGN REQUIREMENTS (D-1) Effective: January 1, 2013 Revised: April 1, 2016 1) Design Composition and Volumetric Requirements Revise the table in Article 406.06(d) of the Standard Specifications to read: "MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) I L-4.75 3/4(19) SMA -9.5, I L-9.5, I L-9.51- 1 1/2(38) SMA -12.5 2 50 IL -19.0, IL -19.01- 2 1/4 (57)" Revise the table in Article 1004.03(c) of the Standard Specifications to read: "Use Size/Application Gradation No. Class A-1, 2, & 3 3/8 in. (10 mm) Seal CA 16 Class A-1 1/2 in. 13 mm Seal CA 15 Class A-2 & 3 Cover CA 14 HMA High ESAL IL -19.0 CA 11 1 L-9.5 CA 16, CA 133 HMA Low ESAL IL -19.01- CA 11 '/ IL -9.51- CA 16 Stabilized Subbase or Shoulders SMA2/ 1/2 in. (12.5mm) CA133/, CA14 or CA16 Binder & Surface I L 9.5 CA16, CA 133/ Surface 1/ CA 16 or CA 13 may be blended with the gradations listed. 2/ The coarse aggregates used shall be capable of being combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve. Revise Article 1004.03(e) of the Supplemental Specifications to read: "(e) Absorption. For SMA the coarse aggregate shall also have water absorption <_ 2.0 percent." Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read: "IL -4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall have minimum surge bin storage plus haul time of 1.5 hours." Revise the nomenclature table in Article 1030.01 of the Standard Specifications to read: "High ESAL IL -19.0 binder; (a) Coarse Aggregate...............................................................................................1004.03 IL -9.5 surface; IL -4.75; SMA -12.5, (b) Fine Aggregate....................................................................................................1003.03 SMA -9.5 Low ESAL IL -19.01- binder; IL -9.51- surface; (d) Mineral Filler.............................................................................................................1011 Stabilized Subbase (HMA)"; (e) Hydrated Lime.....................................................................................................1012.01 HMA Shoulders21 1/ Uses 19.01- binder mix. 2/ Uses 19.01- for lower lifts and 9.51- for surface lift." Revise Article 1030.02 of the Standard Specifications and Supplemental Specifications to read: "1030.02 Materials. Materials shall be according to the following. Item................................................................................................. Article/Section (a) Coarse Aggregate...............................................................................................1004.03 (b) Fine Aggregate....................................................................................................1003.03 (c) RAP Material............................................................................................................1031 (d) Mineral Filler.............................................................................................................1011 (e) Hydrated Lime.....................................................................................................1012.01 (f) Slaked Quicklime (Note 1) (g) Performance Graded Asphalt Binder (Note 2) ..........................................................1032 (h) Fibers (Note 3) (i) Warm Mix Asphalt (WMA) Technologies (Note 4) Note 1. Slaked quicklime shall be according to ASTM C 5. Note 2. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full - depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where modified herein. The asphalt binder shall be an Elvaloy or SBS PG 76-22 for IL -4.75, except where modified herein. The elastic recovery shall be a minimum of 80. Note 3. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets AASHTO T305 requirements. The RAS shall be from a certified source that produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer. Note 4. Warm mix additives or foaming processes shall be selected from the current Bureau of Materials and Physical Research Approved List, "Warm Mix Asphalt Technologies"." Revise Article 1030.04(a)(1) of the Standard Specifications and the Supplemental Specifications to read: "(1) High ESAL Mixtures. The Job Mix Formula (JMF) shall fall within the following limits. High ESAL, MIXTURE COMPOSITION (% PASSING) Sieve IL -19.0 mm SMA 41 SMA 41 IL -9.5 mm IL -4.75 mm Size IL -12.5 mm IL -9.5 mm min max min max min max min max min max 1 1/2 in (37.5 mm) 1 in. 100 (25 mm) 3/4 in. 90 100 100 (19 mm) 1/2 in. 75 89 80 100 100 100 100 (12.5 mm) 3/8 in. 65 90 100 90 100 100 (9.5 mm) #4 40 60 20 30 36 50 34 69 90 100 (4.75 mm) 20 42 16 24" 16 325 34 si 52 v 70 90 (2.36 mm) #16 15 30 10 32 50 65 (1.18 mm) #30 12 16 12 18 (600 µm) #50 6 15 4 15 15 30 (300 m) #100 4 9 3 10 10 18 (150 m) #200 3 6 7.0 9.03/ 7.5 9.53/ 4 6 7 93/ (75 µm) Ratio Dust/Asphalt 1.0 1.5 1.5 1.0 1.0 Binder 1/ Based on percent of total aggregate weight. 2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90. 3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer. 4/ The maximum percent passing the #635 (20 pm) sieve shall be <_ 3 percent. 5/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above the percentage stated on the table. 