Loading...
HomeMy WebLinkAbout8.1 Motion to Accept Bid for Booster Station 5 East Tank Rehabilitation6/5/2019 BoardDocs® Pro Agenda Item Details Meeting Jun 04, 2019 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.1 Motion to accept bid for Booster Station 5 East Tank Rehabilitation in an amount not to exceed $511,390. Access Public Type Action 1,referred Date Jun 04, 2019 Absolute Date Jun 04, 2019 r--iscal Impact Yes Pollar Amount 511,390.00 0 1W 0 a Budget Source Water and Sewer Enterprise Fund Recommended Action Accept the lowest -cost, responsive bid for the Booster Station 5 East Tank Rehabilitation Project as submitted by V&T Painting, LLC of Farmington Hills, MI in an amount not to exceed $511,390. Public Content Booster Pumping Station 5 is a potable water pumping facility with two (2) 1 -million gallon, ground -level, welded steel water storage reservoirs situated at 112 East Highland Street. These tanks ("north" and "east" tanks), in conjunction with their adjacent booster pumping station, help satisfy peak water demand and fire flow requirements. The attached map depicts this facility. These tanks are two (2) of seven (7) in the Village -owned water distribution system. In total, these tanks provide 8.8 million gallons of water storage capacity. The Village"s average daily demand for water is 3.5 million gallons. Each of these tanks is routinely inspected by a qualified engineer to assess structural condition, corrosion control, coating adhesion, and safety compliance. The east tank at Booster Station 5 is slated for rehabilitation this year. The other tank at this facility, the north tank, was repaired and recoated last year (2018). Booster Station 5's east tank was inspected in 2017 by engineers from Tank Industry Consultants (TIC) of Indianapolis, Indiana. TICs, complete report is attached (see Addendum 1). This tank was originally constructed in 1966 and last rehabilitated in 1999. In summary, the TIC report finds that the tank requires, at minimum, a bare -metal blast and recoat of the wet interior, a high pressure wash of the exterior followed by spot steel repairs, safety equipment upgrades, and a topcoat of the exterior r.urface (base bid). The bid documents also included three (3) optional items. These optional items are a bare -metal blast and recoating of the exterior surface (Alternate 1.a), partial replacement and seam -welding of interior rafter beams (Alternate 1.b), as well as complete replacement and seam -welding of interior rafter beams (Alternate 1.c). https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 1/3 6/5/2019 BoardDocs® Pro To facilitate this work, a detailed set of technical specifications and bid documents were prepared by Burns & McDonnell of Downers Grove, Illinois, the Village's engineering consultant for this project. In addition to preparation of bid documents and specifications, Burns & McDonnell will also monitor and inspect the proposed contractor's work A complete set of the bid documents is attached. The project is expected to last 6-7 weeks. The bid documents were sent to several area firms with experience in water reservoir rehabilitation projects. The work was also publicly advertised as required. 3fLaMM.M On May 13, 2019, bids were publicly opened and read aloud as required by Village Code. Five (5) bids were submitted. The results - as follows: All bids were reviewed to ensure that the documents had requisite signatures and appropriate bid security. A bidders properly submitteded documents,and signatures. The lowest -cost, responsivebidder is V & T Painting of • •Michigan.i, T Painting has notperformed work existingfor the Village in the past. However, the firm provided an extensive list of completed contracts that are similar to this proposed project's scope of work. Staff reached out to five (5) references. All indicated that V&T performed quality work, completed tasks on schedule, and completed work under budget. It is the opinion of staff that V&T Painting is qualified to successfully complete this proposed project. The roof rafter system on r joined to the steel• • plates with spotwelds. spaces between the spot welds are filled with sealant to prevent water intrusion and to limit the onset of corrosion. Unfortunately, this roof system is prone to corrosion over time due to difficulties inherent to applying sealant to thousands of of • jointsat ••! angles. To correct this problem,and reduce structural••corrosion, staff (replacerecommends replacing all interior roof rafter beams and continuously welding all the rafter/roof plate joints instead of applying sealant. A welded seam is considerably more effective at resisting water intrusion and corrosion. Staff recommends that the project award to include the base bid and alternative 1.c ((Base Bid) $401f900.00 + (Alternate '. $63,000.00 = $464,000.00). Staff is als• requesting a 10%• • ($$46,490.00) to address of • - --n issues or quantity variances• • they arise. The total recommended project $511,390.00 ($464,000 recommended award 1% contingency of $46,,490-00). 1. Accept the lowest cost, responsive bid to rehabilitation a 1 million gallon water storaget n (east tank) at Booster Station 5. 2. Action at discretion of Village Board. MM • 71 -1 r4 •i . f Staff recommends that the Village Board accept the lowest -cost,, responsive bid for the Booster Station 5 East Tank Rehabilitation P• submitted by V&T Painting, LLC of ! !n Hills, MI in an amount notto exceed $511,390. https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 2/3 Alternate Alternate Recommended • •r 1.a 1. b Alternate 1.c Total(Base Bid V&T Painting, LLC $401,900.00 $90,,000.00 $48,,000.00 '►• 111 /1 "4 •4 •11 11 - •, $310f535.00 $$154,050.00 $226f310.00 $536f845.00 Worldwide Industries Corp.$363f725.00 $ 120.00 $98f721.00 $190,410.00 $554f 135.00 Era Valadivia Contractors$439f8OO.00 J$125f000.00 111 11' $247,000.00 '686 i11 11 Services,Utility • $493f7OO.00 1$305flOO-00 $337.,200.00 '.4+• •11.11 $983f300-00 All bids were reviewed to ensure that the documents had requisite signatures and appropriate bid security. A bidders properly submitteded documents,and signatures. The lowest -cost, responsivebidder is V & T Painting of • •Michigan.i, T Painting has notperformed work existingfor the Village in the past. However, the firm provided an extensive list of completed contracts that are similar to this proposed project's scope of work. Staff reached out to five (5) references. All indicated that V&T performed quality work, completed tasks on schedule, and completed work under budget. It is the opinion of staff that V&T Painting is qualified to successfully complete this proposed project. The roof rafter system on r joined to the steel• • plates with spotwelds. spaces between the spot welds are filled with sealant to prevent water intrusion and to limit the onset of corrosion. Unfortunately, this roof system is prone to corrosion over time due to difficulties inherent to applying sealant to thousands of of • jointsat ••! angles. To correct this problem,and reduce structural••corrosion, staff (replacerecommends replacing all interior roof rafter beams and continuously welding all the rafter/roof plate joints instead of applying sealant. A welded seam is considerably more effective at resisting water intrusion and corrosion. Staff recommends that the project award to include the base bid and alternative 1.c ((Base Bid) $401f900.00 + (Alternate '. $63,000.00 = $464,000.00). Staff is als• requesting a 10%• • ($$46,490.00) to address of • - --n issues or quantity variances• • they arise. The total recommended project $511,390.00 ($464,000 recommended award 1% contingency of $46,,490-00). 1. Accept the lowest cost, responsive bid to rehabilitation a 1 million gallon water storaget n (east tank) at Booster Station 5. 2. Action at discretion of Village Board. MM • 71 -1 r4 •i . f Staff recommends that the Village Board accept the lowest -cost,, responsive bid for the Booster Station 5 East Tank Rehabilitation P• submitted by V&T Painting, LLC of ! !n Hills, MI in an amount notto exceed $511,390. https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 2/3 6/5/2019 BoardDocs® Pro Tank 5E—Bid Package.pdf (2,330 KB) bid documents.pdf (872 KB) Location Map 1.pdf (1,451 KB) Tank 5E Addendum No 1.pdf (9,801 KB) Tank 5E Addendum No 2.pdf (225 KB) Administrative Content Executive Content Motion & Voting Accept the lowest -cost, responsive bid for the Booster Station 5 East Tank Rehabilitation Project as submitted by V&T Painting,, LLC of Farmington Hills, MI in an amount not to exceed $511,390. Motion by Michael Zadel, second by Richard Rogers. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 3/3 Bid Request For Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank OPTIONAL PRE-BID: May 6, 2019 — 10:00 A.M. Local Time BID OPENING: May 13, 2019 — 1:00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 Village of Mount Prospect, Illinois Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage 'I anK DOCUMENT 000107 — INDEX AND CERTIFICATION TIO PAG SPECIFICATION TI l SEX D C MEN DIVISION DESCRIPTION N 000100 to 007330 Table of Contents through Affidavit T Bid Certification Division I General Requirements Division 5 Metals Division 9 Finisbes Division 32 - Extefior Improvements Division 33 utilities CERTIFICATION Expires: November ember 3 , 2019 Biped: - - — Randall L. Patchett, P.E. INTRODUCTORY INFORMATION 000100 001115 BIDDING REOUIREMENTS 001116 001153 002050 004000 004005 004015 004035 Table of Contents Notice to Bidders Invitation to Bid Bidder's Qualification Statement Instructions to Bidders Bid Submittal Checklist Bid Form Bid Sheet Bid Security Form CONTRACTING REOUIREMENTS 005000 Contract 005005 Required Owner / Contractor Forms 006100 Performance Bond 006111 Labor and Material Payment Bond 007200 General Conditions 007300 Supplemental Conditions LABOR RELATED REOUIREMENTS 007310 Prevailing Wage Rates 007315 Certification Requirements 007330 Affidavit — Bid Certification DIVISION I GENERAL REQUIREMENTS 011100 Summary of Work 012000 Measurement and Payment 012500 Substitutions 013100 Project Coordination and Meetings 013200 Construction Progress Schedules and Reports 013300 Submittals 014200 Definitions and Standards 015700 Temporary Barriers and Controls 016000 Equipment and Materials 017800 Contract Closeout 017836 Warranties DIVISION 5 METALS 051000 Structural and Miscellaneous DIVISION 9 FINISHES 099000 Protective Coatings DIVISION 32 EXTERIOR IMPROVEMENTS 329200 Lawns Village of Mount Prospect Section 00015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 2 DIVISION 33 331313 APPENDIX A UTILITIES Water Storage Tank Disinfection ELECTRICAL DETAILS Village of Mount Prospect Section 00015 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 2 April 2019 Section 001115 NOTICE TO BIDDERS Bid for Rehabilitation of 1,000,000 Gallon Station SE Ground Storage Tank Project Sealed bids will be received until 1:00 p.m. on May 13, 2019 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 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project". The project includes, but is not limited to the following bid items: Complete blast and recoat of the wet interior, high pressure wash the exterior followed by spot repair and topcoat of the exterior. The project also includes various improvements to the Tank's safety measures, steel work, seam sealing, foundation repair, electrical work in the valve vault, disinfection, and site restoration. The Work shall be constructed in accordance with the Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank bid documents dated April 2019. The work includes a Base Bid plus pricing for Optional Work that the Village of Mount Prospect may require the Contractor to perform during the contract period. Specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar website using the following link www.mounlprospect.org/bids. bids. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael Cassady END OF SECTION 001115 Village of Mount Prospect Section 0011 15 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 1 Section 001116 INVITATION TO BID Bid Let Date: April 16, 2019 Project Name: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project Location: Village of Mount Prospect Owners: Village of Mount Prospect The project includes, but is not limited to the following bid items: Complete blast and recoat of the wet interior, high pressure wash the exterior followed by spot repair and topcoat of the exterior. The project also includes various improvements to the Tank's safety measures, steel work, seam sealing, foundation repair, electrical work in the valve vault, disinfection, and site restoration. The Work shall be constructed in accordance with the Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank dated April 2019. Bid Documents available from: www.mountprospect.or__/�. Question Cut Off: 4:00 p.m., May 9, 2019 Bids Due: 1:00 p.m., May 13, 2019 Bids submitted to: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, Illinois 60056-2229 (847) 870-5640 Questions to: Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Burns &McDonnell Engineering Co., Inc. Stephen Crede / (630) 724-3214 Email• screde@burnsmcd.com END OF SECTION 001116 Section 001116 Page 1 of 1 April 2019 Section 001153 BIDDER'S QUALIFICATION STATEMENT Project Name: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SUBMITTED TO: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, IL 60056-2229 SUBMITTED BY: Company Name Address Principal Office Corporation, partnership, individual, joint venture, other Contractor license number and state EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for years. 2. Bidder now has the following bonded projects under contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and estimated completion date. 3. Bidder has completed the following three (3) contracts consisting of work similar to that proposed by this Contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed) : 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company including name and address of agent: Village of Mount Prospect Section 001153 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 2 SECTION 001153 — BIDDER'S QUALIFICATION STATEMENT: continued FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: a. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: (1) Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). (2) Net fixed assets. (3) Other assets. (4) Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (5) Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). (6) Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 8. Current Judgments: The following judgments are outstanding against Bidder: Judgment CreditorsWhere Docketed and DateAmount a. $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date 120 (OFFICIAL SEAL) Name of Organization: Title (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed). END OF SECTION 001153 Village of Mount Prospect Section 001153 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 2 Section 002050 INSTRUCTIONS TO BIDDERS 1) Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on May 13, 2019. Envelopes shall be plainly marked, "Sealed Bid for Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank" 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 an optional pre-bid conference at 10:00 a.m. on May 6, 2019 at the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois 60056. 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. 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. Village of Mount Prospect Section 002050 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 5 SECTION 002050 — INSTRUCTIONS TO BIDDERS: continued 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 his bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 11) Bidders Qualifications. All bidders shall complete and submit Section 001153—Bidder's Qualification Statement. 12) References; Background Check. Upon request of the Village bidders must provide 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 a bid if the bidder does not provide produce the requested references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all information necessary to complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13) Consideration Of Bid 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. Village of Mount Prospect Section 002050 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 5 SECTION 002050 — INSTRUCTIONS TO BIDDERS: continued 15) Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 16) Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 17) Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. c. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 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. 1. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Section 002050 Ground Storage Tank Page 3 of 5 April 2019 SECTION 002050 — INSTRUCTIONS TO BIDDERS: continued 18) Award Or Rejection. 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 will take into account the Base Bid as well as each Alternate bid item. The Village reserves the right to award any combination of the Base Bid and Alternate bid items including but not limited to the Base Bid plus all of the Alternates and the Base Bid plus no Alternates. The Village shall be the sole judge of compliance with the Specifications. 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; Proprietga. 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. Village of Mount Prospect Section 002050 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 4 of 5 SECTION 002050 — INSTRUCTIONS TO BIDDERS: continued 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 ILLS 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. 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 contact specified in the Invitation, no later than five (5) calendar days prior to the date set for the opening of the bid. Any questions received after that time maybe 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. END OF SECTION 002050 Village of Mount Prospect Section 002050 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 5 of 5 Section 004000 BID SUBMITTAL CHECKLIST PART 1 — GENERAL 1.1 DESCRIPTION A. The bid submittal shall consist of one original copy of the following items to be submitted as required in Section 002050, Instructions to Bidders. Failure to submit all of the information listed is grounds for bid disqualification. 1. 001153 — Bidder's Qualification Statement 2. 004005 — Bid Form 3. 004015 — Bid Sheet 4. 004035 — Bid Security 5. 007315 — Certification Requirements 6. 007330 —Affidavit — Bid Certification 7. References per 002050 END OF SECTION 004000 Village of Mount Prospect Section 004000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 Of 1 FROM: Section 004005 BID FORM Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 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: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 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 — Rehabilitation of 1,000,000 Gallon Station 5E Storage Tank Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 3 SECTION 004005 — BID FORM: continued 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 andperformance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowled ed 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. 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. The contractor shall reach substantial Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 3 SECTION 004005 — BID FORM: continued completion by 60 calendar days after the date of the Notice to Proceed with final completion by 75 calendar days after the date of the Notice to Proceed. Substantial completion shall be defined as the completion of all work except for site restoration. 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) —Rehabilitation of 1,000,000 Gallon Station SE Ground Storage Tank Respectfully submitted: Name of Firm/Bidder: By: _ Title: Date: Contact Information: Official Address: Telephone: Email: (Signature) ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH THE AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT END OF SECTION 004005 Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 3 of 3 Section 004015 BID SHEET Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank UNIT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per Unit. COMPLETE TABLE AS INDICATED Item No. Description Unit Approx. Qty. of Units Price Per Unit Extension 1 Mobilization L. Sum 1 Price Per Unit Extension 2 Interior Coating Rehabilitation L. Sum 1 3 Exterior Coating Rehabilitation L. Sum 1 4 Steel Work & Miscellaneous Repairs L. Sum 1 5 Electrical Work L. Sum 1 6 Tank Disinfection L. Sum 1 7 Site Restoration L. Sum 1 8 Contingency — Man Hours for Additional Work Hour 40 Total Bid= 1. The Owner has the ability to add any or all of the following alternates to the Total Bid, or each Bid Item independently. Complete Alternate Bid Items Table as Indicated: Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 4 Approx. Item Item & Description Unit Qty. of Price Per Unit Extension No. Units Exterior Coating w/ Full Blast: add or deduct LA from Base Bid Item 3 L. Sum 1 Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 4 SECTION 004015 — BID SHEET: continued LB Partial Beam Replacement L. Sum 1 Dollars and Cents 1.0 Complete Beam Replacement L. Sum 1 TOTAL ALTERNATE BID PRICE (the sum of extensions of the Bid Sheet): SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 Of 4 Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) TOTAL ALTERNATE BID TOTAL ALTERNATE BID PRICE (the sum of extensions of the Bid Sheet): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 Of 4 SECTION 004015 — BID SHEET: continued BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. The approximate quantities set forth in this Bid Sheet for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place, measured on the basis defined in the Contract. 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Bid Sheet. Specific cash allowances, if any, are included in the price set forth above and have been computed in accordance with paragraph 11.02 of the General Conditions. BIDDER agrees that the Work will be Substantially Completed in 60 consecutive calendar days from the date of "Notice to Proceed" and Finally Completed in 15 calendar days thereafter. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. The following documents are attached to and made a condition of this Bid: (a) Required bid security in the amount of ten percent (10%) of the Bid in the form of a bid bond, cash, certified check, cashiers check or bank money order as stipulated in the Advertisement for Bids. (b) A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. (c) Required BIDDER'S Qualification Statement with supporting data. Written communications concerning this Bid shall be addressed to: Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 3 of 4 SECTION 004015 — BID SHEET: continued The terms used in this Bid which are defined in the General and Supplementary Conditions of the Construction Contract, included as part of the Contract Documents, have the meanings assigned to them in the General and Supplementary Conditions. Submitted on , 2019. State Contractor License Number (if any) Contractor Contact Information: Address: Telephone: E-mail: Signature END OF SECTION 004015 Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 4 of 4 Section 004035 BID SECURITY FORM 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) DAY OF 92019. Bidder: Bidder's Agent and Agent's Title Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of END OF SECTION 004035 Village of Mount Prospect Section 004035 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 1 Section 005000 CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this day of , 2019, by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , an (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its "Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project"; and WHEREAS, the Contractor submitted a bid to perform the work associated with the Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project (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 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project 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 II — PERFORMANCE BY CONTRACTOR Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 6 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. 