6/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted below 34 percent. Revise Article 1030.04(b)(1) of the Standard Specifications to read: "(1) High ESAL Mixtures. The target value for the air voids of the HMA shall be 4.0 percent and for IL -4.75 it shall be 3.5 percent at the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix, and shall conform to the following requirements. VOLUMETRIC REQUIREMENTS High ESAL Ndesign Voids in the Mineral Aggregate Voids Filled Voids Filled (VMA), with Asphalt Mineral Aggregate % minimum Binder (VFA), Ndesign (VMA), % min. (VFA), % IL -4.75 IL-1 9.0 IL -9.5 804/ % 50 13.5 15.0 18.5 65-78 2/ 70 65-75 90 1/ Maximum Draindown for IL -4.75 shall be 0.3 percent 2/ VFA for IL -4.75 shall be 72-85 percent' Replace Article 1030.04(b)(3) of the Standard Specifications with the following: "(3) SMA Mixtures. Volumetric Requirements SMA 1/ Ndesign Design Air Voids Voids in the Voids Filled Target % Mineral Aggregate with Asphalt (VMA), % min. (VFA), % 17.0 804/ 3.5 75-83 16.0 1/ Maximum draindown shall be 0.3 percent. The draindown shall be determined at the JMF asphalt binder content at the mixing temperature plus 30 °F. 2/ Applies when specific gravity of coarse aggregate is >_ 2.760. 3/ Applies when specific gravity of coarse aggregate is < 2.760. 4/ Blending of different types of aggregate will not be permitted. For surface course, the coarse aggregate can be crushed steel slag, crystalline crushed stone or crushed sandstone. For binder course, coarse aggregate shall be crushed stone (dolomite), crushed gravel, crystalline crushed stone, or crushed sandstone. Add to the end of Article 1030.05 (d) (2) a. of the Standard Specifications: "During production, the Contractor shall test SMA mixtures for draindown according to AASHTO T305 at a frequency of 1 per day of production." Delete last sentence of the second paragraph of Article 1102.01(a) (4) b. 2. Add to the end of Article 1102.01 (a) (4) b. 2.: "As an option, collected dust (baghouse) may be used in lieu of manufactured mineral filler according to the following: (a.) Sufficient collected dust (baghouse) is available for production of the SMA mix for the entire project. (b.) A mix design was prepared based on collected dust (baghouse). 2) Design Verification and Production Revise Article 1030.04 (d) of the Standard Specifications to read: "(d) Verification Testing. High ESAL, IL -4.75, and SMA mix designs submitted for verification will be tested to ensure that the resulting mix designs will pass the required criteria for the Hamburg Wheel Test (IL mod AASHTO T-324) and the Tensile Strength Test (IL mod AASHTO T-283). The Department will perform a verification test on gyratory specimens compacted by the Contractor. If the mix fails the Department's verification test, the Contractor shall make the necessary changes to the mix and resubmit compacted specimens to the Department for verification. If the mix fails again, the mix design will be rejected. All new and renewal mix designs will be required to be tested, prior to submittal for Department verification and shall meet the following requirements: (1)Hamburg Wheel Test criteria. The maximum allowable rut depth shall be 0.5 in. (12.5 mm). The minimum number of wheel passes at the 0.5 in. (12.5 mm) rut depth criteria shall be based on the high temperature binder grade of the mix as specified in the mix requirements table of the plans. Illinois Modified AASHTO T 324 Requirements 11 Asphalt Binder Grade # Repetitions Max Rut Depth (mm) PG 70 -XX (or higher) 20,000 12.5 PG 64 -XX (or lower) 10,000 12.5 1/ When produced at temperatures of 275 ± 5 OF (135 ± 3 °C) or less, loose Warm Mix Asphalt shall be oven aged at 270 ± 5 OF (132 ± 3 °C) for two hours prior to gyratory compaction of Hamburg Wheel specimens. Note: For SMA Designs (N-80) the maximum rut depth is 6.0 mm at 20,000 repetitions. For IL 4.75mm Designs (N-50) the maximum rut depth is 9.Omm at 15,000 repetitions. (2) Tensile Strength Criteria. The minimum allowable conditioned tensile strength shall be 60 psi (415 kPa) for non -polymer modified performance graded (PG) asphalt binder and 80 psi (550 kPa) for polymer modified PG asphalt binder. The maximum allowable unconditioned tensile strength shall be 200 psi (1380 kPa)." Production Testing. Revise first paragraph of Article 1030.06(a) of the Standard Specifications to read: "(a) High ESAL, IL -4.75, WMA, and SMA Mixtures. For each contract, a 300 ton (275 metric tons) test strip, except for SMA mixtures it will be 400 ton (363 metric ton), will be required at the beginning of HMA production for each mixture with a quantity of 3000 tons (2750 metric tons) or more according to the Manual of Test Procedures for Materials "Hot Mix Asphalt Test Strip Procedures". Add the following after the sixth paragraph in Article 1030.06 (a) of the Standard Specifications: "The Hamburg Wheel test shall also be conducted on all HMA mixtures from a sample taken within the first 500 tons (450 metric tons) on the first day of production or during start up with a split reserved for the Department. The mix sample shall be tested according to the Illinois Modified AASHTO T 324 and shall meet the requirements specified herein. Mix production shall not exceed 1500 tons (1350 metric tons) or one day's production, whichever comes first, until the testing is completed and the mixture is found to be in conformance. The requirement to cease mix production may be waived if the plant produced mixture demonstrates conformance prior to start of mix production for a contract. If the mixture fails to meet the Hamburg Wheel criteria, no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria" Method of Measurement: Add the following after the fourth paragraph of Article 406.13 (b): "The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and surface Mix Design's Gmb." Basis of Payment. Replace the fourth paragraph of Article 406.14 of the Standard Specifications with the following: "Stone matrix asphalt will be paid for at the contract unit price per ton (metric ton) for POLYMERIZED HOT -MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified; and POLYMERIZED HOT -MIX ASPHALT BINDER COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified." RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) Effective: November 1, 2012 Revise: April 2, 2016 Revise Section 1031 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material resulting from cold milling or crushing an existing hot -mix asphalt (HMA) pavement. RAP will be considered processed FRAP after completion of both crushing and screening to size. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post -consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources", by weight of RAS. All RAS used shall come from a Bureau of Materials and Physical Research approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 90 percent passing the #4 (4.75 mm) sieve. RAS shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post -consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. Additional processed RAP (FRAP) shall be stockpiled in a separate working pile, as designated in the QC Plan, and only added to the sealed stockpile when test results for the working pile are complete and are found to meet tolerances specified herein for the original sealed FRAP stockpile. Stockpiles shall be sufficiently separated to prevent intermingling at the base. All stockpiles (including unprocessed RAP and FRAP) shall be identified by signs indicating the type as listed below (i.e. "Non- Quality, FRAP 44 or Type 2 RAS", etc...). (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be processed prior to testing and sized into fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP in the coarse fraction shall pass the maximum sieve size specified for the mix the FRAP will be used in. (2) Restricted FRAP (B quality) stockpiles shall consist of RAP from Class I, Superpave (High ESAL), or HMA (High ESAL). If approved by the Engineer, the aggregate from a maximum 3.0 in. (75 mm) single combined pass of surface/binder milling will be classified as B quality. All millings from this application will be processed into FRAP as described previously. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed (FRAP) prior to testing. Conglomerate RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (4) Conglomerate "D" Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of RAP from HMA shoulders, bituminous stabilized subbases or Superpave (Low ESAL)/HMA (Low ESAL) IL-19.OL binder mixture. The coarse aggregate in this RAP may be crushed or round but shall be at least D quality. This RAP may have an inconsistent gradation and/or asphalt binder content. Conglomerate DQ RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (5) Non -Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Non -Quality". RAP or FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, plant cleanout etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall be sufficiently separated to prevent intermingling at the base. Each stockpile shall be signed indicating what type of RAS is present. However, a RAS source may submit a written request to the Department for approval to blend mechanically a specified ratio of Type 1 RAS with Type 2 RAS. The source will not be permitted to change the ratio of the blend without the Department prior written approval. The Engineer's written approval will be required, to mechanically blend RAS with any fine aggregate produced under the AGCS, up to an equal weight of RAS, to improve workability. The fine aggregate shall be "B Quality" or better from an approved Aggregate Gradation Control System source. The fine aggregate shall be one that is approved for use in the HMA mixture and accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. FRAP and RAS testing shall be according to the following. (a) FRAP Testing. When used in HMA, the FRAP shall be sampled and tested either during processing or after stockpiling. It shall also be sampled during HMA production. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) Incoming Material. For testing as incoming material, washed extraction samples shall be run at a minimum frequency of one sample per 2000 tons (1800 metric tons) or once per week, whichever comes first. (3) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Before extraction, each field sample of FRAP, shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. (b) RAS Testing. RAS shall be sampled and tested during stockpiling according to Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources". The Contractor shall also sample as incoming material at the HMA plant. (1) During Stockpiling. Washed extraction and testing for unacceptable materials shall be run at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 1000 tons (900 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a <_ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS shall be in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. (2) Incoming Material. For testing as incoming material at the HMA plant, washed extraction shall be run at the minimum frequency of one sample per 250 tons (227 metric tons). A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). The incoming material test results shall meet the tolerances specified herein. The Contractor shall obtain and make available all test results from start of the initial stockpile sampled and tested at the shingle processing facility in accordance with the facility's QC Plan. Before extraction, each field sample shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. 1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following. (a) Evaluation of FRAP Test Results. All test results shall be compiled to include asphalt binder content, gradation and, when applicable (for slag), G,,,,,,. A five test average of results from the original pile will be used in the mix designs. Individual extraction test results run thereafter, shall be compared to the average used for the mix design, and will be accepted if within the tolerances listed below. Parameter FRAP No. 4 (4.75 mm) +6% No. 8 (2.36 mm) +5% No. 30 (600 m) +5% No. 200 (75 µm) +2.0% Asphalt Binder +0.3% G,,,,,, +0.031/ 1/ For stockpile with slag or steel slag present as determined in the current Manual of Test Procedures Appendix B 21, "Determination of Reclaimed Asphalt Pavement Aggregate Bulk Specific Gravity". If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the FRAP stockpile shall not be used in Hot -Mix Asphalt unless the FRAP representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. The Contractor shall maintain a representative moving average of five tests to be used for Hot -Mix Asphalt production. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, "Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)" or Illinois Modified AASHTO T-164-11, Test Method A. (b) Evaluation of RAS Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. A five test average of results from the original pile will be used in the mix designs. Individual test results run thereafter, when compared to the average used for the mix design, will be accepted if within the tolerances listed below. Parameter RAS No. 8(2.36 mm) ±5% No. 16 (1.18 mm) ± 5 % No. 30 (600 pm) ± 4 % No. 200 75 m ± 2.5 % Asphalt Binder Content ± 2.0 % If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the RAS shall not be used in Hot -Mix Asphalt unless the RAS representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. (c) Quality Assurance by the Engineer. The Engineer may witness the sampling and splitting conduct assurance tests on split samples taken by the Contractor for quality control testing a minimum of once a month. The overall testing frequency will be performed over the entire range of Contractor samples for asphalt binder content and gradation. The Engineer may select any or all split samples for assurance testing. The test results will be made available to the Contractor as soon as they become available. The Engineer will notify the Contractor of observed deficiencies. Differences between the Contractor's and the Engineer's split sample test results will be considered acceptable if within the following limits. Test Parameter Acceptable Limits of Precision % Passing: FRAP RAS 1/2 in. 5.0% No. 4 5.0% No. 8 3.0% 4.0% No. 30 2.0% 3.0% No. 200 2.2% 2.5% Asphalt Binder Content 0.3% 1.0% Gmm 0.030 1/ Based on washed extraction. In the event comparisons are outside the above acceptable limits of precision, the Engineer will immediately investigate. (d) Acceptance by the Engineer. Acceptable of the material will be based on the validation of the Contractor's quality control by the assurance process. 