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 achieve substantial performance within sixty (60) consecutive calendar days after the Notice to Proceed has been issued with final performance fifteen (15) calendar 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: Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 6 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. 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. Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 3 of 6 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. 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 being binding upon either Party. Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 4 of 6 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. 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. Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 5 of 6 IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: VILLAGE OF MOUNT PROSPECT Title: Date: ATTEST: ATTEST: Title: Date: 0 Title: Date: Title: Date: END OF SECTION 005000 Village of Mount Prospect Section 005000 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 6 of 6 Section 005005 REQUIRED FORMS FOR OWNER /CONTRACTOR AGREEMENT PART 1 — GENERAL 1.01 FORMS REQUIRED PRIOR TO SIGNING CONTRACT A. Bid Sheet per Section 004015 B. Certificates of Insurance per Supplemental Instructions Section 007300 C. Performance Bond per Section 006100 D. Labor and Material Payment Bond per Supplemental Instructions Section 006111 E. Proof of Current Village Contractor's License END OF SECTION 005005 Village of Mount Prospect Section 005005 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 1 Section 006100 PERFORMANCE BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that ,as (hereinafter "Contractor"), and with main Contractor Principal office at , a corporation of the state of ,as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of in accordance with the drawings and specifications prepared by: (Village of Mount Prospect 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 Village of Mount Prospect Section 006100 April 2019 Rehabilitation of 1,0001000 Gallon Station 5E Ground Storage Tank Page 1 of 3 SECTION 006100 — PERFORMANCE BOND: continued amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 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 Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF I, certify that , 201 Surety By: Officer Of The Surety Title Address: NOTARV , a Notary Public in and for said county, do hereby (Insert Name of Attorney -In -Fact for Surety) Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Section 006100 Ground Storage Tank Page 2 of 3 April 2019 SECTION 006100 — PERFORMANCE BOND: continued 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 My Commission expires: END OF SECTION 006100 ,201 Village of Mount Prospect Section 006100 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 3 of 3 Section 006111 LABOR AND MATERIAL PAYMENT BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to (hereinafter "Contractor"), a written agreement with the Village dated (hereinafter "Contract"), for accordance with the drawings and specifications prepared by: as Principal in (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 Village of Mount Prospect Section 006111 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 3 SECTION 006111 — PAYMENT BOND: continued 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 business within the State, the principal place of business of the corporation, and in the case of partnership, the names and residences of each of the partners; 3) the name of the Contractor for the Village; 3) the name of the person, firm or corporation by whom the claimant was employed or to whom such claimant furnished materials; 4) a brief description of the public improvement for the construction or installation of which the Contract is to be performed; and 5) a description of Claimant's contract as it pertains to the public improvement describing the work done by the claimant and stating the total amount due and unpaid as of the date of the verified notice. No defect in the notice herein provided for shall deprive the claimant of its right of action under the terms and provision of this Bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same. 3. No action shall be brought on this Bond later than one year after the date of the last item of work or of the furnishing of the last item of materials. Such suit shall be brought only in the circuit court of the State in the judicial district in which the Contract is to be performed. 4. The Village shall not be liable for the payment of any costs or expenses of any such lawsuit, and the Village does not have any obligations to any Claimants who make claims on this Bond. Surety will pay for all such claims, and for all costs and expenses of any such lawsuit, up to a maximum of the amount of this Bond. Surety hereby expressly agrees that no extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this Bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder. Surety's obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. Signed and sealed this day of Contractor By: Signature Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 201 Surety By: Section 006111 Page 2 of 3 Officer Of The Surety April 2019 SECTION 006111 — PAYMENT BOND: continued Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF I, certify that Title Address: NOTA12V , a Notary Public in and for said county, do hereby (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: Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E day of , 201 . My Commission expires: (Attach Surety's Power of Attorney) END OF SECTION 006111 Section 006111 Ground Storage Tank Page 3 of 3 April 2019 GENERAL CONDITIONS 1) Definition of Terms. In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris. The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of cred it. 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. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 Of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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 punch list items must be completed. 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 "Payment and Performance 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 "Punch list" 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 herein. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 23 SECTION 007200 — GENERAL CONDITIONS: continued SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. Additionally, the term specifications will refer to standard practices as outlined in the Illinois Department of Transportation's "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS 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 punch list 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. The term, 1/2 stick" shall mean one-half the standard length of pipe, typically this is seven (7) feet. 2)Award of contract; Performance; Payment. a.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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 3 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. b.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. c. Substantial Performance; Final Completion. i.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. ii.Final completion shall be within thirty (30) days after the Substantial Performance Date (the "Final Performance Date"). d.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. e. Liquidated Damages for Inexcusable Delay. i. 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. 11. 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, Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 4 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. iii. 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. f.Measurement of Quantities. All work completed under the contract will be measured by the Village according to United States standard measures. g. Pam. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 50511 et seq. h.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. i.Partial Pam. 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 5 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. j.Acceptance and Final Pam. Whenever the Work shall have been completely performed on the part of the contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the contractor as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the contractor as soon as practicable after the final acceptance, provided the contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance bond prior to Final Payment and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 6 of 23 SECTION 007200 — GENERAL CONDITIONS: continued Work or for any act or neglect on the part of the Village relating to or connected with the Work. k.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 (11/2) times the estimated cost to complete Punch list items. 1.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. m. Final Inspection. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time of such inspection, the Village shall inform the contractor as to the particular defects to be remedied before final acceptance can be made. n.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. l.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. m. Right of the Village to Terminate the Contract. .o .e Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 7 of 23 SECTION 007200 — GENERAL CONDITIONS: continued i. 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 re j ected 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. ii.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. iii. 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. a.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 his receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 8 of 23 SECTION 007200 — GENERAL CONDITIONS: continued b. 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 his 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 of 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. c. 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. one Call System (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. one Call System operation procedures. d. 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. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 9 of 23 SECTION 007200 — GENERAL CONDITIONS: continued e. Construction Noise Restriction. All construction activities or alteration operations within the Village shall be performed only between the hours of 8:00 a.m. and 7:00 p.m. 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. f. 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. g. Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. The contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the contractor shall restore said portion of the work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the contractor. h. 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. i.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. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 10 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. j.Property Protection. No vehicles of any kind shall be placed, parked or operated upon or over any sodded areas. k.Protection and Restoration of Property. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page I I of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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 Bidder 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 Bidder for the payment thereof. 1.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 his 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. m.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. n.Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the contractor in a manner approved by the Village at the contractor's expense. Upon failure of the contractor to comply promptly with any order of the Village made under this provision, the Village shall, after giving written notice to the contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the contractor. o. 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. p. 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 Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Section 007200 Ground Storage Tank Page 12 of 23 April 2019 SECTION 007200 — GENERAL CONDITIONS: continued shall be authorized to accept and act upon such directives. Such person shall be fluent in the English language. q.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 be considered an extra line item. r. 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. Tree protection fencing shall be paid for per FOOT of TEMPORARY FENCING. REMOVAL PROHIBITED UNLESS AUTHORIZED: All trees shall be maintained, saved, and protected from damage unless removal is approved by the Village. CRITICAL ROOT ZONE: To prevent unnecessary damage to existing public trees during construction, proper tree protection guidelines must be followed, particularly in the root zone where major support roots securely hold the tree in the soil. This Critical Root Zone (CRZ) is defined as the entire ground area within the vertical projection of the crown of a tree. This is also commonly referred to as the area within the drip line of a tree. Power equipment may not be used to excavate soil, change grades, or dig trenches in the Critical Root Zone. All soil excavation done within the CRZ must be done by hand, except as authorized in these specifications. Exceptions to the above shall be granted only with written permission from the Director of Public Works. FENCING: All unpaved ground on public property within the Critical Root Zones (CRZ) of existing trees subject to construction damage shall be fenced before any work is started. This Tree Protection Fencing will be paid for as specified in these contract documents. Once assembled, no fencing shall be removed Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 13 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 14 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. s.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. 4)BOND; INSURANCE; INDEMNIFICATION. a.Performance 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 in the amount one hundred and ten percent (110%) of the bid 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 15 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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 bond/Letter of Credit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. b.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. Insurance coverage shall be in the following minimum amounts: Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability Bodily Injury $1)0007000 $370007000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $1)0007000 $3)0007000 Automobile Liability Bodily Injury Property Damage Workers Compensation Employee Claims Employers Liability $1, 000, 000 $1)000)000 $1)0001000 $1,000)000 Statutory for Illinois $1,000,000 per accident c. 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, Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E Section 007200 Ground Storage Tank Page 16 of 23 April 2019 SECTION 007200 — GENERAL CONDITIONS: continued including operations of subcontractors; and the Contractor shall, at his 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 his 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. 5)Compliance with Laws. a. 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 Consultant and his 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. b. 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 owner, its officers, agents, and employees against any claim or liability arising from or based on his 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: i. 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 ILLS 5/33E-3 & 33E-4. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 17 of 23 SECTION 007200 — GENERAL CONDITIONS: continued ii. Tax Pam. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILLS 5/11-42.1-1) iii. 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). iv.Preference to Veterans Act. The Contractor will comply with the Preference to Veterans Act (330 ILCS 55). v. 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. vi.Non-Discrimination. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) vii. 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: 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. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 18 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. 3) That, in all solicitations or advertisements for employees placed by him or her or on his or her behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 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 his or her 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) 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. 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. 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 19 of 23 SECTION 007200 — GENERAL CONDITIONS: continued municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, viii. PREVAILING WAGE. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website, www.state.il.us/agency/idol/rates/rates.HTM. The Contractor and all subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 20 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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. ix. Compliance with Freedom of Information Act Request. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILLS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village of Mount Prospect will have only a very short period of time from receipt of a FOIA request to comply with the request and there is a significant amount of work required to process a request including collating and reviewing the information. The bidder/contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/contractor agrees to indemnify and hold harmless the Village of 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. x. Work Guaranty. 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. 2. General Guaranty. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work embraced Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 21 of 23 SECTION 007200 — GENERAL CONDITIONS: continued 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 his own cost any such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to said Village, and furnish all such new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of said workmanship or materials said Village may do so or have same done by others, and said contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay. All details of warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. xi. Miscellaneous Contract Requirements 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. 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. 3 .Nonassi e nability. 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 Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 22 of 23 SECTION 007200 — GENERAL CONDITIONS: continued contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 4.Notices. All notices required by the contract shall be given in writing. 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. Village of Mount Prospect Section 007200 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 23 of 23 Section 007300 SUPPLEMENTAL CONDITIONS SCOPE. These Supplemental Conditions amend or supplement the General Conditions and other provisions of the Contract Documents as indicated herein. All provisions which are not so amended or supplemented remain in full force and effect. I . Article 1 — Definitions and Terminology a. SC1.01-Defined Terms 1. Owner: Village of Mount Prospect 2. Engineer: Village' Engineering Project Representative (Burns &McDonnell) 2. Article 2 —Preliminary Matters a. SC 2.02 —Copies of Documents 1. Owner shall furnish to Contractor up to five (5) printed or hard copies of the Drawing and Specifications. Additional copies will be furnished upon request at the cost of reproduction. 1. The following is added as Section 5.03 C: Each policy must list the Village, Mount Prospect Park District and Burns & McDonnell as additional insureds. The Contractor and all Subcontractors waive subrogation rights against the Village, Mount Prospect Park District and Burns & McDonnell for all losses. Such insurance shall apply as primary insurance with respect to any other insurance or self-insurance program afforded to the Village of Mount Prospect, Mount Prospect Park District and Burns & McDonnell. There shall be no endorsement or modification of such insurance to make it excess over other available insurance, and alternatively, if the insurance states that it is excess or pro rata, it shall be endorsed to be primary with respect to the Village of Mount Prospect, Mount Prospect Park District and Burns & McDonnell. The insurance required shall include all major division of coverage and shall be on a comprehensive general basis including Premise and Operations (including X -C -U), Products and Completed Operations, and Owned, Non -owned, Leased, and Hired Motor Vehicles. Such insurance shall be written for not less than any limits of liability required by law or the limits referenced in Section "General Conditions " of Village of Mount Prospect Front -End Specifications, paragraph 4(b) — Insurance Requirements. The Village reserves the right, at its sole discretion, to amend the insurance requirements contained herein. All insurance shall be written on an occurrence basis, unless the Village of Mount Prospect approves in writing coverage on a claims -made basis. Coverages whether written on an occurrence or a claims -made basis shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment. Village of Mount Prospect Section 007300 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page I of 2 SECTION 007300 — SUPPLEMENTAL CONDITIONS: continued Certificates of Insurance acceptable to the Village of Mount Prospect and confirming the insurance coverage required herein are attached to the Contract. The Village shall have no obligation to execute the Contract and may award the Contract to the next lowest responsible and responsive bidder, if such insurance certificates have not been provided to the Village within five (5) business days after presentation of the Contract to the Contractor for execution. The Contractor shall furnish to the Village copies of any endorsements that are subsequently issued amending limits of coverage. 