1031.05 Quality Designation of Aggregate in RAP and FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous, conglomerate, and conglomerate "D" quality stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. (1) RAP from Class I, Superpave/HMA (High ESAL), or (Low ESAL) IL -9.51- surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Superpave/HMA (Low ESAL) IL -19.01- binder mixture is designated as Class D quality coarse aggregate. (3) RAP from Class I, Superpave/HMA (High ESAL) binder mixtures, bituminous base course mixtures, and bituminous base course widening mixtures are designated as containing Class C quality coarse aggregate. (4) RAP from bituminous stabilized subbase and BAM shoulders are designated as containing Class D quality coarse aggregate. (b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer. If the quality is not known, the quality shall be determined as follows. Fractionated RAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5,000 tons (4,500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 Ib (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Bureau of Materials and Physical Research Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. The fine aggregate portion of the fractionated RAP shall not be used in any HMA mixtures that require a minimum of "B" quality aggregate or better, until the coarse aggregate fraction has been determined to be acceptable thru a MicroDeval Testing. 1031.06 Use of FRAP and/or RAS in HMA. The use of FRAP and/or RAS shall be the Contractor's option when constructing HMA in all contracts. (a) FRAP. The use of FRAP in HMA shall be as follows. (1) Coarse Aggregate Size (after extraction). The coarse aggregate in all FRAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. (2) Steel Slag Stockpiles. FRAP stockpiles containing steel slag or other expansive material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) mixtures regardless of lift or mix type. (3) Use in HMA Surface Mixtures (High and Low ESAL). FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall have coarse aggregate that is Class B quality or better. FRAP shall be considered equivalent to limestone for frictional considerations unless produced/screened to minus 3/8 inch. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, Restricted FRAP, conglomerate, or conglomerate DQ. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. When FRAP is used alone or FRAP is used in conjunction with RAS, the percent of virgin asphalt binder replacement (ABR) shall not exceed the amounts indicated in the table below for a given N Design. Max Asphalt Binder Replacement for FRAP with RAS Combination HMA Mixtures 1/2/4/ Maximum % ABR Ndesign Binder/Leveling Binder Surface Polymer Modified 3/ 30L 50 40 30 50 40 35 30 70 40 30 30 90 40 30 30 4.75 mm N-50 40 SMA N-80 30 1/ For Low ESAL HMA shoulder and stabilized subbase, the percent asphalt binder replacement shall not exceed 50 % of the total asphalt binder in the mixture. 2/ When the binder replacement exceeds 15 % for all mixes, except for SMA and IL -4.75, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 % binder replacement using a virgin asphalt binder grade of PG64-22 will be reduced to a PG58-28). When constructing full depth HMA and the ABR is less than 15 %, the required virgin asphalt binder grade shall be PG64-28. 3/ When the ABR for SMA or IL -4.75 is 15 % or less, the required virgin asphalt binder shall be SBS PG76-22 and the elastic recovery shall be a minimum of 80. When the ABR for SMA or IL -4.75 exceeds 15%, the virgin asphalt binder grade shall be SBS PG70-28 and the elastic recovery shall be a minimum of 80. 4/ When FRAP or RAS is used alone, the maximum percent asphalt binder replacement designated on the table shall be reduced by 10 %. 1031.07 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. (a) FRAP and/or RAS. FRAP and /or RAS mix designs shall be submitted for verification. If additional FRAP or RAS stockpiles are tested and found to be within tolerance, as defined under "Evaluation of Tests" herein, and meet all requirements herein, the additional FRAP or RAS stockpiles may be used in the original design at the percent previously verified. (b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. A RAS stone bulk specific gravity (Gsb) of 2.300 shall be used for mix design purposes. 1031.08 HMA Production. HMA production utilizing FRAP and/or RAS shall be as follows. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or comparable sizing device approved by the Engineer shall be used in the RAS and FRAP feed system to remove or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer. If during mix production, corrective actions fail to maintain FRAP, RAS or QC/QA test results within control tolerances or the requirements listed herein the Contractor shall cease production of the mixture containing FRAP or RAS and conduct an investigation that may require a new mix design. (a) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (b) HMA Plant Requirements. HMA plants utilizing FRAP and/or RAS shall be capable of automatically recording and printing the following information. (1) Dryer Drum Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). d. Accumulated dry weight of RAS and FRAP in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit. f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit. g. Residual asphalt binder in the RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate RAS and FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAS and FRAP are printed in wet condition.) i. When producing mixtures with FRAP and/or RAS, a positive dust control system shall be utilized. j. Accumulated mixture tonnage. k. Dust Removed (accumulated to the nearest 0.1 ton (0.1 metric ton)) (2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). f. RAS and FRAP weight to the nearest pound (kilogram). g. Virgin asphalt binder weight to the nearest pound (kilogram). h. Residual asphalt binder in the RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter. 1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP or FRAP in aggregate surface course and aggregate shoulders shall be as follows. (a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Non -Quality" and "FRAP". The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Pavement (RAP) for Aggregate Applications". (b) Gradation. The RAP material shall meet the gradation requirements for CA 6 according to Article 1004.01(c), except the requirements for the minus No. 200 (75 pm) sieve shall not apply. The sample for the RAP material shall be air dried to constant weight prior to being tested for gradation." FRICTION AGGREGATE (D-1) Effective: January 1, 2011 Revised: April 29, 2016 Revise Article 1004.03(a) of the Standard Specifications to read: "1004.03 Coarse Aggregate for Hot -Mix Asphalt (HMA). The aggregate shall be according to Article 1004.01 and the following. (a) Description. The coarse aggregate for HMA shall be according to the following table. Use Mixture Aggregates Allowed Class A Seal or Cover Allowed Alone or in Combination 51: Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag Crushed Concrete HMA Stabilized Allowed Alone or in Combination 51: Low ESAL Subbase or Gravel Shoulders Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag's Crushed Concrete HMA Binder Allowed Alone or in Combination 516/: High ESAL IL -19.0 Crushed Gravel Low ESAL or IL-19.OL Carbonate Crushed Stone 2/ SMA Binder Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Concrete 3/ Use Mixture Aggregates Allowed HMA C Surface and Allowed Alone or in Combination 51: High ESAL Leveling Binder Crushed Gravel Low ESAL IL -9.5 or IL -9.51- Carbonate Crushed Stone 21 SMA Crystalline Crushed Stone Ndesign 50 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag4l Crushed Concrete 3/ HMA D Surface and Allowed Alone or in Combination 51: High ESAL Leveling Binder Crushed Gravel I L-9.5 Carbonate Crushed Stone (other than Limestone)2/ SMA Crystalline Crushed Stone Ndesign 50 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag4l Crushed Concrete 3/ Other Combinations Allowed: Up to... With... 25% Limestone Dolomite 50% Limestone Any Mixture D aggregate other than Dolomite 75% Limestone Crushed Slag (ACBF) or Crushed Sandstone HMA E Surface Allowed Alone or in Combination 516/: High ESAL IL -9.5 SMA Crystalline Crushed Stone Ndesign 80 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag No Limestone. Other Combinations Allowed: up to... I With... Use Mixture Aggregates Allowed 50% Dolomite 21 Any Mixture E aggregate 75% Dolomite 21 Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 75% Crushed Crushed Sandstone, Grave 12/ or Crushed Crystalline Crushed Concrete 31 Stone, Crushed Slag (ACBF), or Crushed Steel Slag HMA F Surface Allowed Alone or in Combination 516/: High ESAL IL -9.5 Crystalline Crushed Stone SMA Crushed Sandstone Ndesign 80 Crushed Slag (ACBF) Surface Crushed Steel Slag No Limestone. Other Combinations Allowed: Up to... With... 50% Crushed Crushed Sandstone, Gravel2/, Crushed Crushed Slag Concrete3/, or (ACBF), Crushed Dolomite 2/ Steel Slag, or Crystalline Crushed Stone 1/ Crushed steel slag allowed in shoulder surface only. 2/ Carbonate crushed stone (limestone) and/or crushed gravel shall not be used in SMA Ndesign 80. In SMA Ndesign 50, carbonate crushed stone shall not be blended with any of the other aggregates allowed alone in Ndesign 50 SMA binder or Ndesign 50 SMA surface. 3/ Crushed concrete will not be permitted in SMA mixes. 4/ Crushed steel slag shall not be used as leveling binder. 5/ When combinations of aggregates are used, the blend percent measurements shall be by volume." 6/ Combining different types of aggregate will not be permitted in SMA Ndesign 80." Face of roadway curb !length npT less Than 5'-6" Deiwaen curb amps proferred) / Edge Df B 9uTTer Crosswalk Sidewalk 4' 11.22 width 5" 11.52 m) Typical. m) min. \V \II \V \V \II \II \II \II \II \� \(( \� VI \V \V \V \V Dei ,—le \V \V \V \V \V \II \V warnln9 11 \II \II \II 5' U'seT°eck \V \V \V \V \V \V \V \V \V • 1:5D A Ramp 5i0e IS, ecteble flare � �// ,����/////�// - 5 (1.52 m .. sloe ES / ax. 5etba CK „tb y n9 sp.e - �lG%ssss Lower W \V Iso ma W W W W W W Wiii W w w w w W �Depr s=eed cu� ° \V \V \V \V \V \V curb and gutter Ramp flare \v \II \II \II \V \V \V \V \V Face of roadway curb !length npT less Than 5'-6" Deiwaen curb amps proferred) / Edge Df B 9uTTer Crosswalk �Feae of roadway Edge .f gutTer 1 Din9 (Typ.1 1 l LEG" 6' 11.83 mar �Crossw alk Depressed ana RAMPS IN LANDSCAPED AREA /6' (1.R3�m1 min. m arDln9 rTyp.1 b "t— Depressed RAMPS IN PAVED AREA SETBACK s 5' OeY° gutter SETBACK <_ 5' rnlnq sp..e Ramp Lower 1end119 Depresses c ana 9uTTer ° ing space Ramp Depressed c Det ectaDle warnln9 Detecia Dle end gu See DETAIL A TT erro 1:50 m 1:50 m 0112 m warm,g 1e DETAIL A ]:12 SECTION B—B SECTION A—A o Tn9 "p,DTT .mp = �2 T nn1" "pe .f Y emp s L- en he I— I. exceed r 11, e The remp Ien9Y het. exceed 15 0.5 m). 