2. Article 14 shall be amended to require current waivers of lien and certified payrolls with all pay requests. This requirement will also apply to all subcontractors retained by the Contractor. END OF SECTION 007300 Village of Mount Prospect Section 007300 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 2 O O .O W CA Im c N N I� M r -i I� L n M r -I r -i 00 r I L n � r%,L n N M N Q1 r -I N I� I� I� l0 . Ol 00 N ui t.0 N t0 t0 M 00 M I� l0 M � t.0I* O V m Lr) Lr) Ol Lr) > O O O O O O O N O O O N M O O o o o o oq o o o o o 00 I� N N r -I M N l0 00 N N r -I l0 r -I to 00 r-_ r i Lr) l0 O1 r*-_ Ln N L n 00 Ol :::1-O O N r1 Ln to r*-. r -I r -I Lr) f) -:::I:M ui 000 00 = N r1 ON � O � N M r� l0 (.6 4 r4 M M N O lD r� N 00 00 ar -I r -I r i N r r -I r -I r -I r1 l r1 r -I N r -I N r -I N r l r l r i r i cl dl I� I� 00 M 00 Ln 01 I� r -I q;J- W � dl N dl 00 M I� I� M W r -I � N Ol O r -I 4 O 00 rqM r -I ui ui M4 N4 4 r4 N6 O 4 00 M I r -I w r -I r -Ir l -Ir l r -I m Ol r -i r -i r -i r -i r -i r -i rl r -i r -i I� r -i r -i r -I r -i r -i O = N � N N N N N N N N N N N � N N N N N N N N N N N H Oo 0 O N � N N N N N N N N N N N N N N N (N N N (*-4 N N N N N N 0 4-0 �..� Lr) Lr) Ln N Ln Ln Ln Ln Ln Ln Ln Ln N Lq N ul N Lq Ln Ln Ln Ln Ln Ln Ln o N l r -I r -I r -I r -I r -I r -I r -I r -I r -I r -I r -I r-) r -I r -I r -I r -I r-) r -I r -I r -I r -I O 9I V O� LL.CC� M LI) M Lf) M N N LI) Lf) Lf) L L!) Un N L!) Lf) L1) N Li) LI) Lf) L!) L!) Lf) LI) Lf) a„ C r -I r -i r -I r -I r -I r -I r -i r -I r -i r -I r -I r -I r- r -I r -I r -I r -I r -I r -I r -I r -i � � H O O O N � 00 M r -I rn 00 111 m L n N l0 � °� °� LnLn' L.f) m 00 00 L r) M M 00 N M Lli m 00 00 I� m� N L11 m O E M M O M0 01 -qt I� l0 u� L11 L11 r -I N uj L n r1 .4 Ol O al I� 00 O w � � Ln 9:1 Ln � Zt Ln lzt I�t Ln 1;t M I�t LL O W � N 00 l0 m Ln Ln l0 l0 m 00 u1 Ln Ln 00 Ln Ln M N Ln 00 u) M N r%,Ln � 00 qt r -I M N L 00 00 M I� M m w I;t � M m m N r -Z dl lD r-� ui O1 MO Ln O 0 00 4 O M0 0 00 N I� 00 4 u) N6 l0 m R M Rt� M Rt ::I- RtL!i RtI�t qt M ::I- M Rt Mail 4� m M O� cl� a m m m a a m m<<< a m a m m a a a m a m a a a CA a _ O- - - - - - - - - - - - - - - - - - - - - - - - - - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a - a cc w a zof ct CL a z O O a u oC LU o :2 D O _ 1z LU� G z z z (� Q J W Z or- W °u ~ ' o FL iLL. Z � w oC oC J oC oC O L/) W cI w w o �o � m Q m Q � O� or_ a � w Q u u z On ��, [� a a LL J J _ L7 ~ O O 2 U — w u —— u U — _u O w of c/) O of z Q Q 0 ap o G� V) Lnw oC w Z w oC oC oC oC a w w O oc w = J m J m p[ w w :t v1 i m m J u oC u u u u> U z N Q LL Z 0 °� 2 U oC o- O w w w w w O � a 4—<j a CC a CC a CC Q CC CC CC Q Q m m u u u u W W W W W LL J J G G G G G G a O H 0 H 0 Q 0 LL C� C H 0 m E i O wl m m tA m u mqqT0� m m m m m m( r N N O ip Ln r -I r -I r -I rl r -I r -I rl r4 r -I rl r -I r -I 4 r -I rl O rl r -I r -I r -I N O N Ln N N N N N O N N N N N N N N N ("A N N N O O O O O Ln r -I r� r -I r� r� Ln Ln Ln Ln Ln Ln Ln r� r� 00 r -I r-iLri r -I a) ::1- 00 r -I � M M M M M M M O N Ln 01 � 01 r -I r I r I r- O Lrir-i N r I r -I Ln Ln r-ir-I r -i r -i Ln O rl m O 00 r -I r -I rl r -I r -I r -I rl r -I N N r -I N r -I 00 n n o0 00 00 00 00 00 00 rl� n � � rl%. oo 0o 00 0 0 0 0 0 0 0 1 o0 o0 o0 o0 o0 o0 00 m cl 01 c l c l 4 rlN r -i O r -I r -I r -I r -i r -i r -I r -i r -i r -i r -i r -i r -I r -I r -I r -I r -I r -I r -I r -I r -I r -I r -I N N N N N N N N N N N N N N N N N N N N N N N N Ln rl N N N N N N N N N N N N N N N N N N N N N Ln Ln N N Lri Lri Lri Lri Lri � � � � � � M �' o �C:) 0i r' Ln Ln Lr)Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln u Ln Ln Ln � N N N N N N N Ln 00 Ln O Ln Ln Ln � Ln Ln 00 M Ln N N m M Ln o Ln Ln N N N N N N N N Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln N Ln Ln Ln Ln r -i r4 r4 r4 r4 r4 r -i r -i r -i r -i r -i r -I r -i r -i r -i r4 r4 r -I r -I r -I r -I r -I Ln 0 Ln 0 Ln 0 Ln 0 Ln 0 Ln 0 m m Ln Ln Ln Ln Ln m Ln Lri Lri Lri Lri Lri � � � � � � M �' o �C:) 0i r' Ln Ln Lr)Ln Lr)Lr) Lr) Lr) Ln Lr) Ln Ln Ln Ln qzl- � Ln ri 00 Ln N 11? Ln 00 Ln O Ln Ln Ln � Ln Ln 00 M Ln N r� m M Ln o Ln Ln � N Ln M '� I� Ln M � Ln c l r-' o0 M o0 00 l0 r4 4 N0 00 l0 cl I� 00 Ln Ln Ln Ln Ln Ln Ln Ln qt Ln Ln M r -I N m Ln l0 I� r -I N m Ln �-0 r -I N m Ln l0 I* M � O O C) N D O J J J O J J O J D J J J J J J J J J J J Q J J J 0�-+ J • O N LL LL LL LL LL LL Q Q Q m m m m m m m = _ _ _ _ _ = m m U A-, a Q a Q a a a Q a Q Q a a Q a Q Q a a Q a Q Q a a w r 0 LU ct w w w w w w w w w w w w w w w w w w w w z Z Z Z Z z Z Z Z Z Z Z z Z Z Z Z z Z Z o Z z z z z z z z z z z z z z z z z z z z z� oo Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z LU w o ct a Q Q a Q Q a Q Q a Q a Q Q Q a Q Q a Q Lu w z z LL. W W W W W W W W W W W W W W W W W W W W Z w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ Ln r -i m o0 oo ui Nlzt RztM t-nLn L n Ln ui L n l0 n Ln m M M L n t.0 O l0 M a) r-ir-I rl r -I r -I rl 0) r -I rl O r -I O O O O O rl O O O O O O N O O V m > O O O O O O O O O O O O O O O O O O O O c O m N 00 ONO m N r* -.m m rl Ln Ln Ln kD r -i• w w m m 00 m N IJP N N N L n 0000 1 r -i 00 M `� � rl-. cn Lnr-ir-ir-irel O 00 C114 r -i r -i w a r -i r -i r -i C%4 r -i r -i r -i r -i r -i m m m Ln m Ln � oo oo oooo rn � oo oo Ln m Ln rn m���� o 0 0 0 m m o oro 0 00 oMo 0 = N N N N N N N N N N N N N N N N N N N N N H 0 Ln N N N N N N N N N N N N N N N N N N N N N 0 L q Lli Ul Ul L!i Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln V; r -I rl rl r -I r -I r -I N'- 0 N 0 LL Ln Lf i Ln Ln Ln Ln Ln LnLnuI Ln Ln LnLnLnLnLn Lf i Ln C� C r -I r -I r -I r -I rl r -I N r -I r -I r -I N r -I r -I r -I r -I r -I rl r -I r -I r -I r -I H Ln Ln Ln Owl r*-. r -I R:I- M LO rl 00 N w O 00 Lli 00 � M qt� O� M M E Ln a� O Li Ln Ln Ln Lnr, m oo m rn m m qt w N N w N M O r -I Ln M�� W r1 M r 1 W M O M 4 r -i 00 N lD r1 ui k6 M Ln M LD M tD Mm I� � lD O 00 m qt Ln �� m qt�� q* m m m p M O O NO rl CV M rl N M M N a mmmmmmammmm=aaaaaaaam �, i •� _ a _ a _ a _ a _ a = a J a a a a a a a oc a ct a LU Off rt, o af O °U w = z 0 , � o °C z Q O O z w Of w Of w Of w oC w Cir- w Or- w oc w Of w o o J a0 w �� - z�>>>>>>>>� w a LU oC w Z w w a O 0 cn oC oC oC oC oC oC oC oC Z o H w w of a w N N a U o ca Lu w c1 LL z z w Z Lwi V V V V V V V V a� 0 w ofLu0o-ocwa�>>������ J � w J = w w oC olf oC oC or- o% of oC oC Dct oL oL Of (/') cn c/) V) V) SECTION 007310 — PREVAILING WAGE RATES: continued EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for the made in the -like units; all mixtures in the like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where the is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of the and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of the and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all the work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of the installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect the installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing the floors and walls to be re -tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 4 of 9 SECTION 007310 — PREVAILING WAGE RATES: continued Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate the and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End -loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self -Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip -Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 5 of 9 SECTION 007310 — PREVAILING WAGE RATES: continued Laser Screed; Rock Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self -Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,0001000 Gallon Station 5E Ground Storage Tank Page 6 of 9 SECTION 007310 — PREVAILING WAGE RATES: continued Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off -Road Hauling Units (including articulating) Non Self -Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self -Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm -Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post -Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge) . Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender. Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc. Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 7 of 9 SECTION 007310 — PREVAILING WAGE RATES: continued Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator. Class 5. Friction or Lattice Boom Cranes. Class 6. ROV Pilot, ROV Tender TERRAZ FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Holsters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2 -man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2 -man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self -loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready -mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self - loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1 -man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self- loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 8 of 9 SECTION 007310 — PREVAILING WAGE RATES: continued For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". END OF SECTION 007310 Village of Mount Prospect Section 007310 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 9 of 9 Section 007315 CERTIFICATION REQUIREMENTS Village of Mount Prospect, Illinois Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. 1. The contractor agrees to provide all items and material to the Village as noted in the specifications. 2. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of the bid -rigging or bid -rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. 3. Default on Educational Loan. By submitting a bid the contractor certifies that no owner, officer or director is in default on an educational loan as provided in 5 ILCS 385/1-385/3. 4. Bribery. The Contractor states he or she has not been convicted of bribery or attempting to bribe an officer or employee of the state of Illinois, nor has the Contractor made an admission of guilt of such conduct which is a matter of record, nor has any official, officer, owner, agent or employee of the Contractor been so convicted or made such admission (30 ILCS 500/50-5). 5. Felony or Bribery Conviction. The Contractor is not barred on account of a felony or bribery conviction (30 ILLS 500/50-10 and 30 ILCS 500/50-10). 6. International Boycott. The Contractor certifies that neither it nor any substantially -owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under the act. 7. 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 the vendor has more than 24 employees at the time of entering into the contract (30 ILCS 580). 8. The contractor and subcontractors, etc. shall pay prevailing wages pursuant to the Wages of Employees on Public Works Act (820 ILCS 130). 9. Preference to Veterans Act. The Contractor will comply with the Preference to Veterans Act (330 ILLS 55) 10. Records. The Contractor will comply with the record keeping requirements of the Illinois Procurement Code (30 ILLS 500/20-65) by keeping the records related to the contract for a minimum of three (3) years after the completion of the contract and available for review and audit by the Illinois Auditor General. 11. The Contractor certifies that the company has in place for all of its employees 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 Public Act 95-0635. Village of Mount Prospect Section 007315 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 2 12. The Contractor certifies that the company is in compliance with Fair Employment Practices as outlined in the General Conditions 13. Selection of Labor The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. 14. The successful bidder agrees that upon acceptance by the Village of Mount Prospect, the executed Invitation to Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the Village. Signature/Title Company Name Address Phone Number FEIN No. END OF SECTION 007315 Village of Mount Prospect Section 007315 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 2 Section 007330 AFFIDAVIT — BID CERTIFICATION FORM Bidder: Company/Firm Name: Address: 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 certifications (Name of Company) 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 ILLS 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. Village of Mount Prospect Section 007330 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Page 1 of 2 SECTION 007330 — AFFIDAVIT: continued AFFIDAVIT — BID CERTIFICATION FORM 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 minimum, the following information: (I) the illegality of sexual harassment; (II) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Signed and sworn to before me this day of , 20 My commission expires: Notary Public Village of Mount Prospect Rehabilitation of 1,000,000 Gallon Station 5E END OF SECTION 007330 Section 007330 Ground Storage Tank Page 2 of 2 Title: April 2019 DIVISION 1 - GENERAL REQUIREMENTS SECTION 011100 - SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: Village of Mount Prospect is contracting for Work described in the Contract Documents. 1. Contract Identification: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 2. Work Site Location: 112 Highland Avenue in Mount Prospect, IL. C. Engineer: The Contract Documents were prepared by Burns & McDonnell Engineering Company, Inc. (1431 Opus Pl., Suite 400, Downers Grove, Illinois 60515) 1.02 PROJECT DESCRIPTION: A. The Village of Mount Prospect owns and operates one (1) one -million gallon potable water ground storage tank located at 112 Highland Avenue (Tank 5E). The proj ect includes, but is not limited to the following bid items: Complete blast and recoat of the wet interior, high pressure wash the exterior followed by spot repair and topcoat of the exterior. Replacement of the 50A breaker in the electrical vault. The project also includes various improvements to the Tank's safety measures, steel work, seam sealing, foundation repair, tank disinfection, and site restoration. B. Included at the back of this Project Manual is the inspection report written for Tank 5E. The inspection report was written in 2017 by Tank Industry Consultants. The report contains photographs of the tank. The report and photographs are for informational purposes and not to be used for bidding purposes. 1.03 WORK BY OTHERS A. Work Under Other Contracts: None 1.04 CONTRACTOR'S USE OF PREMISES: A. Limited Use: 1. Limit use of the premises for storage and execution of the Work to allow for Owner occupancy. Confine operations to areas within Contract limits indicated. Portions of Site outside the Contract limits shall not be disturbed. 2. Coordinate with other separate contractors and Owner to avoid interference of operations. 3. Conduct operations so as to ensure the least inconvenience to Owner and the general public. 4. The Contractor shall be responsible for providing all temporary sanitary and office facilities for his use. Obtaining utility connections and payment of all costs associated with the use of facilities shall be the responsibility of the Contractor with no additional cost to the Owner. 1.05 OWNER'S USE OF PREMISES: A. Full Owner Occupancy: The Owner will occupy the Site during the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's operations. 1.06 WORK SEQUENCE: Village of Mount Prospect 01 1100-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 011100 - SUMMARY OF WORK: continued A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1. The Contractor shall provide 7 days advance notice to Owner regarding shutdown of the Tank. 2. Approval to proceed with shutdown shall not be granted until all equipment and materials required to complete the repairs are onsite. 1.07 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. B. Specific Items: Measurement and payment of specific items shall be as specified in Section 012000. 1.08 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, electronic copies in Adobe ® PDF format of the Contract Documents including revised Drawings, and the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request at printing and delivery cost. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION — Not Applicable. END OF SECTION 01 1100 Village of Mount Prospect 01 1100-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012000 — MEASUREMENT AND PAYMENT PART 1 - GENERAL INFORMATION 1.01 MEASUREMENT AND PAYMENT: A. This Section describes the measurement and payment for the Work to be done under the items included in this Contract. B. Each unit or lump -sum price stated in the Bid shall constitute full compensation as herein specified for each item of work completed in accordance with the Contract Documents. The price shall be full compensation for furnishing all materials and for all labor, equipment, fees, tools and incidentals necessary to complete the item as included in the Contract Documents. C. No separate measurement and payment shall be made for Work not specifically listed in this Section. It shall be understood that all Work necessary to complete the Contract as included in the Contract Documents shall be included in cost of the unit and lump sum items included in the Contract. D. Pay Items 2 & 3 of the Schedule of Values Section 004015 includes all work to be completed for the Tank 5E one -million gallon ground storage tank. Alternate bid items are included in the Bid Form and may be added to the bid by the Owner. Descriptions of sub -pay items and alternates are provided below. 1.02 BASE BID PAY ITEMS: A. Mobilization Pay Item No. 1 1. Mobilization will be paid for at the contract lump sum price for the mobilization and demobilization of all equipment to and from the site in accordance with Article 671 of the IDOT Standard Specifications for Road and Bridge Construction and the restoration of the project site. The unit price for this item shall constitute full compensation for all equipment, materials, labor, fees, tools and incidentals necessary to complete this item. No additional compensation will be given for re -mobilization to and from the site due to any reason. B. Interior Coating Rehabilitation — Pay Item No. 2 1. Interior Coating will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the appropriate surface preparation and re -coat the tank interior. C. Exterior Coating Rehabilitation — Pay Item No. 3 1. Exterior Coating Rehabilitation will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the proper surface preparation, spot prime, and over -coat the tank exterior. D. Steel Work & Miscellaneous Repairs — Pay Item No. 4 1. Steel Work & Miscellaneous Repairs will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the structural work and miscellaneous work as specified. This work includes but is not limited to the following: a. Miscellaneous chipping and grinding b. Seam sealing C. Sealant repair d. Foundation repair e. Removal and replacement of the existing wet interior ladder with a fall prevention device. £ Removal and replacement of the existing exterior ladder with a fall prevention device. g. Installation of shell manhole davits (2) Village of Mount Prospect Section 012000 - 1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012000 — MEASUREMENT AND PAYMENT: continued h. Installation of a self-closing gate on the existing roof safety railing i. Replacement of the existing roof safety railing toe bar j . Installation of mud guards (2): Install a removable mud guard on the inlet/outlet pipe and the drain pipe. E. Electrical Work — Pay Item No. 5 1. Electrical Work will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to remove and replace the existing breaker in the electrical vault. F. Tank Disinfection — Pay Item No. 6 1. Tank Disinfection will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to disinfect and test the tank as specified. G. Site Restoration — Pay Item No. 7 1. Site Restoration will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to restore any disturbed areas of the site as specified. H. Contingency — Man Hours for Additional Work — Pay Item No. 8 1. Contingency will be paid for at the contract price per man-hour. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to complete the work as specified and as requested by the Village. 1.03 ALTERNATE BID PAY ITEMS A. Exterior Coating w/ Full Blast Pay Item No. LA 1. Exterior Coating w/ Full Blast will be paid for at the contract lump sum price as an addition or deduction to the cost of Bid Item 3. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the appropriate surface preparation and re -coat of the tank exterior. B. Partial Beam Replacement — Pay Item No. 1.13 1. Partial Beam Replacement includes removal and replacement of the center support ring, 24 inner roof beams, 24 inner roof perlins, and 24 outer beam ends. Partial Beam Replacement also includes material and labor to caulk all joints 1/2" or smaller between the roof and beams with Sika Flex IA. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the items listed above. Work shall be paid at the contract lump sum price for Partial Beam Replacement. C. Complete Beam Replacement — Pay Item No. 1.0 1. Complete Beam Replacement includes removal and replacement of the center support ring, roof beams, and roof perlins. Complete Beam Replacement also includes material and labor to caulk all joints 1/2" or smaller between the roof and beams with Sika Flex IA. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the items listed above. Work shall be paid at the contract lump sum price for Complete Beam Replacement. END OF SECTION 012000 Village of Mount Prospect Section 012000 - 2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012500 - SUBSTITUTIONS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. Related Work Specified Elsewhere: 1. Requirements for submitting Contractor's construction progress schedule and the Submittal schedule: SECTIONS 013200 and 013300. 2. Requirements governing Contractor's selection of products: SECTION 016000. 1.02 DEFINITIONS: A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, Materials, Equipment, and methods of construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Revisions to the Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 1.03 SUBMITTALS: A. Substitution Request Submittal: Engineer will consider written requests for substitution if received within 30 days after commencement of the Work. Requests received more than 30 days after commencement of the Work may be considered or rejected at the discretion of Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for Change Order proposals. Requests for substitution shall not be submitted in the form of a Request for Information (RFI). 2. Identify the Equipment or Material, the fabrication, or installation method to be replaced in each request. Include related Specification Section/Article and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Statement indicating why specified product or method of construction cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate the proposed substitution. C. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Identification of available sales, maintenance, repair, and replacement services. g. A statement indicating the effect of the substitution on Contractor's construction progress schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on the overall Contract Times. If Village of Mount Prospect 012500-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012500 - SUBSTITUTIONS: continued specified product cannot be provided within the Contract Times, provide letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delay in delivery. h. An itemized estimate of costs that will result directly or indirectly from approval of the substitution, including: (1) A proposal of the net change, if any, in the Contract Price. (2) Costs of redesign required by the proposed change. (3) Costs of resulting claims as determined in coordination with other contractors having work on the Project affected by the substitution. i. Statement indicating whether or not incorporation or use of the substitute is subject to payment of any license fee or royalty. j. Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents, will perform adequately the functions and achieve the results called for by the general design, is similar in substance to that specified, and is suitable for same use as that indicated and specified. k. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 4. Engineer's Action: If necessary, Engineer will request additional information or documentation for evaluation within two weeks of receipt of a request for substitution. Engineer will notify Contractor of acceptance or rejection of the substitution within 4 weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a Change Order. PART 2 - PRODUCTS 2.01 SUBSTITUTIONS: A. Conditions: Engineer will receive and consider Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by Engineer. If the following conditions are not satisfied, Engineer will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed substitution is in keeping with the general intent of the Contract Documents and will produce indicated results. 3. Substitution request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Times. Engineer will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The requested substitution offers Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where Contractor certifies that the substitution will overcome the incompatibility. Village of Mount Prospect 012500-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012500 - SUBSTITUTIONS: continued 8. The specified product or method of construction cannot be coordinated with other materials and where Contractor certifies that the proposed substitution can be coordinated. 9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where Contractor certifies that the proposed substitution provides the required warranty. B. Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Engineer's acceptance of Submittals not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval of a substitute. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. PART 3 - EXECUTION (Not Applicable) END OF SECTION 012500 Village of Mount Prospect 012500-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013100 - PROJECT COORDINATION AND MEETINGS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination drawings. 2. Project meetings. 3. Requests for information (RFIs). B. Related Work Specified Elsewhere: 1. For preparing and submitting Contractor's construction progress schedule: SECTION 013200. 2. For Submittal Requirements: SECTION 013300. 3. For coordinating closeout of the Contract: SECTION 017800. 1.02 DEFINITIONS: A. RFI: Request for information prepared by Contractor and submitted to Engineer seeking interpretation or clarification of the Contract Documents. 1.03 COORDINATION: A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Make adequate provisions to accommodate items scheduled for later installation. 3. Where availability of space is limited, coordinate installation of different components to allow optimum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of others to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of construction progress schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of Submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. Village of Mount Prospect 013100-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued 1.04 SUBMITTALS: A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, process, and electrical systems. b. Indicate required installation sequences. C. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted Equipment and minimum clearance requirements. Provide alternate sketches to Engineer for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. d. Crane or other construction equipment placement and motion space required. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit one electronic copy and two opaque hard copies of each Submittal to Engineer. Engineer will return comments electronically. 4. Refer to individual Sections for coordination drawing requirements for Work in those Sections. 1.05 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Representative(s) of Contractor including Contractor's superintendent. b. Engineer and Resident Project Representative. C. Representative(s) of Owner. d. At Owner's option, representatives of principal Subcontractors and Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Phasing. C. Critical Work sequencing and long -lead items. d. Designation of key personnel and their duties; lines of communication. e. Project coordination. £ Procedures and Processing of: (1) RFIs. (2) Field decisions. (3) Substitutions. (4) Submittals. (5) Change Orders. (6) Applications for Payment. g. Procedures for testing. h. Procedures for preparing and maintaining record documents. Village of Mount Prospect 013100-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued i. Use of Premises: (1) Office, work, storage, laydown, and parking areas. (2) Owner's requirements. (3) Work restrictions and hours. j. Construction facilities, controls, and construction aids. k. Temporary utilities. 1. Safety and first-aid. m. Security. n. Deliveries of Equipment and Materials. 4. Location of Meeting: At or near the Project Site, to be determined after award of Contract. 5. Reporting: a. Within three working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Coordination Schedules: 1. Engineer will conduct a meeting at least ten days before submission of the first Application for Payment to finalize the initial coordination schedules requested under SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. 2. The meeting shall be attended by: a. Representative(s) of Contractor including Contractor's superintendent (and scheduler). b. At Owner's option, representatives of principal Subcontractors and Suppliers. C. Engineer and Resident Project Representative. d. Representative(s) of Owner. C. Construction Progress Meetings: 1. Engineer will schedule and conduct a meeting at least bi-weekly and at other times requested by Engineer. Representatives of the Owner, Engineer, and Contractor shall be present at each meeting. With Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. 2. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. Each Subcontractor shall comment on the schedules of Contractor and other Subcontractors and advise if their current progress or anticipated activities are compatible with that Subcontractor's Work. 3. If one Subcontractor is delaying another, Contractor shall issue such directions as are necessary to resolve the situation and promote construction progress. 4. Meeting Agenda: a. Review of construction progress since previous meeting. b. Field observations, interface requirements, conflicts. C. Issues which may impede construction schedule. d. Off -Site fabrication. e. Delivery schedules. f. Submittal schedules and status. g. Site use; coordination with other contractors. h. Temporary facilities, controls, and services. Village of Mount Prospect 013100-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued i. Hours of Work. j. Hazards and risks. k. Housekeeping. 1. Quality and Work standards. m. RFIs. n. Status of Change Orders. o. Documentation of information for payment requests. p. Corrective measures and procedures to regain construction schedule if necessary. q. Revisions to construction schedule. r. Review of proposed activities for succeeding Work period. S. Review proposed Contract modifications for: (1) Effect on construction schedule and on completion date. (2) Effect on other contracts of the Project. t. Other business. 5. Location of Meetings: At or near Project Site, to be determined after award of Contract. 6. Reporting: a. Within three working days after each meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principal Subcontractors and Suppliers. 1.06 REQUESTS FOR INFORMATION (RFIs): A. Procedure: Promptly on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI with the content specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's Work or work of Subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Contract number and title. 5. Name of Engineer. 6. RFI number, numbered sequentially. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. 9. Field dimensions and conditions, as appropriate. 10. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Times or the Contract Price, Contractor shall state impact in the RFI. 11. Contractor's signature. 12. Attachments: Include drawings, descriptions, measurements, photos, product data, Shop Drawings, and other information necessary to fully describe items needing interpretation. C. Hard -Copy RFIs: 1. Identify each page of attachments with the RFI number and sequential page number. D. Software -Generated RFIs: Software -generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. Village of Mount Prospect 013100-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued E. Engineer's Action: Engineer will review each RFI, determine action required, and return it. Allow seven working days for Engineer's response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of Submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Times or the Contract Price. e. Requests for interpretation of Engineer's actions on Submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Multiple RFIs addressing similar or identical issues may be addressed by Engineer with a single broad response. 3. Engineer's action may include a request for additional information, in which case Engineer's time for response will start again upon Contractor's response and resubmittal. 4. If Contractor believes the RFI response warrants change in the Contract Times or the Contract Price, notify Engineer in writing within ten days of receipt of the RFI response. F. On receipt of Engineer's action, update the RFI log and promptly distribute the RFI response to affected parties. Review response and notify Engineer within seven days if Contractor disagrees with response. G. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log bi-weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Contractor representative name and telephone number. 4. Name and address of Engineer. 5. RFI number including RFIs that were dropped and not submitted. 6. RFI description. 7. Date the RFI was submitted. 8. Date Engineer's response was received. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS - Not Applicable. PART 3 - EXECUTION - Not Applicable. END OF SECTION 013100 Village of Mount Prospect 013100-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary construction progress schedule. 2. Construction progress schedule. 3. Schedule of Submittals. 4. Schedule of values. 5. Construction progress reports. 6. Daily construction reports. 7. Equipment and Material location reports. 8. Field condition reports. 9. Special reports. B. Related Work Specified Elsewhere: 1. For submitting and distributing meeting and conference minutes: SECTION 013100 - PROJECT COORDINATION AND MEETINGS. 2. For submitting schedules and reports: SECTION 013300 - SUBMITTALS. 3. For submitting construction photographs: SECTION 013233 - PROJECT PHOTOGRAPHS. 1.02 REFERENCES: A. Associated General Contractor's of America (AGC): 1. Construction Planning and Scheduling. 1.03 DEFINITIONS: A. Activity: A discrete part of a contract that can be identified for planning, scheduling, monitoring, and controlling the construction Work. Activities included in a construction schedule consume time and resources, but shall not include planned work stoppages. Activities shall not normally reflect the Work of more than one trade. 1. Critical activities are activities on the critical path and have zero or negative float. Critical activities must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. "Baseline" schedule: The schedule submitted and accepted by Engineer for the Work. C. Cost Loading: The allocation of the schedule of values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Price, unless otherwise approved by Engineer. D. CPM: Critical path method (CPM), which is a method of planning and scheduling a construction contract where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Contract. E. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Contract duration and contains no float. F. Event: The starting or ending point of an activity. An event has no duration. G. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. Village of Mount Prospect 013200-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting an intermediate deadline or the planned Contract completion date. H. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. I. Milestone: A key or critical point in time for reference or measurement. A milestone has no duration. J. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships. K. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.04 SUBMITTALS: A. Qualification Data: For scheduling consultant. B. Schedule of Submittals: Submit in specified electronic format. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (technical or informational). 4. Name of Subcontractor or Supplier. 5. Description of the Work covered. 6. Scheduled date for Engineer's final release or approval. C. Preliminary Construction Progress Schedule: Submit one electronic copy and two opaque hard copies. 1. Acceptance of cost -loaded preliminary construction schedule will not constitute acceptance of schedule of values for cost -loaded activities. D. Construction Progress Reports: Submit two copies of bi-weekly intervals. E. Daily Construction Reports: Submit two copies at monthly intervals. F. Material Location Reports: Submit two copies at monthly intervals. G. Field Condition Reports: Submit two copies at time of discovery of differing conditions. H. Special Reports: Submit two copies at time of unusual event. 1.05 COORDINATION: A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate construction progress schedule with the schedule of values, list of subcontracts, schedule of Submittals, Material and Equipment procurement, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.01 SCHEDULE OF SUBMITTALS: A. Preparation: Submit a schedule of Submittals, arranged in chronological order by dates required by construction progress schedule. Include time required for review, resubmittal, Village of Mount Prospect 013200-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued ordering, manufacturing, fabrication, and delivery when establishing dates as required in SECTION 013300 - SUBMITTALS. 1. Coordinate Submittals schedule with list of subcontracts, the schedule of values, and "Baseline" construction progress schedule. 2. Initial Submittal: Submit concurrently with preliminary bar -chart schedule. Include Submittals required during the first 14 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of construction progress schedule. 2.02 CONTRACTOR'S CONSTRUCTION PROGRESS SCHEDULE, GENERAL: A. Time Frame: Extend schedule from date established in the Notice to proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. 2. Submittal Review Time: Include review and resubmittal times indicated in SECTION 013300 - SUBMITTALS in schedule. Coordinate Submittal review times in Contractor's construction progress schedule with schedule of Submittals. 3. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Engineer's administrative procedures necessary for certification of Substantial Completion. B. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. C. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules and is acceptable to Engineer: 1. Primavera Project Planner (P3). 2. Primavera 3e. 3. Primavera 5.0. 4. SureTrak. 5. Engineer -approved equal. 2.03 PRELIMINARY CONSTRUCTION PROGRESS SCHEDULE: A. Bar -Chart Schedule: Submit preliminary horizontal bar -chart -type construction schedule within seven days of date established in the Notice to Proceed. 1. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work. B. Preliminary Schedule of Values: 1. Initiate a preliminary value assigned to each significant construction activity. 2. Values shall give an indication of cash requirement prediction, with total equal to Contract Price. 3. Submit within ten days of Effective Date of Contract to Engineer (and Owner) for review. 2.04 CONSTRUCTION PROGRESS SCHEDULE (GANTT CHART): A. Gantt -Chart Schedule: After submittal of preliminary construction progress schedule as stated above, submit a detailed construction progress schedule within 30 days after the Notice to Village of Mount Prospect 013200-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued Proceed. Base the schedule on the preliminary construction progress schedule and incorporate review comments and other feedback. B. The schedule shall show the Work in a horizontal bar chart or other graphic format suitable for displaying scheduled and actual progress. 1. The schedule shall indicate phases of the Work, starting date, interim milestones, and dates of Substantial Completion and Final Completion. 2. Breakdown Work phases into separate time bar for each significant construction activity entry, with dates Work is expected to begin and be completed. Within each time bar, indicate estimated completion percentage in 10% increments. 3. Scale and spacing shall allow room for notation and revisions. 4. Sheet Size: Minimum 11 x 17 inches. C. Provide subschedules to define in more detail critical portions of schedules, including inspections and tests. D. Coordinate construction progress schedule with schedule of values, schedule of Submittals schedule, procurement schedule, progress reports, and payment requests. E. Engineer will review and comment on construction progress schedule and, upon agreement between Engineer and Contractor on necessary changes: 1. Contractor shall distribute copies as specified of the accepted "baseline" schedule to Engineer. Contractor shall provide additional copies to Subcontractors and other parties required to comply with scheduled dates, one copy to each party. F. Revise the construction progress schedule after each meeting, event, or activity where revisions have been recognized and accepted to reflect impacts of new developments on the schedule. G. Update and submit five copies to Engineer of the revised schedule at least once each month to show actual progress compared to the originally accepted "baseline" schedule and any proposed changes in the schedule of remaining Work. Include with construction progress report. 2.05 SCHEDULE OF VALUES: A. Based on the preliminary draft schedule of values, reviewed by Engineer (and Owner), submit finalized schedule of values acceptable to Engineer as to form and basic details. Submit final within 30 days after Notice to Proceed. B. Coordinate preparation of schedule of values with preparation and content of construction progress schedule. C. Content: 1. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. 2. Follow the construction progress schedule breakdown of Work activities as format for listing component items and assigning values. 3. For each major line item, list subvalues of major products or operations under the item. a. Each item shall include a directly proportional amount of the Contractor's overhead and profit. b. For items on which progress payments will be requested for stored materials received, but not installed, break down the value into: (1) The cost of the materials, delivered and unloaded, including taxes paid unless taxes are exempted. (2) The total installed value. C. The sum of all values listed in the schedule shall equal the total Contract Price. Village of Mount Prospect 013200-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued 2.06 REPORTS: A. Construction Progress Reports: 1. Submit a report on actual construction progress on a monthly basis. More frequent reports may be required should the Work fall behind the accepted schedule. 2. Construction progress reports shall consist of the revised construction progress schedule and a narrative report which shall include but not be limited to the following: a. Comparison of actual progress to planned progress shown on originally accepted schedule. b. Summary of activities completed since the previous construction progress report. C. Summary of activities planned for next reporting period. d. Planned, earned, and spent earned value analysis for the month. e. Identification of problem areas. f. A description of current and anticipated delaying factors, if any. g. Impact of possible delaying factors. h. Proposed corrective actions. 3. Submit a construction progress report to Engineer with each application for partial payment. Work reported complete but not readily apparent to Engineer must be substantiated with supporting data when requested by Engineer. 4. If a schedule update reveals that, through no fault of Owner, the Work is likely to be completed later than the Contract completion date, Contractor shall: a. Establish a plan for making up lost time. (1) Increase number of workers, or (2) Increase amount or kinds of tools, or (3) Work overtime or additional shifts, or (4) A combination of 2 or more of the above 3 actions. b. Submit plan to Owner and Engineer before implementing the plan. C. Take actions as necessary to get the Work back on schedule at no additional cost to Owner. B. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project Site: 1. List of Subcontractors at Project Site. 2. List of separate contractors at Project Site. 3. Approximate count of personnel at Project Site, and breakdown by craft. 4. Equipment at Project Site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. C. Field Condition Reports: Promptly on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for information (RFI). Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. D. Special Reports: 1. General: Submit special reports directly to Owner within one day of an occurrence. Distribute copies of report to parties affected by the occurrence. Village of Mount Prospect 013200-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued 2. Reporting Unusual Events: When an event of an unusual and significant nature occurs at Project Site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. PART 3 - EXECUTION (Not Applicable) END OF SECTION 013200 Village of Mount Prospect 013200-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes definitions, descriptions, transmittal, and review of Submittals. B. Related Work Specified Elsewhere: 1. SECTION 013100 —PROJECT COORDINATION AND MEETINGS 2. SECTION 013200 — CONSTRUCTION PROGRESS SCHEDULES AND REPORTS 3. SECTION 017800 — CONTRACT CLOSEOUT 1.02 GENERAL INFORMATION: A. Definitions: 1. Shop Drawings, product data, and Samples are technical Submittals prepared by Contractor, Subcontractor, manufacturer, or Supplier and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe installation, operation, maintenance, or technical properties, as specified in each Division of the Specifications. a. Shop Drawings include custom -prepared data of all types including drawings, diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects. b. Product data includes standard printed information on materials, products, and systems; not custom -prepared for this Proj ect, other than the designation of selections from available choices. C. Samples include both fabricated and unfabricated physical examples of materials, products, and Work; both as complete units and as smaller portions of units of Work; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of Samples which are too large to be handled in the specified manner for transmittal of Sample Submittals. 