6 ITT,, wI" Top Dt L (150) dw.y .ur° end op ofi s! dew.lk .. Sea Sheer 2 for GENERAL NOTES. (j3) Varlaole 2 50 R Ramp DATE REVISIONS PERPENDICULAR Cl uiinois Deparrmem of Transporrmia ed Raa � 1-1-R Add2' d me son ae T. p wernin95 fpr satDeoDe 2017 mp FOR SIDEWI m� pensl.n !slot 9re.Ter Th.n 5. DETAIL A SIDE CURB DETAIL ©npT —1. t. Int. Aid ewelDs. ,wPDoxED� 117 - Rex. gen. no+es. Cha upper STANDARD 4240 ndin9 T. 1,, n7n9 space. Sid -01D width 5' (1.52 ml typical. 4' (1.22 m) min. Ramp 5i0e IS, ecteble flare � war ning \ 5 (1.52 m \ 1.50 max. / ax. 5etba CK 'ssss'✓;,,n �lG%ssss -Tur n9 ep.c e - na ng 150 m Ramp sI� / �tl.re \__Depressea \ cu b and guff er 1:10 max. �Feae of roadway Edge .f gutTer 1 Din9 (Typ.1 1 l LEG" 6' 11.83 mar �Crossw alk Depressed ana RAMPS IN LANDSCAPED AREA /6' (1.R3�m1 min. m arDln9 rTyp.1 b "t— Depressed RAMPS IN PAVED AREA SETBACK s 5' OeY° gutter SETBACK <_ 5' rnlnq sp..e Ramp Lower 1end119 Depresses c ana 9uTTer ° ing space Ramp Depressed c Det ectaDle warnln9 Detecia Dle end gu See DETAIL A TT erro 1:50 m 1:50 m 0112 m warm,g 1e DETAIL A ]:12 SECTION B—B SECTION A—A o Tn9 "p,DTT .mp = �2 T nn1" "pe .f Y emp s L- en he I— I. exceed r 11, e The remp Ien9Y het. exceed 15 0.5 m). 6 ITT,, wI" Top Dt L (150) dw.y .ur° end op ofi s! dew.lk .. Sea Sheer 2 for GENERAL NOTES. (j3) Varlaole 2 50 R Ramp DATE REVISIONS PERPENDICULAR Cl uiinois Deparrmem of Transporrmia ed Raa � 1-1-R Add2' d me son ae T. p wernin95 fpr satDeoDe 2017 mp FOR SIDEWI m� pensl.n !slot 9re.Ter Th.n 5. DETAIL A SIDE CURB DETAIL ©npT —1. t. Int. Aid ewelDs. ,wPDoxED� 117 - Rex. gen. no+es. Cha upper STANDARD 4240 ndin9 T. 1,, n7n9 space. warning � \U \II \U \V \U \II \V \V \V \V \V \V \V W W W W Lower W W 24 \V \V V \V \V \V \V W\V \V w ding( \V (9101 \V \II \ \V \V V W W W W I I / > \ 1:50 x. +i •.;i; til Sidewalk width Side �.'•:•i �:�•'•'i::::::::�: picas, 4' 11.22 ml min �oepresnsea D na gutter Face of roadway curb Edge of gutter Turning -- RAMP IN LANDSCAPED AREA SETBACK > 5' Setback gradmer than 5' (1.52 ) RAMP IN PAVED AREA SETBACK > 5' e 10 Ramp Lo we r landing Depressed Duro 1.zz m� min. 1.2 and gu+Ter oeteo+able GENERAL NOTES nin4 All slope ra Ti,, ar expressed as units o+ ver Tical 1:50 m 0_112 m displacement 10 units of horizonT al displacement See DEIALL A 1:50 m IxxWd (V.MI. Where + rnlnq space Is c r alnea o sae opposlTe a amp, T eng+h of + t urning space In The dlrecTlon o+ The r mp-run shall Da 5' (1.52 m). Where 1:50 maximum slope is shown. 1:6, 1, SECTION C—C pre+erred. Turning sDece noT ragulre0 +or ramp slopes see STanderd 606501 +or -Teils oT depressed cure fl"'than 1:20. -J""' To cure rump. 2� T Ing slope of Th amp s n T" runm ��a1.5 regulre e rem, lengmem exceed 15 ml. All d! a fm Illlmet sions nches er.l A �_ ... ,,.., _ �_,.. A L A / OHO O O B (�C� r Lc.�OIOO O � O \000 L X22, CAST FRAME SECTION C—C (584) 21 (533) za reom - 25'/z rssol ' SECTION A—A cTav o-o� 22%a t5�81 s/a 1591 1291 r fTYP�I � � '291 • %a (191 ftYP�l SECTION B—B CAST OPEN LID L o 0 0 0 _EE II;19' I SECTION F—F 22?a t5�81 4 (I/a (1021 1 29) 2921 1 Q 81 t19) 16° SECTION E—E ADA COMPLIANT CAST OPEN LID ❑❑ ❑ ❑❑D❑❑� EI EDI EDI EDI ❑ ❑❑❑ 221a 501 (3) ST—f g lugs " ]2, 1."!onal1 SECTION D—D CAST CLOSED LID G -y 1— ua All Olmenslons a11 11 nahes fmllllmei ars) unless om—!- mown. Doweled Dam raorlon �olnr Placed In prolonga+Ion w h pavemenr )oinrsl cons+ruction option: ]. Form with '/a f3) thick sisal template 2 1501 deep, and seal. 2. Saw at 4 to 24 hours, and seal. Short r (Such as entr d—:' side nd p ,drns). EF2�ntranTl4n 1 Int 2 -No. 4 (No. 13) p w i Th 2 1501 min. c1. 2 -No. 4 1N.. 131 pars -- 2 -No. 4 1No. 131 pars placed aT hid -depth !when space permli slO placed a+ depth P !when space pe -UF,) ]0 !4501 on oweg o w1Yh c rb box dl bare or 4lnage oa ing Ca nstrucTlon � Curb��� BacOh of curb oln, � b A �1111� 1ETo� I I+TT ]—T -T -T -F— I I I I I I I I I I I Edge of r f4.5 m) 14.5 ml f4.5 ml pavement Pavement expansion jol ni — with ror wrrhodn dowels PLAN ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE e Pavement sop 61 a. Tie bar BARRIER CURB TABLE OF D MINSIONS ®Mwmmm ®®® MEM®®® ®®®® MMEMMM ®®®®® ®®® B C a P—men slope 6 =R1 -E, T1s oar J MOUNTABLE CURB TIC, =11 01 + h °a9,awn 1 e adlaae+ Paved— C-11 Flag 1— 7 qo d for 1175) Pavement cu vpe. L, Tte bar DEPRESSED DEPRESSED CURB (TYPICAL) HMA surfacing ML Mountable eu b shown Slope 6Y (OTher Types per mlTTed) 9 (225) w en PCC base �— — c 1 a (200) 10 12501ourse when PCC base 1 1 > a (200) PCC Dasa ` Tle bar course ADJACENT TO PCC BASE COURSE WITH HMA SURFACING 6 P Pav emeni RI Slope 2'/. Ti. oar M-2.06 (M-5.75) and M-2.12 (M-5.30 - orn�nnge o Inox u 3— of curb IF (450) 1 o weng d OA Dar 1Dlaced at Id -de pthl. 12 1300)' fty D) Expnnelon — —� 3, caP 1 t251 0 ) min hn. Edll depth a wIdth DETAIL A 'ICE) - +h'cx (m'n.) EXPANSION JOINT preformed expansion IoinT tiller. Ggus+Taer flag