2. Informational Submittals are those technical reports, administrative Submittals, certificates, and guarantees not defined as Shop Drawings, product data, or Samples. a. Technical reports include laboratory reports, tests, technical procedures, technical records, and Contractor's design analysis. b. Administrative Submittals are those nontechnical Submittals required by the Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, Bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, Project record data, schedules, security/protection/safety data, and similar type Submittals. C. Certificates and guarantees are those Submittals on Equipment and Materials where a written certificate or guarantee from the manufacturer or Supplier is called for in the Specifications. 3. Refer to ARTICLES 1.03 and 1.04 of this Part for detailed lists of Submittals and specific requirements. B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of suitable quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducibles shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to Engineer that do not conform to specified requirements shall be subject to rejection by Engineer, and upon request by Engineer, Contractor shall resubmit Village of Mount Prospect 013300-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. Contractor's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve Contractor (or his Subcontractors) from meeting the required schedule for Submittals. C. Language and Dimensions: 1. All words and dimensional units shall be in the English language. 2. Metric dimensional unit equivalents may be stated in addition to the English units. However, English units of measurement shall prevail. D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of construction, and other information specified to enable Engineer to review the information effectively. 2. Where standard drawings are furnished which cover a number of variations of the general class of Equipment, each drawing shall be annotated to indicate exactly which parts of the drawing apply to the Equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting markers" will not be an acceptable means of annotating Submittals. Annotation shall also include proper identification of the Submittal permanently attached to the drawing. 3. Reproductions or copies of Contract Drawings or portions thereof will not be accepted as complete fabrication or erection drawings. Contractor may use a reproduction of Contract Drawings for erection drawings to indicate information on erection or to identify detail drawing references. Whenever the Drawings are revised to show this additional Contractor information, Engineer's title block shall be replaced with Contractor's title block, and Engineer's professional seal shall be removed from the drawing. Contractor shall revise these erection drawings for subsequent Engineer revisions to the Contract Drawings. E. Form of Submittals: 1. Submittals and other Project documents shall be transmitted in electronic format as specified. a. Selected Submittals may be provided in paper ("hardcopy") copies with advance approval of Engineer, and using the procedures specified herein. b. Equipment instruction books and operating manuals shall be provided in paper copies in addition to specified electronic format. 2. Electronic Format: a. Scanned Submittals and documents are not acceptable. Transmit Submittals and Project documents in: (1) Nonproprietary, native electronic format incorporating any necessary reference files, or (2) Adobe *PDF files created directly from native electronic format, or (3) Engineer -approved equal. b. For any given Submittal, the filename and format shall be consistent for initial submission and subsequent revisions of the same. Use consistent naming convention throughout. (1) Nonconforming Submittals are subject to re j ection by Engineer. C. Provide "as -constructed" Submittals, record documents, Equipment instruction books and operating manuals, and other documents on CD-ROM in Adobe *PDF format as required and approved by Engineer. In addition, provide all drawings in AutoCAD 2013 format on CD-ROM. Village of Mount Prospect 013300-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued d. Equipment instruction books and operating and maintenance manuals shall be in Adobe *PDF format combined in one pdf file for the complete O&M manual, or divided into pdf files that represent entire volumes (corresponding to hardcopy volumes). The pdf files shall be completely bookmarked with links within the index sheet to the different sections within the manuals/volumes, corresponding to the defined tabs within the hardcopy version. 3. Digital delivery media shall be via email or Engineer's Mass File Transfer (MFT) site(s). 1.03 TECHNICAL SUBMITTALS: A. Items shall include, but not be limited to, the following: 1. Manufacturer's specifications. 2. Catalogs, or parts thereof, of manufactured Equipment. 3. Shop fabrication and erection drawings. 4. Bills of material and spare parts list. 5. Instruction books and operating manuals. 6. Material lists or schedules. 7. Performance tests on Equipment by manufacturers. 8. Concrete mix design information. 9. Samples and color charts. 10. All drawings, catalogs or parts thereof, manufacturer's specifications and data, Samples, instructions, and other information specified or necessary: a. For Engineer to determine that Equipment and Materials conform to the design concept and comply with intent of the Contract Documents. b. For proper erection, installation, operation, and maintenance of Equipment and Materials which Engineer will review for general content but not for basic details. C. For Engineer to determine what supports, anchorages, structural details, connections, and services are required for Equipment and Materials, and effects on contiguous or related structures and Equipment and Materials. B. Schedule of Submittals: 1. In establishing schedule for Submittals, allow 10 days in Engineer's office for reviewing original Submittals and 10 days in Engineer's office for reviewing resubmittals. 2. Submittals requiring revision shall be resubmitted within 10 days after receipt of Engineer's review notations. 3. The schedule shall indicate the anticipated dates of original submission for each item and Engineer's approval thereof, and shall be based upon at least one resubmission of each item. 4. Schedule all Submittals (Shop Drawings, product data, and Samples) required prior to fabrication or manufacture for submission within 30 days of the Notice to Proceed. Schedule Submittals pertaining to storage, installation, and operation at the Site for Engineer's approval prior to delivery of the Equipment and Materials. 5. Resubmit Submittals the number of times required for Engineer's "Submittal Approved." However, any need for resubmittals in excess of the number set forth in the accepted schedule, or any other delay in obtaining approval of Submittals, will not be grounds for extension of the Contract Times, provided Engineer completes his reviews within the times specified. 6. Where a Submittal is required by the Contract Documents or the accepted schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertaining Submittal will be at the sole expense and responsibility of Contractor. C. Transmittal of Submittals: Village of Mount Prospect 013300-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued 1. All Submittals (Shop Drawings, product data, and Samples) for Equipment and Materials furnished by Contractor, Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor. 2. After checking and verifying all field measurements, transmit all Submittals to Engineer for approval as follows: a. Submittal Information Block: (1) Affix to all paper copies whether Submittal is prepared by Contractor, Subcontractor, or Supplier. Use a stamp with information acceptable to the Engineer. b. Mark each Submittal by Project name and number, Contract title and number, and applicable Specification Section and Article number. Include in the letter of transmittal the Drawing number and title, sheet number (if applicable), revision number, and electronic filename (if applicable). Unidentifiable Submittals will be returned for proper identification. C. Check stamp and approve Contractor's approval of Submittals of Subcontractors, Suppliers, and manufacturers prior to transmitting them to Engineer. Contractor's submission shall constitute a representation to Owner and Engineer that Contractor approves Submittals and has determined and verified all design criteria, quantities, dimensions, field construction and installation criteria, materials, catalog numbers, compliance with Laws and Regulations, and similar data, and Contractor assumes full responsibility for doing so; and Contractor has coordinated each Submittal with the requirements of the Work and the Contract Documents. d. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents. e. Make all modifications noted or indicated by Engineer and return the required number of revised Submittals until approved. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by Engineer on previous Submittals. After paper copy Submittals have been approved, submit copies thereof for final distribution. Previously approved Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. f. Following completion of the Work and prior to final payment, furnish record documents and approved Samples and Shop Drawings necessary to indicate "as constructed" conditions, including field modifications, in the number of copies specified. Furnish additional copies for insertion in Equipment instruction books and operating manuals as required. All such copies shall be clearly marked "PROJECT RECORD." (1) Submit a final record copy of the Master Field Drawing list which shall indicate the final revision status of each drawing on the list. g. Keep a copy or sample of each Submittal in good order at the Site. 3. Quantity Requirements: a. Except as otherwise specified, transmit all Shop Drawings in the following quantities: (1) Initial Submittal: (a) Electronic -One copy to Engineer. (2) Resubmittals: (a) Electronic -One copy to Engineer. (3) Submittal for final distribution: Village of Mount Prospect 013300-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued (a) Paper - 3 copies plus the number required by Contractor, to Engineer. (b) Electronic -One copy to Engineer. (4) As -constructed documents: (a) Paper - 3 copies to Engineer. (b) Electronic -One copy to Engineer. (One copy to Owner.) b. Transmit Submittals of product data as follows: (1) Initial Submittal: (a) Electronic -One copy to Engineer. (2) Resubmittals: (a) Electronic -One copy to Engineer. (3) Submittal for final distribution: (a) Paper - 3 copies plus the number of copies required by Contractor, to Engineer. (b) Electronic -One copy to Engineer. C. Transmit Submittals of Material Samples, color charts, and similar items as follows: (1) Initial Submittal - 3 to Engineer. (2) Resubmittal - 3 to Engineer. (3) Upon approval, 1 Sample will be returned to Contractor. d. Transmit Submittals of Equipment instruction books and operating manuals as follows: (1) Initial Submittal: (a) Electronic -One copy to Engineer. One copy to Owner. (2) Resubmittals: (a) Electronic -One copy to Engineer. One copy to Owner. (3) Submittal for Final Distribution - 3 paper copies to Engineer. e. When all Submittals have been updated to "as -constructed" conditions, transmit to Engineer and to Owner in electronic format. f. Owner may copy and use for internal operations and staff training purposes any and all document Submittals required by this Contract and approved for final distribution, whether or not such documents are copyrighted, at no additional cost to Owner. If permission to copy any such Submittal for the purposes stated is unreasonably withheld from Owner by Contractor or any Subcontractor, manufacturer, or Supplier, Contractor shall provide to Engineer 50 copies plus the number of copies required by Contractor at each final distribution issue. D. Engineer's Review: 1. Engineer will review and take appropriate action on Submittals in accordance with the accepted schedule of Submittals. Engineer's review and approval will be only to determine if the items of Equipment and Materials covered by the Submittals will, after installation or incorporation in the Work, conform to information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to design data reflected in Submittals which is peculiarly within the special expertise of Contractor or Contractor's Subcontractors or Suppliers. Review and approval of a component item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval of Shop Drawings, product data, or Samples will not relieve Contractor of responsibility for any deviation from requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to such deviation at the time of submission, and Engineer has given written concurrence in and approval of Village of Mount Prospect 013300-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued the specific deviation. Approval by Engineer shall not relieve Contractor from responsibility for errors or omissions in Submittals. E. Submittal Action Stamp: 1. Engineer's review action stamp, appropriately completed, will appear on all Submittals of Contractor when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows: A - SUBMITTAL APPROVED: Signifies Equipment or Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related Work. Copies of the Submittal are to be transmitted to Engineer for final distribution. B -SUBMITTAL APPROVED AS NOTED (RESUBMIT): Signifies Equipment and Material represented by the Submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related Work in accordance with Engineer's notations and is to submit a revised Submittal responsive to notations marked on the returned Submittal or written in the letter of transmittal. C -SUBMITTAL RETURNED FOR REVISION (RESUBMIT): Signifies Equipment and Material represented by the Submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related Work is not to proceed until the Submittal is approved. D -SUBMITTAL NOT APPROVED (SUBMIT ANEW): Signifies Equipment and Material represented by the Submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to provide Submittals responsive to the Contract Documents. E - PRELIMINARY SUBMITTAL: Signifies Submittals of such preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. Contractor is to submit such additional information to permit layout and related activities to proceed. Village of Mount Prospect 013300-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued F - FOR REFERENCE, NO APPROVAL REQUIRED: Signifies Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. Engineer reviews such Submittals for general content but not for basic details. G - DISTRIBUTION COPY (PREVIOUSLY APPROVED): Signifies Submittals which have been previously approved and are being distributed to Contractor, Owner, Resident Project Representative, and others for coordination and construction purposes. F. Instruction Books and Operating Manuals: 1. In addition to electronic Submittals specified above, equipment instruction books and operating manuals prepared by the manufacturer shall include the following: a. Index and tabs. b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists and recommended spare parts, and data sheets showing model numbers. C. Applicable drawings. d. Warranties and guarantees. e. Address of nearest manufacturer -authorized service facility. f. All additional data specified. 2. Information listed above shall be bound into hard -back binders of three-ring type. Sheet size shall be 8-1/2 x 11. Binder color shall be white. Capacity shall be a minimum of 1- 1/2 inches, but sufficient to contain and use sheets with ease. a. Provide the following accessories: (1) Label holder. (2) Business card holder. (3) Sheetlifters. (4) Horizontal pockets. b. The following information shall be imprinted, inserted, or affixed by label on the binder front cover: (1) Owner's name. (2) Owner's facility or plant name. (3) Equipment item name. (4) Volume number (if applicable). (5) Contract number. (6) Manufacturer's name and address. C. The following information shall be imprinted, inserted, or affixed by label on the binder spine: (1) Equipment item name. (2) Owner's name and Owner's facility or plant name. (3) Manufacturer's name. (4) Contract number. (5) Volume number (if applicable). d. Submit mockup of cover and spine for Engineer's review. Village of Mount Prospect 013300-7 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued G. Samples: 1. Office Samples shall be of sufficient size and quantity to clearly illustrate the following: a. Functional characteristics of the product, with integrally related parts and attachment devices. b. Full range of color, texture, and pattern. C. Material, manufacturer, pertinent catalog number, and intended use. 1.04 INFORMATIONAL SUBMITTALS: A. Informational Submittals are comprised of technical reports, administrative Submittals, and guarantees which relate to the Work, but do not require Engineer approval prior to proceeding with the Work. Informational Submittals include: 1. Hydrostatic testing of pipes. 2. Field test reports. 3. Concrete cylinder test reports. 4. Certification on Materials: 5. Soil test reports. 6. Piping stress analysis. 7. Shipping or packing lists. 8. Job progress schedules. 9. Equipment and Material delivery schedules. 10. Progress photographs. 11. Warranties and guarantees. 12. Hydraulic calculations. B. Transmittal of Informational Submittals: 1. All informational Submittals furnished by Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor unless otherwise specified. a. Identify each informational Submittal by Project name and number, Contract title and number, and Specification Section and Article number marked thereon or in letter of transmittal. Unidentifiable Submittals will be returned for proper identification. b. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents. 2. Quantity Requirements: a. Technical reports and administrative Submittals except as otherwise specified: (1) Paper: 3 copies to Engineer. (2) Electronic: One to Engineer. b. Written Certificates and Guarantees: (1) Engineer: 3 copies. 3. Test Reports: a. Responsibilities of Contractor, Owner, and Engineer regarding tests and inspections of Equipment and Materials and completed Work are set forth elsewhere in these Contract Documents. b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports as follows: (1) Owner: Two copies. (2) Engineer: One copy. (3) Resident Project Representative: One copy. (4) Contractor: Two copies. Village of Mount Prospect 013300-8 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 013300 - SUBMITTALS: continued (5) Manufacturer or Supplier: One copy. C. Engineer's Review: 1. Engineer will review informational Submittals for indications of Work or Material deficiencies. 2. Engineer will respond to Contractor on those informational Submittals which indicate Work or Material deficiency. PART 2 - PRODUCTS - Not Applicable. PART 3 - EXECUTION — Not Applicable. END OF SECTION 013 3 00 Village of Mount Prospect 013300-9 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 014200 - DEFINITIONS AND STANDARDS PART 1 - GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's (CSI) Section Format and MasterFormat numbering system. Some portions may not fully comply and no particular significance will be attached to such compliance or noncompliance. 1. Divisions and Sections: For convenience, a basic unit of Specification text is a "Section," each unit of which is numbered and named. These are organized with related Sections, into "Divisions," which are recognized as the present industry consensus on uniform organization and sequencing of Specifications. The Section title is not intended to limit meaning or content of Section, nor to be fully descriptive of requirements specified therein, nor to be an integral part of text. 2. Section Numbering: Used for identification and to facilitate cross-references in Contract Documents. Sections are placed in numeric sequence; however, numbering sequence is not complete, and listing of Sections in Table of Contents at beginning of the Project Manual must be consulted to determine numbers and names of Specification Sections in these Contract Documents. 3. Page Numbering: Numbered independently for each Section. Section number is shown with page number at bottom of each page, to facilitate location of text. 4. Parts: Each Section of Specifications generally has been subdivided into three basic "parts" for uniformity and convenience (PART 1 - GENERAL, PART 2 - PRODUCTS, and PART 3 - EXECUTION). These "Parts" do not limit the meaning of text within. Some Sections may not contain all three "Parts" when some are not applicable, or may contain more than three "Parts" to add clarity to organization of Section. 5. Underscoring of Titles: Used strictly to assist reader of Specification in scanning text for key words in content. No emphasis on or relative importance is intended except where underscoring may be used in body of text to emphasize a duty, critical requirement, or similar situation. 6. Project Identification: Project file number and identification are recorded at bottom of each page of Specifications to minimize possible misuse of Specifications, or confusion with other Project Specifications. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Village of Mount Prospect 014200-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 014200 -DEFINITIONS AND STANDARDS: continued Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work. C. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer in writing for a decision, which Engineer will render in writing within a reasonable time. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated. C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter"), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name. 1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1. Referenced standards, referenced directly in Contract Documents or by governing regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. Village of Mount Prospect 014200-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 014200 -DEFINITIONS AND STANDARDS: continued 2. Where compliance with an industry standard is required, the latest standard in effect at time of opening Bids shall govern. 3. Where an applicable code or standard has been revised and reissued after the effective date of the Contract and before performance of Work affected by the revision, Engineer will decide whether to issue a Change Order to proceed with the revised standard. 4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to Engineer for a decision before proceeding. 5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2 - PRODUCTS - Not Applicable. PART 3 - EXECUTION - Not Applicable END OF SECTION 014200 Village of Mount Prospect 014200-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS PART 1 - GF.NF.RAT 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Environmental controls. 5. Access roads and parking areas. 6. Traffic control and use of roadways. PART 2 - PRODUCTS — Not Applicable. P A R T I- F.XF.CT TTT(lN 3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 1. Provide for the safety and protection of the Work and of Materials and Equipment to be incorporated therein, whether in storage on or off the Site. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. 4. Protect floors from damage by proper covering and care when handling heavy equipment, painting, or handling mortar or other such materials. Use proper cribbing and shoring to prevent overloading of floors while moving heavy equipment. Provide metal pans under pipe -threading machines and clean such pans daily, keeping oil off floors. Restore floors to former condition where damaged or stained. 5. Concrete floors less than 28 days old shall not be loaded without written permission from Engineer. 6. Restrict access to roofs except as required by the Work. Where access is required, provide protection with plywood, boards, or other suitable materials. B. Property Other than Owner's: 1. Provide for the safety and protection of property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area shall be obtained by the Contractor. Concerned agencies or utilities shall be contacted a minimum of 48 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water. Village of Mount Prospect 015700-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued b. Gas. C. Sanitary sewers. d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. h. Municipal streets. i. State highways. j. City engineer. k. Fire. 1. Police. 3. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 4. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed. 5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. 6. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 3.02 BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, to protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. 3.03 SECURITY: A. Provide security as required to look after the interests of the Contractor. 3.04 ENVIRONMENTAL CONTROLS: A. Noise Control: Per State and Federal (OSHA) Standards. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. 2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as -needed basis until painting is finished. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. C. Water and Erosion Control: Village of Mount Prospect 015700-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued 1. Provide methods to control surface water to prevent damage to the Project, the Site, or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Treat and dispose of surface runoff water in a manner to prevent flooding, erosion, sedimentation, or other damage to any portion of the Site or to adjoining areas, and in a manner acceptable to authorities having jurisdiction. D. Debris Control and Clean -Up: 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. C. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 3. Final cleanup is specified in SECTION 017800 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off -Site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. 3.05 ACCESS ROADS AND PARKING AREAS: A. On -Site Roads and Parking Areas: 1. Locate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. Village of Mount Prospect 015700-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued 2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. C. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. B. Existing On -Site Roads and Parking Areas: 1. Designated existing on -Site streets and parking facilities may be used for construction traffic. a. Provide temporary additional roads as needed for required construction access. b. Maintain existing construction, and restore to original, better, or specified condition at completion of Work. C. Do not allow heavy vehicles or construction equipment in parking areas. 3.06 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: 1. Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at Site entrances, on -Site access roads, and parking areas. This includes traffic signals and signs, flagmen, flares, lights, barricades, and other devices or personnel as necessary to adequately protect the public. 2. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer required. 3. Provide and maintain suitable detours or other temporary expedients if necessary. 4. Bridge over open trenches where necessary to maintain traffic. 5. Consult with governing authorities to establish public thoroughfares which will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having jurisdiction. 6. This work shall be done in accordance with Part IV of Illinois Department of Transportation Reprint of the "Manual on Uniform Traffic Control Devices" published by the Federal Highway Administration, the appropriate articles of Section 1084 of the Standard Specifications and the Standard Specification for Traffic Control Devices adopted April 1, 2013 by the Illinois Department of Transportation. All applicable state standards for traffic control devices, lane closures and traffic control staging shall conform to current IDOT standards at all times. Village of Mount Prospect 015700-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued a. When traffic is to be directed over a detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices and signing along the detour route according to the details shown in the plans. b. The governing factor in the execution and staging of work for this project is to provide the motoring public, residents, and business owners with the safest possible conditions along the roadway and in the construction zone. The Contractor shall so arrange his operations as to keep the closing of any lane of the roadway to a minimum. C. All operations which require a reduction in the number of lanes of traffic shall comply with the aforementioned standards including a flagman posted at each end of the lane closure at all times. "stop" and 'slow" paddles shall be used to control traffic. Flags will NOT be allowed as the sole means of traffic control. Minimum lane widths shall be 10 feet. Single lane roads will not be allowed without flagmen, and under no circumstances will a one lane condition remain overnight unless approved by the Owner. d. Type II barricades with working steady burn light units shall be used whenever the change in pavement height exceeds 2 inches due to any construction activity and at all butt joints. The Engineer reserves the right to stop any construction activity when traffic control is neglected. e. Traffic control devices include signs and their supports, signals, pavement markings, barricades (with sandbags if necessary), channelization devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of guiding traffic through or detouring around the construction zone. f. The Contractor will be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times/ The Contractor shall cover or remove all traffic control devices which are inconsistent with detour or lane assignment patterns during the transition from one construction stage to another. g. The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and Holidays. h. The Contractor shall be reachable on a 24 hour a day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch personnel, materials, and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Owner concerning a request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. i. When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and not against the flow of traffic. These vehicles shall enter and leave work areas in a manner which will not be hazardous to or interfere with traffic and shall not park or stop except within designated work areas. Those vehicles belonging to the Contractor or his employees shall remain on public property area only and shall not pull into, park, or block any access to private property. j. Any drop off greater than three inches, but less than six inches, within eight feet of the pavement edge shall be protected by Type I or II barricades equipped with mono -directional steady burn lights at 100 -foot center to center spacing. If the drop off within eight feet of the pavement edge exceeds six inches, the barricades mentioned above shall be placed at 50 -foot center to center spacing. Barricades that Village of Mount Prospect 015700-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued must be placed in excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirement of Standard 702001. Vertical panels or other delineating devices may be substituted for Type I or Type II barricades with the approval of the Engineer. B. Maintenance of Roadways: 1. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions. 2. All operations and repairs shall meet the approval of owners or agencies having jurisdiction. END OF SECTION 015700 Village of Mount Prospect 015700-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 016000 - EOUIPMENT AND MATERIALS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements governing Contractor's selection of products for use in the Project. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. For the applicability of industry standards to products specified: DIVISIONS 32. 2. For submittal of Contractor's construction progress schedule and the Submittal schedule: SECTIONS 013200 and 013300. 3. For handling requests for substitutions made after award of the Contract: SECTION 012500. 1.02 DEFINITIONS: A. Definitions used in this Article are not intended to change the meaning of other terms used in these Contract Documents, such as "specialties," "systems," "structures," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well-recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "Material," "Equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature that is current as of the date of the Contract Documents. b. "Foreign Products," as distinguished from "domestic products," are items substantially manufactured (50% or more of value) outside the United States and its possessions. Products produced or supplied by entities substantially owned (more than 50%) by persons who are not citizens of, nor living within, the United States and its possessions are also considered to be foreign products. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational or nonoperational parts, whether motorized, or manually operated, that may require service connections, such as wiring or piping. 1.03 SUBMITTALS: A. Submittal of preliminary procurement schedule is specified in SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. B. Submittals for products are specified in SECTION 013 3 00. 1.04 QUALITY ASSURANCE: A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. 1. When specified products are available only from sources that do not, or cannot, produce a quantity adequate to complete Project requirements in a timely manner, consult with Engineer to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible. Village of Mount Prospect 016000-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 016000 - EQUIPMENT AND MATERIALS: continued B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each prime contractor is responsible for providing products and construction methods that are compatible with products and construction methods of other prime or separate contractors. 2. If a dispute arises between prime contractors over concurrently selectable, but incompatible products, Engineer will determine which products shall be retained and which are incompatible and must be replaced. C. Foreign Product Limitations: Except under one or more of the following conditions, provide domestic products, not foreign products, for inclusion in the Work: 1. No available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. D. Nameplates: Along with required labels and operating data, manufacturer or producer's nameplates, imprints, or trademarks may be placed on surfaces exposed to view. 1. Labels: Locate required product labels and stamps on concealed surfaces or, where required for observation after installation, on accessible surfaces that are not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of service - connected or power -operated Equipment. Locate on an easily accessible surface that is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer including address (and telephone number). b. Model and serial number. C. Capacity. d. Speed. e. Ratings. E. Electronic Equipment Compliance: 1. Contractor warrants that all equipment, devices, items, systems, software, hardware, or firmware provided shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing). This warranty supercedes anything in the Specifications or other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, item, system, software, hardware, or firmware is specified with or without reference to a manufacturer's name, make, or model number. 1.05 TRANSPORTATION AND SHIPMENT: A. Shipment Preparation: 1. Contractor shall require manufacturers and Suppliers to prepare products for shipment in a manner to facilitate unloading and handling, and to protect against damage, deterioration, or unnecessary exposure to the elements in transit and storage. Provisions for protection shall include the following: a. Crates or other suitable packaging materials. b. Covers and other means to prevent corrosion, moisture damage, mechanical injury, and accumulation of dirt in motors, electrical equipment, and machinery. C. Suitable rust -preventive compound on exposed machined surfaces and unpainted iron and steel. d. Grease packing or oil lubrication in all bearings and similar items. Village of Mount Prospect 016000-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 016000 - EQUIPMENT AND MATERIALS: continued B. Marking: Each product item shall be tagged or marked as identified in the delivery schedule or on Submittals. Complete packing lists and bills of material shall be included with each shipment. Each piece of every item need not be marked separately, provided that all pieces of each item are packed or bundled together and the packages or bundles are properly tagged or marked. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the Site and to prevent overcrowding of construction spaces. Allow ample time to avoid delay of the Work. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to the Site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. Inspect shipment to assure: a. Product complies with requirements of Contract Documents and reviewed Submittals. b. Quantities are correct. C. Containers and packages are intact and labels are legible. d. Products are properly protected and undamaged. 5. Store products at the Site in a manner that will facilitate inspection and measurement of quantity or counting of units. Mark deliveries of component parts of Equipment to identify the Equipment, to permit easy accumulation of parts, and to facilitate inspection and measurement of quantity or counting of units. 6. Store heavy Materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, and with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. 8. Protect motors, electrical Equipment, plumbing fixtures, and machinery of all kinds against corrosion, moisture deteriorations, mechanical injury, and accumulation of dirt or other foreign matter. 9. Protect exposed machined surfaces and unpainted iron and steel as necessary with suitable rust -preventive compounds. 10. Protect bearings and similar items with grease packing or oil lubrication. 11. Handle and store steel plate, sheet metal, and similar items in a manner to prevent deformation. 12. For storage of pipe and other products on easements and rights-of-way in residential and commercial areas, do not exceed the minimum required by scheduled laying operations, and conform to all requirements of public authorities. Store or place pipe along roads, set back from shoulder or curb, and at an angle tending to deflect vehicles if struck. Place or block pipe to preclude its accidental movement. B. Handling: 1. Provide equipment and personnel necessary to unload and handle products, by methods to prevent damage or soiling to products, or packaging. Village of Mount Prospect 016000-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 016000 - EQUIPMENT AND MATERIALS: continued 2. Handle by methods to prevent bending or overstressing. Where lifting points are designated, lift components only at those points. 3. Provide additional protection to surrounding surfaces as necessary to prevent damage. C. Maintenance of Storage: 1. Inspect stored products on a scheduled basis. 2. Verify that storage facilities comply with manufacturer's product storage requirements, including environmental conditions continually maintained. 3. Verify that surfaces of products exposed to elements are not adversely affected; that any weathering of finishes is acceptable under requirements of Contract Documents. 4. For mechanical and electrical Equipment in long-term storage, provide manufacturer's service instructions to accompany each item, with notice of enclosed instructions on exterior of package. Service Equipment on a regularly scheduled basis. D. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from subsequent construction operations. Remove coverings when no longer needed or as specified. 1.07 EXISTING EQUIPMENT AND MATERIALS: A. Products to be Reused: 1. For Equipment and Materials specifically indicated or specified to be reused in the Work, use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work. Arrange for transportation, storage, and handling of products which require off -Site storage, restoration, or renovation and pay all costs for such Work. Contractor may at its option, furnish and install new items in lieu of those specified to be reused. B. Products Not to be Reused: 1. Equipment and Materials designated to be removed but not reused or delivered to Owner, shall become the property of the Contractor and shall be removed from the Site. PART 2 - PRODUCTS 2.01 PRODUCT SELECTION: A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise specified or indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Continued Availability: Where, because of the nature of its application, Owner is likely to need replacement parts or additional amounts of a product at a later date, either for maintenance and repair or replacement, provide standard products for which the manufacturer has published assurances that the products and its parts are likely to be available to Owner at a later date. 4. Conform to applicable Specifications, codes, standards, and regulatory agencies. 5. Comply with size, make, type, and quality specified, or as specifically approved in writing by Engineer. 6. Manufactured and Fabricated Products: a. Design, fabricate, and assemble in accordance with the best engineering and shop practices. Village of Mount Prospect 016000-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 016000 - EQUIPMENT AND MATERIALS: continued b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. C. Equipment and Materials shall be suitable for service conditions intended. d. Equipment capacities, sizes, and dimensions indicated or specified shall be adhered to unless variations are specifically approved in writing by Engineer. e. Provide labels and nameplates where required by regulatory agencies or to state identification and essential operating data. 7. Do not use products for any purpose other than that for which designed. 8. To the fullest extent possible, provide products of the same kind from a single source. PART 3 - EXECUTION 3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place except as required for proper movement and performance, and accurately located and aligned with other Work. 1. Obtain and distribute copies of manufacturer's printed instructions and recommendations if not a part of Submittals, containers, or packaging to parties involved in the installation, including a copy to Engineer and Resident Project Representative. 2. Maintain one complete set of instructions at the Site during installation and until completion. 3. Handle, install, connect, clean, condition, and adjust products in accordance with such instructions and in conformance with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. B. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. END OF SECTION 016000 Village of Mount Prospect 016000-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017800 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for Contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Instruction book and operating manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections of the Specifications. C. Related Work Specified Elsewhere: 1. Prerequisites to Substantial Completion and Final Acceptance: GENERAL CONDITIONS. 2. Submittals: SECTION 013 3 00. 3. Warranties: SECTION 017836. 1.02 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100% completion for the portion of the Work claimed as Substantially Complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Price. b. If 100% completion cannot be shown, include a list of incomplete items, the value of incomplete Work, and reasons the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship Bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, instruction books and operating manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Complete final cleanup requirements. B. Inspection Procedures: On receipt of a request for inspection, Engineer will either proceed with inspection or advise Contractor of unfilled requirements. Engineer will prepare the Certificate of Substantial Completion following inspection or advise Contractor of construction that must be completed or corrected before the certificate will be issued. 1. Engineer will repeat inspection when requested and assured by Contractor that the Work is Substantially Complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance. Village of Mount Prospect 017800-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017800 - CONTRACT CLOSEOUT: continued 1.03 FINAL ACCEPTANCE: A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Price. 3. Submit a certified copy of Engineer's final inspection list of items to be completed or corrected, endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by Engineer. 4. Submit consent of surety to final payment. 5. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 6. Submit a final liquidated damages settlement statement. B. Reinspection Procedure: Engineer will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to Engineer. 1. Upon completion of reinspection, Engineer will prepare a certificate of final acceptance. If the Work is incomplete, Engineer will advise Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.04 RECORD DOCUMENT SUBMITTALS: A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for Engineer's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Record information concurrently with construction progress. 2. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark each document "PROJECT RECORD" in neat, large, printed letters. 3. Mark new information that is important to Owner but was not shown on Contract Drawings or Shop Drawings. 4. Note related Change Order numbers where applicable. 5. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 6. Upon completion of the Work, submit record drawings to Engineer for Owner's records. 7. Include the following: a. Depths of various elements of foundation in relation to finish first floor datum. b. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Village of Mount Prospect 017800-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017800 - CONTRACT CLOSEOUT: continued C. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of construction. d. Where Submittals are used for mark-up, record a cross-reference at corresponding location on Drawings. e. Field changes of dimension and detail. f. Changes made by Change Order or other Modifications. g. Details not on original Contract Drawings. C. Record Specifications: Maintain one complete copy of the Project Manual including Addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and Modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and product data. 4. Upon completion of the Work, submit record Specifications to Engineer for Owner's records. 5. Include the following: a. Manufacturer, trade name, catalog number, and Supplier of each product and item of Equipment actually installed, particularly optional and substitute items. b. Changes made by Addendum, Change Order, or other Modifications. C. Related Submittals. D. Record Product Data: Maintain one copy of each product data Submittal. Note related Change Orders and markup of record drawings and specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the Site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record product data to Engineer for Owner's records. E. Record Samples Submitted: Immediately prior to Substantial Completion, Contractor shall meet with Engineer and Owner's personnel at the Project Site to determine which Samples are to be transmitted to Owner for record purposes. Comply with Owner's instructions regarding packaging, identification, and delivery to Owner. F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and Submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records, and place in good order. Identify miscellaneous records properly and bind or tile, ready for continued use and reference. Submit to Engineer for Owner's records. G. Instruction Books and Operating Manuals: Organize operation and maintenance data into suitable sets of manageable size as specified in SECTION 013300. 1.05 SPARE PARTS: A. Products Required: 1. Provide to Owner the quantities of products, spare parts, maintenance tools, and maintenance materials specified in individual Sections, in addition to that required for completion of Work. Village of Mount Prospect 017800-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017800 - CONTRACT CLOSEOUT: continued 2. Products shall be identical to those installed in the Work. Include quantities required from Supplier or manufacturer of original purchase to avoid variations in manufacture. B. Storage, Maintenance: 1. Coordinate with Owner. Deliver and unload spare products to Owner at Project Site and obtain receipt prior to final payment. 2. For portions of the Work accepted and occupied by Owner prior to Substantial Completion, deliver the applicable spare products to Owner at time of acceptance. Obtain receipt. 3. Maintain spare products in original containers with labels intact and legible, until delivery to Owner. PART 2 - PRODUCTS (Not Applicable) P A R T I- F.XF.CT MON 3.01 FINAL CLEANING: A. General: Contractor shall keep the Site premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. Regular Site cleaning is included in SECTION 015700. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Remove debris and surface dirt from limited -access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, and similar spaces. C. Clean the Site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. 2. Remove temporary structures, tools, equipment, supplies, and surplus materials. 3. Remove temporary protection devices and facilities which were installed to protect previously completed Work. 4. Special Cleaning: Cleaning for specific units of Work is specified in applicable Sections of Specifications. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the Site and dispose of lawfully. 1. Extra materials of value remaining after completion of associated Work become Owner's property. Dispose of these materials as directed by Owner. E. Repairs: 1. Repair damaged protective coated surfaces. 2. Repair roads, walks, fences, and other items damaged or deteriorated because of construction operations. 3. Restore all ground areas affected by construction operations. END OF SECTION 017800 Village of Mount Prospect 017800-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017836 - WARRANTIES PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer's standard warranties on products and special warranties. 1. Refer to the GENERAL CONDITIONS for terms of the Contractor's period for correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Procedures for submitting warranties: SECTION 013300. 2. Contract closeout procedures: SECTION 017800. 3. Certifications and other commitments and agreements for continuing services to Owner: Specified throughout the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve Suppliers, manufacturers, and Subcontractors required to countersign special warranties with Contractor. 1.02 WARRANTY REQUIREMENTS: A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted construction. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the Law. Expressed warranty periods shall not be interpreted as limitations on the time in which Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, Owner reserves the right to refuse to accept the Work, until Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.03 SUBMITTALS: A. Submit written warranties to Engineer prior to the date certified for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the Date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of Engineer. 1. When a designated portion of the Work is completed and occupied or used by Owner, by separate agreement with Contractor during the construction period, submit properly Village of Mount Prospect 017836-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 017836 - WARRANTIES: Continued executed warranties to Engineer within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require Contractor, or Contractor and a Subcontractor, Supplier, or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by required parties. Submit a draft to Owner, through Engineer, for approval prior to final execution. C. Bind warranties and bonds in heavy-duty, commercial -quality, durable three-ring, vinyl - covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by- I l -inch paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the installer. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," and as required by SECTION 013300. 3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 017836 Village of Mount Prospect 017836-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank DIVISION 5 - METALS SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS PART 1 -GENERAL 1.01 SUMMARY: A. The completed Work for the Tank SE one -million gallon tank, except as otherwise specified, shall include: 1. Miscellaneous chipping and Binding 2. Removal and replacement of the existing wet interior ladder with a fall prevention device. 3. Removal and replacement of the existing exterior ladder with a fall prevention device. 4. Installation of shell manhole davits (2) 5. Installation of aself-closing gate on the existing roof safety railing per OSHA requirements. 6. Relocation of the existing roof safety railing toe bar 7. Installation of mud guards (2): Install a removable mud guard on the inlet/outlet pipe and the drain pipe. 8. Partial Beam Replacement (Alternative Bid Item 1.B) 9. Complete Beam Replacement (Alternative Bid Item 1.C) B. New manways and ladders shall be designed and installed per the project specifications. The Contractor is to provide all materials, design, labor, supervision, and equipment to install this work in conformance with the project requirements provided as part of this Section and in accordance with specified and applicable requirements of AWWA D100. C. Related Work Specified Elsewhere: 1. Protective Coatings: SECTION 099000. 1.02 REFERENCES: A. Applicable Standards: 1. American Institute of Steel Construction (RISC): a. Manual of Steel Construction. b. Quality Criteria and Inspection Standards. 2. American Water Works Association (AWWA) a. D100-11 —Standard for Welded Carbon Steel Tanks for Water Storage b. D102-03 —Standard for Painting Steel Water Storage Tanks C. C652-02 —Standard for Disinfection of Water Storage Facilities 3. American Welding Society (AWS): a. A4.3 -Standard Methods for Determination of the Diffusible Hydrogen Content of Martensitic, Bainitic, and Ferritic Steel Weld Metal Produced by Arc Welding. b. A5.1 -Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. C. A5.4 -Specification for Stainless Steel Electrodes for Shielded Metal Arc Welding. d. A5.5 -Specification for Low -Alloy Steel Electrodes for Shielded Metal Arc Welding. e. B4.0 -Standard Methods for Mechanical Testing of Welds. £ B5.1 -Specification for the Qualification of Welding Inspectors. g. C4.1 -Oxygen Cutting Surface Roughness Gauge and Chart for Criteria Describing Oxygen Cut Surfaces. h. C5.4 -Recommended Practices for Stud Welding. i. D1.1 -Structural Welding Code -Steel. j . D1.6 -Structural Welding Code -Stainless Steel. Village of Mount Prospect 051000-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued k. QC 1 - Standard Qualification and Certification of Welding Inspectors. 4. American National Standards Institute (ANSI): a. Z49.1 - Safety in Welding and Cutting. 5. American Society of Civil Engineers (ASCE): a. 7 - Minimum Design Loads for Buildings and Other Structures. 6. American Society for Testing and Materials (ASTM): a. Al - Carbon Steel Tee Rails. b. A6 - Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. C. A36 - Carbon Structural Steel. d. A53 - Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless. e. A106 - Seamless Carbon Steel Pipe for High -Temperature Service. f. A108 - Steel Bar, Carbon and Alloy, Cold -Finished. i g. A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. h. A 143 - Safeguarding Against Embrittlement of Hot -Dip Galvanized Structural Steel Products and Procedure for Detecting Embrittlement i. A 15 3 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware — AASHTO No.: M232. j. A 167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. k. A193 - Alloy -Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. 1. A240 — Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications m. A264 - Stainless Chromium -Nickel Steel -Clad Plate,. n. A307 - Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. o. A312 — Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. p. A325 -Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. q. A384 - Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies r. A385 - Providing High -Quality Zinc Coatings (Hot -Dip) S. A449 - Hex Cap Screws, Bolts and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use. t. A490 - Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. U. A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. V. A563 - Carbon and Alloy Steel Nuts. w. A572 - High Strength Low -Alloy Columbium -Vanadium Structural Steel. X. A588 - High -Strength Low -Alloy Structural Steel, up to 50 ksi [345 MPa] Minimum Yield Point, with Atmospheric Corrosion Resistance - AASHTO No.: M 222. y. A673 - Sampling Procedure for Impact Testing of Structural Steel. Z. A780 - Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. aa. A786 - Hot -Rolled Carbon Low -Alloy, High -Strength Low -Alloy, and Alloy Steel Floor Plates. bb. A992 - Structural Steel Shapes. Village of Mount Prospect 051000-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued cc. A 1011 /A 1011 M - Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High - Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength. dd. B695 - Coatings of Zinc Mechanically Deposited on Iron and Steel. ee. C 1107 — Packaged, Dry Hydraulic Cement Grout (Nonshrink). ff. F436 - Hardened Steel Washers. gg. F593 - Stainless Steel Bolts, Hex Cap Screws, and Studs. hh. F594 - Stainless Steel Nuts. ii. F959 - Compressible -Washer -Type Direct Tension Indicator for Use with Structural Fasteners. jj. F 1554 - Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. kk. F2329 - Zinc Coating, Hot -Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners. 7. Manufacturers Standardization Society of the Value and Fittings Industry (MSS): a. SP -58 - Pipe Hangers and Supports. 8. The National Association of Architectural Metal Manufacturers (NAAMM): a. MBG 531 - Metal Bar Grating Manual. b. MBG 532 - Heavy Duty Metal Bar Grating Manual. C. MBG 533 - Welding Specifications for Fabrication of Steel, Aluminum and Stainless Steel Bar Grating. 9. Research Council on Structural Connections (RCSQ: a. Specification for Structural Joints Using High -Strength Bolts. 10. Society for Protective Coatings (SSPC): a. SP 1 - Solvent Cleaning. b. SP3 - Power Tool Cleaning. C. SP5 - White Metal Blast Cleaning. d. SP6 - Commercial Blast Cleaning. e. SP 10 - Near -White Blast Cleaning. f. SP 11 - Power Tool Cleaning to Bare Metal. 11. Occupational Safety and Health Administration (OSHA) - All applicable OSHA regulations, including, but not limited to 29 CFR Part 1910 and Part 1926 Subpart R - Steel Erection. 12. Uniform Building Code (UBC). 1.03 SUBMITTALS: A. Submittals: 1. Submit as specified in DIVISION 1. 2. Includes, but not limited to, the following: a. General arrangement and outline information. b. Foundation design information as specified in DIVISION 1. C. Erection drawings for all work. d. Bolt and load indicator details and manufacturer's instructions. e. Welder qualifications. f. Welding inspector qualifications. g. Welding procedure qualifications for both shop and field welds. h. Painting Manufacturer's product data sheets and application instructions. i. Name and experience record of field painting subcontractor. 3. Design/Shop Drawings: Village of Mount Prospect 051000-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued a. Shop drawings of new components shall be designed by and under the stamp and signature of a professional engineer experienced in the design of tanks and attachments and registered in the State of Illinois. b. Prepare and submit a "tank design data package" under the seal of a State of Illinois registered professional structural engineer. Packages shall include design and construction criteria and related calculations, derivations, safety factors, metallurgy, allowable stresses, thickness, design procedures and assumptions, if any, related to the proposed vessel, and new components in accordance with applicable standards and codes. C. Fabrication/erection shop drawings shall include, but not be limited to the following: (1) Plan and elevation views, sections, parts, etc. showing materials, dimensions and details required for construction, installation, etc. (2) Selected views as required to completely describe materials, construction, connections, accessories, appurtenances and show required connections and dimensions, including maps for welders and radiograph technicians. B. Mill Tests: 1. Perform for each melt of material used in the fabrication. 2. Furnish two copies of each certified mill test to Engineer upon request. 1.04 OUALITY ASSURANCE: A. Welder Qualifications: 1. Welders employed for welding and cutting work shall be qualified and certified per requirements of AWWA D-100, ASME Section IX, or the American Welding, Society D 1.1, by a qualified independent certification source, unless otherwise approved by the Consulting Engineer. Failure to comply with this requirement automatically obligates the Contractor to x-ray examine, at a minimum, all welds performed by non-compliant personnel, at no additional cost to the Owner. 2. Welders shall be previously qualified by passing the tests prescribed in the AWS Standard Qualification Procedure, or by passing such other tests as the Engineer may accept. 3. Welders shall have been tested within the past twelve months, and their qualification shall be considered as remaining in effect unless the welder is not engaged in a given process of welding for a period exceeding six months. 4. Submit two certified copies of the qualification records to Engineer as evidence of qualification to the above-mentioned code. 5. Tank repairs shall be performed by a contractor principally engaged in the erection and repair of water storage tanks. B. Inspection: Material or workmanship will be subject to inspection in the shop and field. 1.05 DELIVERY, STORAGE AND HANDLING: A. Handle and store all steel and appurtenances as specified in DIVISION 1. B. All steel and its coatings shall be protected from damage caused by handling, storage, and shipping. C. Store all steel and appurtenances blocked -up off the ground and in orderly stacks. D. Protect all items with shop applied protective coatings from corrosion. Store in an environment and manner consistent with type of coating. PART 2 - PRODUCTS Village of Mount Prospect 051000-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued 2.01 GENERAL: A. Steel: Conform to ASTM A36, as designated in AISC Manual, Part 1, unless otherwise indicated or specified. B. Connection Bolts, Nuts, and Washers: 1. Conform to ASTM A325, unless otherwise indicated or specified. 2. Be galvanized when connecting galvanized steel. 3. Conform to A325, Type 3, for use with A242 steel. 4. Compressible Washer -Type, Direct -Tension Indicators: a. ASTM F959 Type 325 for use with A325 bolts. b. ASTM F959 Type 490 for use with A490 bolts. C. Galvanized for use with galvanized bolts. 5. Nuts: Heavy Hex conforming to ASTM A563 Grade DH. 6. Flat and beveled washers: Conform to ASTM F436. C. Anchor Bolts: 1. Conform to ASTM A307 using A36 steel, unless otherwise indicated to be stainless steel or high strength. 2. Machine Bolts: Conform to ASTM A307. 3. Stainless Steel: Conform to ASTM F593, Type 304, with nuts conforming to ASTM F594. Sleeves shall conform to ASTM A312. 4. High Strength: Conform to ASTM A449 with nuts conforming to ASTM A563. 5. Washers: a. ASTM A307 and A449 Bolts: Conform to ASTM F436. b. Stainless -Steel Bolts: Conform to ASTM A167, Type 304 and dimensional tolerances of F436. D. Square and Rectangular Tubing: Conform to ASTM A500. E. Checker Plate: Conform to ASTM A36 with deformations of the four-way type. F. Shear -Stud Connectors: Manufacture from cold -finished carbon steel conforming to ASTM A108, Grade 1015 and 1020. G. Welding: 1. For ASTM A36 steel, use E70 electrodes for shielded metal arc welding, F7 series electrodes for submerged arc, and E70T series electrodes for flux -cored arc welding. 2. Select "matching" filler metal in accordance with Table 4.1.1, AWS D 1.1 and Table 4.1.4 for ASTM A242 steel. 3. Select "matching" electrodes in accordance with AWS A5.4 for welding of stainless steel. 2.02 STEEL FABRICATION: A. Fabricate all steel to conform to AISC specifications, codes, and standards. B. Permissible variations for sweep, camber, length, and cross-section of all steel members shall conform to ASTM A6, AISC "Manual of Steel Construction, Part 1," and AISC "Quality Criteria and Inspection Standards" unless indicated otherwise. C. Field -measure existing steel and structures where necessary to ensure fabrication fit -up of new steel. D. Shop Milling: 1. Perform at base of columns and at top of column base plates, except that rolled-steel bearing plates 4 inches thickness or less may be straightened by pressing. 2. Perform on butted ends for bolted or partial penetration welded column splices. Shop milling is not required for welded column splices with full penetration welds. 3. Perform at ends of columns which butt against a plate. Village of Mount Prospect 051000-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued E. Welding: 1. All welding shall be shielded metal arc, submerged arc, or flux -cored arc. Other welding processes may be used provided they are qualified by applicable tests as prescribed in the AWS D 1.1 Code and approved by Engineer prior to use. For use of any other welding process, Contractor shall prepare and submit to Engineer for approval, a qualified welding procedure specification and the procedure qualification test results. These submittals shall be deemed Submittals, and these other welding processes shall be approved for use only after receipt of specific written approval from Engineer. 2. Conform to AWS Code, AISC Manual Part 4, and the AISC Quality Criteria and Inspection Standards. 3. Contractor shall perform fabrication welding inspection in accordance with AWS D 1.1. This welding inspection shall be performed by AWS Certified Welding Inspector(s) (CWI). All such Certified Welding Inspectors shall be qualified and certified in accordance with provisions of AWS QC 1 "Standard for Qualification and Certification of Welding Inspectors." Only individuals so qualified shall be authorized to perform fabrication/erection or verification inspection of welding performed under the provisions of this AWS D 1.1 Code and these Contract Documents. Certifications verifying qualifications of welding inspectors shall be submitted to Engineer as Submittals prior to commencement of structural welding operations and/or prior to welding inspection performed by an individual welding inspector. Defective welds shall be corrected. F. Shop Connections: 1. Weld, rivet, or bolt at Contractor's option except when otherwise specified. 2. Welded connections shall be as specified or in accordance with acceptable alternative designs. a. Except where higher capacity connections are required, welded beam connections shall conform to AISC Manual Part 4, Tables III and IV. Welds of connection angles to beam webs shall conform with Tables III and IV, with particular regard for minimum web thickness. Provide longer connection angles or reinforce web as required. b. All butt joint groove welds shall be complete penetration welds and shall conform to applicable standards in AISC Manual Part 4 with special emphasis on maintaining root opening. Accomplish this for single -bevel butt joint welds by using backup plates or by chipping out and welding on the opposite side. C. Prepare weld bevels with a mechanically guided cutting torch or by grinding. d. Remove all run -out tabs. 3. Bolted connections shall conform with AISC Manual Part 4. a. All bolted connections shall be made with minimum 3/4 -inch bolts, nuts, and washers unless otherwise approved by Engineer. b. Use the minimum number of rows of bolts for beam connections so bottom row is at or below centerline of the beam. C. Beam connections shall have a minimum capacity of that specified in AISC Manual Part 4, Tables II -B for "Oversize and Short -Slotted Holes" in friction -type connections with the number of bolt rows indicated. G. Provisions for Field Connections: 1. Provide with bolted connections unless otherwise indicated or specified. 2. Provide for field welding only when so indicated or when detail clearances make bolting impractical. 3. Provide all members to be field welded with bolted erection connections adequate to resist erection stresses prior to field welding. Village of Mount Prospect 051000-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued 4. Girt and miscellaneous steel connections shall use either ASTM A325 or ASTM A307 bolts. For A307 bolts, oversized or slotted holes are not allowed. 