MEth T qbu' d to 1155) Pavement cu yp e. Slope 5% -y- = J Ti. oar DEPRESSED CURB ADJACENT TO CURB RAMP ACCESSIBLE TO THE DISABLED GENERAL NOTES t - ThRdKness of pavement. Longitudinal JoinT Tie Ears shall De No. 6 1No. 19) at 24 16001 c Is for angiTudlnalnc uct ion Joints shown on s+ondord 420001 Tr A m of 2 1501 b of The Tiea bar ea nd tithe back of the Wcurb Tshalle be maintained. The dowel Ears shown in ont ra cYion lot tits will only De required for mon oliT hie construction. See Standard 60630] far deTdhl of earner Alldlmenslo ns dr n Inches Imllllmetersl unle 55 other Wises Shown. P7 O SM1 ort radius curve con Tr actio ( j A t 25-0 7.6 m O Pc unmweled a n lainr liyp.) consx ucrlon op+ion�: 1. Formwith �/s (3) iM1'ick steel template 2 (50) deep, and seal. 2. Saw 2 1501 deep ai 4 Ta 24 hours, and seal. 3.lnserl )4 1201 T k prefer mad 7aInT tiller full depth and wl dth. MounTa bla cura fothar types pas mtie dl HMP surfacing Base course ON DISTURBED SUBGRADE �no�� neper,men, a+ 7ranspor,a,�an o„ 2 -No. 4 Mo, 131 Dars— Drainage casiing planed nt mid -depth wlib curb boz (when space perm's Ts) Back of curb ---- 12 30013001 ftl Yp.� -0" 'a" of f1.5 1N 11.5 ml pavamenY cansir uci ion lmn+ 2-Na'24((N.. 131 oa wkh 5a1ml cl. s Drainage—PfinO bz k 2 -No. 4 (No. 13) bars w Bacof n— 'IC— aT m'id-depth space per mit sl PLAN HMA surfacing Base c urs ON UNDISTURBED SUBGRADE ADJACENT TO FLEXIBLE PAVEMENT Pa amen+ - - 1175� - DEPRESSED CURB B� Panemen+- Bl BARRIER CURB ADJACENT TO FLEXIBLE PAVEMENT ..I 11 7 P avem 75)1 Edge of pa—n+ re oar DEPRESSED CURB BII Pavement 4 B. 71e oar J BARRIER CURB ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B CONCRETE CURB TYPE B AND COMBINATION CONCRETE CURB AND GUTTER (Sheet 2 of 2) STANDARD 606001-06 F NOTES 3'x Tx 112" METAL PLATES SHALL REMAIN THE PROPERTY OF THE CONTRACTOR. PAVEMENT MATERIAL AND THICKNESSES SHALL BE ACCORDING TO PLANS, DETAILS AND SPECIFICATIONS. FRAME AND LIDS SHALL BE ACCORDING TO PLANS, DETAILS AND SPECIFICATIONS. THE CONTRACTOR SHALL KEEP A RECORD OF THE LOCATION OF THE BURIED STRUCTURES ACCORDING TO THE STATION AND THE DISTANCE LEFT OR RIGHT OF THE CENTERLINE OF PAVEMENT. UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL DELIVER SAID RECORD TO THE ENGINEER. CONSTRUCTION PROCEDURE STAGE A) REMOVE THE EXISTING FRAME AND LID FROM THE EXISTING STRUCTURE. B) COVER THE STRUCTURE OPENING WITH A Tx Tx 112" METAL PLATE C) CONSTRUCT SUB -BASE, BASE COURSE AND BINDER COURSE ACCORDING TO PLANS AND DETAILS. STAGE 2 A) SCORE A MIN. V DEPTH IN THE HMA BINDER COURSE 4' x 4' AROUND THE STRUCTURE. B) REMOVE THE HMA BINDER COURSE AND FLEXIBLE BASE. ADJUST THE STRUCTURE CONE TO THE REQUIRED ELEVATION. INSTALL THE FRAME AND LID AND PLACE P.C. CONCRETE TO THE ELEVATION OF THE BIT. CONC. BINDER COURSE. P.C. CONCRETE SHALL MEET THE REQUIREMENTS OF SECTION 353 OF THE STD SPECS. C) PLACE HMA SURFACE COURSE TO FINAL GRADE. LEGEND 1 SUB -BASE GRANULAR MATERIAL 2 BASE COURSE 3 3' x 3' x 112" METAL PLATE 4 HMA BINDER COURSE 5 STRUCTURE 6 FRAME AND LID 7 SCORE (MIN V DEPTH) S P.C. CONCRETE 9 HMA SURFACE COURSE 10 CONCRETE ADJUSTING RINGS BASIS OF PAYMENT: STRUCTURES TO BE ADJUSTED, EACH NEW FRAMES AND LIDS, WHEN SPECIFIED, SHALL BE PAID FOR SEPARATELY. WHEN STRUCTURES ARE NEW OR STRUCTURES ARE TO BE RECONSTRUCTED, THE LOWERING OR RAISING OF THE FRAMES AND LIDS WILL NOT BE PAID FOR SEPARATELY BUT WILL BE INCLUDED IN THE COST OF THE RECONSTRUCTION ITEM. Village of Mount Prospect Public Works Department Engineering Division Street Resurfacing STR_ADJ.dvg 2008.01.15 Pavement Replacement At Drainage & Utility Structure Frame PROPERTY LINE SIDEWALK FENCE AT DRIP LINE (CRITICAL ROOT ZONE) UNLESS SPECIFICALLY EXEMPTED IN WRITING TREE PROTECTION FENCE 1 1' .ET ROOT ZONE :NIMUM REQUIRED SEPARATION ZEE DIAMETER ■D ¢' ABOVE GROUND <3' 1'■ 3-4' 2', 5-9' 5" 10-14' 10' 15-19' 12' >19' 15' MINIMUM 6' FROM THE TREE TO NEW PAVEMENT 7= MINIMUM REQUIRED DISTANCE BETWEEN EXCAVATION PAVING, ETC. AND CENTER OF TREE, Village of Mount Prospect Public Works Department 1700 W Central Rd TREE PROTECTION DETAIL Scale: None I Last Revised: 4-12 H:\Engineering\Traffic\safety_commission\millers\IDOT\Plans\09- Construction Details\TREE PROTECTION DETAIL.dwg I ALTERNATE: RESTORE AREA J / f ,� //F `/. W/ CA -6 1287 CYI �/ WI 114 �TRUCTUREGATE .., NO ACCESS REMOVE 3.0" OF EXISTING HMA SURFACE " ';�j� /ji10� ���i���//j17 �/E.1111,511/11 /iii REPAIR UNSUITABLE BASE AS DIRECTED% l rd„ /%%/%%/OO�IN� INSTALL 1.5" HMA BINDER COURSE fl%�//�% 1 �� �' �i REMOVE 3.0" OF EXISTING HMA SURFACE INSTALL 1.5" HMA SURFACE COURSE( l ��� ��� REPAIR UNSUITABLE BASE AS DIRECTED J880 SO YD) �©� 11 INSTALL 1.5" HNA BINDER COURSE ;P;k/////r1P"dYAfP+l1JrA4Y�JJJ/r��f��i���� INSTALL 1.5" HMA SURFACE COURSE VALVE VAULT- ADJUST (191 SO YD) VALVE VAULT- ALVE VAULT - REMOVE & REPLACE HMA APRON 125 SO As BU— DATE `"�"',//,,,'%„ '✓/����/%il/� „?, i; ,,,...illi !%/,i ////�„ �1 ��r,l�o%i ii WELLS SITE IMPROVEMENTS . y� MOUNT PROSPECT • PUBLIC WORKS DEPARTMENT • ENGINEERING DIVISION 2017 WELL 5 AND 8 SITE IMPROVEMENTS 11.1 . E-2 of 2 Wells 5 & 8 Site Improvements Location Maps