2.03 LADDERS — INTERIOR A. Interior tank and riser ladders shall be fabricated from carbon steel, with carbon steel stand- offs. B. Fabricate ladder side bars from minimum 2-1/2" by 3/8" flat carbon steel as required and spaced a minimum of 16" apart per ANSI AI4.3. Furnish rungs fabricated of 1" square carbon steel bars spaced 12" on centers, welded to the side bars. Weld ladder side bars to the tank shell using stand-offs with a minimum 8" clearance at rung center support. C. Interior ladders shall use dielectric bolted connections between stainless fall arrest system and the carbon steel ladder. Stand-offs shall be surface prepared and coating using interior coating system referenced in Section 09 90 00. D. Provide Saf-T-Climb by North Safety or equal vertical sliding -grip -cable fall -arresting safety system: complete with sleeve, snap hooks, splices, brackets, manual pass-through, cables and full body harness in accordance with ANSI A 14.3 and OSHA 1926.502 and 1910.27 standards. All arrest installations for both interior and exterior ladders shall be constructed of Type 304 stainless steel. Deliver two sets of harness and locking mechanism in industrial quality gasketed/lockable cabinet/enclosure to Owner. 2.04 RAILINGS A. Provide all Work per API 6501 ANSI AWWA, OSHA, or State requirements where more stringent than specifications and the Drawings. B. Fabricate railings from welded carbon steel shapes, hot -dip galvanized after fabrication. 2.05 MANWAYS A. The roof manhole cover shall be rotated 90 degrees so the cover does not open toward the roof center. B. The gaskets for all shell manholes shall be replaced with new gaskets. Hinged support arms shall be installed on the exterior of the tank for the manhole covers. 2.06 SHOP PROTECTIVE COATING: Prepare surface and apply primer as specified in SECTION PART 3 - EXECUTION 3.01 PROCEDURES: A. The Contractor is responsible to review and field verify the length and quantity of materials prior to the start of activities. The Owner's Representative shall be notified if the Contractor believes there is significant additional work to be done which was not shown on the Drawings or marked in the field. The Owner's Representative shall review the conditions noted, and determine if the distress requires additional work. B. The Contractor shall supply written instructions and full-time site supervision to the workers on the installation of the materials, prior to the start of work. C. The Contractor shall remove all debris from the site daily. If the site is left in an unacceptable condition, the Owner may contract for cleaning separately and back -charge the Contractor for the cleaning. D. Installation activities shall proceed in a workmanship like manner rand in accordance with the established schedule of work and the Contractor's written instructions. Do not begin surface Village of Mount Prospect 051000-7 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued preparation or coating work until current metal work has been completed and accepted by the Owner's Representative. E. Correct any discrepancy or areas determined to be deficient by the Owner's Representative prior to starting work in new sections. F. Dispose of all debris off-site and leave the work area clean and ready for use by the Owner. 3.02 PREPARATION: A. Field check location and elevation of column anchor bolts and footings before erecting structural steel columns. B. Field measure existing steel for plumbness and elevation at connecting points. C. Contractor shall submit the method and sequence of erection for acceptance. D. Assure that all preassemblies not specifically indicated on Contract Drawings to be preassembled before lifting shall maintain structural integrity during lifting. 3.03 STEEL ERECTION: A. Erect all steel to conform to AISC specifications, codes and standards, AISC Quality Criteria and Inspection Standard, or any local, State, or Federal Codes which may exceed such requirements. B. Protect existing structure from weather when connecting steel to existing structure. C. Protect steel and anchor bolt sleeves from entrapped water that can cause damage from freezing or corrosion. D. Erection Bracing: 1. Provide all necessary temporary struts, ties, cables, temporary flooring, planking, and scaffolding in connection with the erection of the structural steel or support of erection machinery. 2. Place as required to maintain proper position against loads from erection equipment, construction material, and wind. 3. Leave bracing in place until sufficient steel connections, concrete slabs, exterior walls, and roof decks are in place to ensure stability of the structure. E. Connections: 1. Unless clearance is insufficient, connections shall be bolted friction type. 2. Tighten high-strength bolts to correct bolt tension in accordance with AISC Manual, Part 5, "Specification for Structural Joints using A325 or A490 Bolts." 3. Miscellaneous steel connections shall use either ASTM A307 or ASTM A325 bolts. 4. Where required for connection fit -up, bolt holes may be adjusted in one of the following manners (flame cutting or enlargement of holes is not allowed). a. Reamed to AISC allowable maximum size for oversized holes. b. Holes may be filled with weld metal, ground smooth, and field drilled. C. Other Engineer -approved method. 5. Welded Connections: a. Make welded connections as specified and leave all erection bolts in place after completion of welding. b. Reinforce connections when members requiring fillet welds are not in contact. Use backup bars or spacer bars on all butt welds where root opening exceeds 3/16 -inch. C. Remove all run -out tabs. F. Welding and Welders: Village of Mount Prospect 051000-8 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 051000 -METALS: STRUCTURAL AND MISCELLANEOUS: continued 1. The requirements for erection welding and welders shall be the same as specified for steel fabrication. 2. All welds shall be stamped with a mark identifying the welder. Remove welders from work after two defective welds. 3. Contractor shall perform erection welding inspection in accordance with AWS D1.1. This welding inspection shall be performed by AWS Certified Welding Inspector(s) (CWI). All such Certified Welding Inspectors shall be qualified and certified in accordance with the provisions of AWS QC "Standard for Qualification and Certification of Welding Inspectors." Only individuals so qualified shall be authorized to perform fabrication/erection or verification inspection of welding performed under the provisions of this AWS D1.1 Code and these Contract Documents. Certifications verifying the qualifications of welding inspectors shall be submitted to Engineer as Submittals prior to commencement of structural welding operations and/or prior to welding inspection performed by an individual welding inspector. Defective welds shall be corrected. G. Protect pipe sleeves, other anchorage members and concrete bases from deleterious materials at all times, and from water which may cause ice damage during freezing weather. 3.04 FIELD PROTECTIVE COATINGS: A. Surface preparation, priming, and finish coating are specified in SECTION 099000. END OF SECTION 051000 Village of Mount Prospect 051000-9 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS PART 1 - GENERAL 1.01 SUMMARY: A. The work covered by this section shall be included in the Contractor's bid for the complete exterior and interior coating rehabilitation of the Tank 5E one -million gallon ground storage tank. B. In addition to the exterior and interior coating rehabilitation, the Work covered by this section shall also include: 1. Seam sealing: Seal the existing roof manhole and the existing roof vent intersections with an epoxy seam sealer. Seal the roof stiffener -to -roof interface and the unwelded lapped roof seams with flexible sealant. 2. Sealant repair: Remove the existing bituminous sealant along the bottom plate -to - foundation interface and seal with flexible polyurethane sealant. 3. Foundation repair: Chip unsound concrete to sound material and brush-off blast. Apply bonding agent and a vinyl emollient modified concrete patching mortar to the original contour. Apply a concrete sealer to the repaired areas. C. This Section includes the coating of exterior and interior surfaces throughout the Project. Examples of acceptable coating systems are specified on "coating system" sheets at the end of this Section. D. Coating systems include surface preparation, prime coat (first coat), finish coats (second and third coats), inspection, cleaning, and touch-up of surfaces and equipment. Shop preparation, prime coat, and finish coats to be shop -applied, may be specified elsewhere or referenced to this Section so that a complete system is specified and coordinated. 1. Where surface preparation and first (prime) coat are specified in other Sections to be shop -applied, such as for structural steel, hollow metal doors or equipment, only the touch-up and finish coats are a part of field painting. Surface preparation is the required degree of preparation prior to application of first (prime) coat regardless if done in shop or field. 2. If materials are provided without shop primer such as miscellaneous steel or sheet metal, then surface preparation, first, second, and third coats are a part of field painting. 3. Concealed surfaces are generally not required to have finish -coats unless otherwise specified, but prime coat should be applied and touched up prior to concealment. 4. Where Equipment and Materials are provided with shop -applied finished coating system, touch-up and finish coats are a part of field painting. 5. Refer to applicable Sections to determine whether surface preparation and first coat, or complete coating system, is to be shop -applied. E. Related Work Specified Elsewhere: 1. Shop Painting and Coatings: All applicable Divisions. 2. Factory Prefinished Items: All applicable Divisions. F. Colors: 1. Color of finish coatings shall match accepted color Samples. 2. When second and finish coats of a system are of same type or tint, use an alternate color on second coat to enable visual coverage inspection of the third coat. When first and second coats only are specified and are of same or different types or tint, use an alternate color on first coat to enable visual coverage inspection of the second coat. 1.02 REFERENCES: A. Applicable Standards: 1. American National Standards Institute (ANSI): Village of Mount Prospect 099000-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued a. A13.1 - Scheme for the Identification of Piping Systems. b. Z53.1 - Safety Color Code for Marking Physical Hazards. 2. American Society for Testing and Materials (ASTM): a. D2092 — Guide for Treatment of Zinc -Coated (Galvanized) Steel Surfaces for Painting. b. D4258 - Surface Cleaning Concrete for Coating. C. D4259 - Abrading Concrete. d. D4260 - Acid Etching Concrete. e. D4261 - Surface Cleaning Concrete Unit Masonry for Coating. 3. Society for Protective Coatings (SSPQ Surface Preparation Specifications: a. Guide 7 — Guide to the Disposal of Lead -Contaminated Surfaces b. SP 1 - Solvent Cleaning: Removes oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. C. SP2 - Hand Tool Cleaning: Remove loose material. Not intended to remove adherent mill scale, rust, and paint. d. SP3 - Power Tool Cleaning: Removes loose material. Not intended to remove all scale or rust. e. SP5 - White Metal Blast Cleaning: Removes all scale, rust, foreign matter. Leaves surface gray -white uniform metallic color. f. SP6 - Commercial Blast Cleaning: Two-thirds of every nine square inches free of all visible residues; remainder only light discoloration. g. SP7 - Brush -Off Blast Cleaning: Removes only loose material, remaining surface tight and abraded to give anchor pattern. h. SP10 - Near -White Blast Cleaning: At least 95% of every nine square inches shall be free of all visible residues. i. SP 11 - Power Tool Cleaning to Bare Metal. j. SP 12 — Surface Preparation and Cleaning of Steel and Other Hard Materials by High and Ultrahigh Pressure Water Jetting Prior to Recoating. k. SP 13 — Surface Preparation of Concrete. 4. National Sanitation Foundation (NSF): a. 61 - Drinking Water Treatment Chemicals — Health Effects. 5. Code of Federal Regulations (CFR) a. OSHA Construction Standard 29 CFR 1926.62 — Lead b. 40 CFR 262 — Standards Applicable to Generators of Hazardous Waste C. 40 CFR 265 — Interim Status Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities 1.03 SUBMITTALS: A. Submit as specified in DIVISION 1. B. Includes, but not limited to, the following: 1. Schedule of products and paint systems to be used. Schedule shall include the following information: a. Surfaces for system to be applied. b. Surface preparation method and degree of cleanliness. C. Product manufacturer, name, and number. d. Method of application. e. Dry film mil thickness per coat of coating to be applied. 2. Color charts for selection and acceptance. Village of Mount Prospect 099000-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued 3. Technical and material safety data sheets. 4. Certification(s) by coating manufacturer(s) that all coatings are suitable for service intended as stated on each coating system sheet. If manufacturer has an equivalent product as that specified, and it is suitable for the intended purpose, Contractor shall submit the recommended product for approval at no increase in cost, and state reasons for substitution. 5. Contractor shall certify in writing to the Engineer/Architect that applicators have previously applied all the systems in this Specification and have the ability and equipment to prepare the surfaces and apply the coatings correctly. C. Design/Shop Drawings 1. Contractor shall submit shop drawings of the coating scheme in a three-dimensional rendering for approval by the Owner. D. Submittals for industrial maintenance coatings shall be prepared by, or have assistance in preparation of, a corrosion engineer or industrial coatings technical representative of the coating manufacturer. 1.04 QUALITY ASSURANCE: A. Certification: Coating work shall be performed by an S SPC certified contractor. B. Include on label of container: 1. Manufacturer's name, product name, and number. 2. Type of paint and generic name. 3. Color name and number. 4. Storage and temperature limits. 5. Mixing and application instructions, including requirements for precautions which must be taken. 6. Drying, recoat, or curing time. C. A coating report shall be completed daily by Contractor at each phase of the coating system starting with surface preparation. These shall be submitted on the form attached at end of this Section. D. In the event a problem occurs with coating system, surface preparation, or application, Contractor shall require coating applicator and coating manufacturer's technical representative to promptly investigate the problem and submit results to Engineer/Architect. E. Specified VOC shall mean unthinned maximum VOC certified by manufacturer. VOC content as a result of thinning shall not exceed that allowed by federal or local environmental regulations. 1.05 GUARANTEE: A. The Contractor shall protect and be responsible for their work at all times and shall perform any touch-up work as required by these specifications and as directed by the Owner. Workmanship and materials shall be guaranteed for one year after the date of final Owner acceptance. B. Any defective work shall be documented and the Contractor shall be notified of necessary repair (method and extent). The cost of warranty inspection by the Engineer will be the responsibility of the Owner. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Delivery of Materials: Village of Mount Prospect 099000-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued 1. Deliver in sealed containers with labels and information legible and intact. Containers shall also have correct labels with required information. 2. Allow sufficient time for testing if required. B. Storage of Materials: 1. Store only acceptable materials on Project Site. 2. Provide separate area and suitable containers for storage of coatings and related coating equipment. 3. Dispose of used or leftover containers, thinners, rags, brushes, and rollers in accordance with applicable regulations. 1.07 REGULATORY REQUIREMENTS: A. In addition to requirements specified elsewhere for environmental protection, provide coating materials that conform to the restrictions of the U.S. EPA and the local and regional jurisdictions. Notify Engineer/Architect of any coating specified herein that fails to conform to the requirements for the location of the Project or location of application. B. Lead Content: Use only coatings that are totally lead free. C. Chromate Content: Do not use coatings containing zinc -chromate or strontium chromate. D. Asbestos Content: Materials shall not contain asbestos. E. Mercury Content: Materials shall not contain mercury or mercury compounds. F. Exterior coating to be removed during the surface preparation procedures on this project have been assessed in accordance with State and Federal standards and may contain lead and chromium contents above the Federal Action Level. Lead and chromium containing paint may be present on additional structures and other sources not identified by the primary screening procedures. The contractor shall be responsible to protect his workers, the Owner, and other project personnel from exposure to lead and chromium resulting from work on the project. G. Interior coating to be removed during surface preparation procedures on this project have been assessed in accordance with State and Federal standards. Coating on the tank interior may contain lead above the Federal Action Level. Lead and chromium containing paint may be present on additional structures and other sources not identified by the primary screening procedures. The contractor shall be responsible to protect his workers, the Owner, and other project personnel from exposure to lead and chromium resulting from work on the project. H. The Contractor shall be responsible for worker and environmental controls for lead and chromium paint removal and disposal in accordance with the OSHA construction standard 29 CFR 1926.62 and the most recent applicable federal, state, and local regulations. I. The Contractor shall not endanger any work by blasting or alter the work of any other trade save with the consent of the Owner. Any cost caused by defective or ill-timed work shall be borne by the party responsible. J. Handling, Disposal and Analysis of Blasting Debris is the responsibility of the Contractor, who shall provide a written plan that addresses the handling and site storage of lead containing debris in accordance with the requirements of 40 CFR 262 and 40 CFR 265. The Contractor shall provide the storage containers, EPA identification number, transportation and disposal of the debris. 1.08 PROJECT CONDITIONS: A. This Project contains some structures of a height in which drifting coatings, if spray -applied, could contaminate adjacent building surfaces or vehicles on nearby roadways. All containment precautions and application methods shall be taken into consideration and implemented to prevent the above from occurring. Village of Mount Prospect 099000-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Proprietary names and product numbers are specified in most systems for material identification from these manufacturers: 1. Tnemec Company, Inc. 2. PPG Industries, Inc. 3. Sherwin-Williams 2.02 GENERAL: A. Materials furnished for each coating system must be compatible to the substrate. B. When unprimed surfaces are to be coated, entire coating system shall be by the same coating manufacturer to assure compatibility of coatings. C. When shop -painted surfaces are to be coated, ascertain whether finish materials will be compatible with shop coating. Inform Engineer/Architect of any unsuitable substrate or coating conditions. 2.03 COATING SYSTEMS: A. System D-3: 1. Tank Interior (Base Bid Item Na 2). B. System A-3.1: 1. Tank Exterior (Base Bid Item No. 3). C. System A-3.2: 1. Tank Exterior (Alternate Bid Item No. La). PART 3 - EXECUTION 3.01 SURFACE PREPARATION: A. Prepare surfaces for each coating system conforming to S SPC or ASTM surface preparation specifications listed. 1. If grease or oils are present, SSPC-SP1 shall precede any other method specified for metal substrates. 2. Remove surface irregularities such as weld spatter, burrs, or sharp edges prior to specified surface preparation. 3. Thoroughly abrade any area where new coating will overlap tightly adhered existing coating. B. Depth of profile will be as specified or as recommended by the manufacturer for each system, but in no instance shall it exceed one-third of the total dry film thickness of complete system. C. Prepare only those areas which will receive the first coat of the system on the same day. 1. On steel substrates, apply coating before rust bloom forms. D. Concrete and masonry surfaces shall be adequately cured prior to coating application. 1. Use surface cleaning methods, followed by mechanical or chemical surface preparation as specified in S SPC SP 13 . a. Acid etching (ASTM D 4260) shall not be used for vertical surfaces. b. Acid etching shall only be used where: (1) Procedures are in place for removal of acid residues and the handling, containment, and disposal of hazardous materials. (2) Measures for protection of worker health and safety are provided. Village of Mount Prospect 099000-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued 3.02 APPLICATION: A. Apply coatings in accordance with coating manufacturer's recommendations. B. Use properly designed brushes, rollers, and spray equipment for all applications. C. On unprimed surfaces apply first coat of the system the same day as surface preparation. D. Dry film thickness of each system shall meet the minimum specified. Maximum dry film thickness shall not exceed the minimum more than 20% or coating manufacturer's requirements if less. Where a dry film thickness range is specified, the range shall not be less than or exceeded. E. Shop and field painting shall remain 3 inches away from unprepared surface of any substrate such as areas to be welded or bolted. F. Environmental Conditions: 1. Atmospheric temperature must be 50°F or higher during application, unless otherwise approved by coating manufacturer. Do not apply coatings when inclement weather or freezing temperature may occur within coating recoat cure times. 2. Wind velocities for exterior applications shall be at a minimum to prevent overspray or fallout and not greater than coating manufacturer's limits. 3. Relative humidity must be less than 85%. The ambient temperature and the temperature of the surface to be painted must be at least 5°F above the dew point. 4. Provide adequate ventilation in all areas of application to ensure that at no time does the content of air exceed the Threshold Limit Value given on the manufacturer's Material Safety Data Sheets for the specific coatings being applied. G. Recoat Time: In the event a coating, such as an epoxy, has exceeded its recoat time limit, prepare the applied coating in accordance with manufacturer's recommendations. H. Protection: 1. Cover or otherwise protect surfaces not to be painted. Remove protective materials when appropriate. 2. Mask, remove, or otherwise protect finish hardware, machined surfaces, grilles, lighting fixtures, and prefinished units as necessary. 3. Provide cover or shields to prevent surface preparation media and coatings from entering orifices in electrical or mechanical Equipment. Where ventilation systems must be kept in operation at time of surface preparation, take precautions to shield intakes and exhausts to prevent the materials from entering system or being dispersed. 4. Provide signs to indicate fresh paint areas. 5. Provide daily cleanup of both storage and working areas and removal of all paint refuse, trash, rags, and thinners. Dispose of leftover containers, thinners, rags, brushes, and rollers which cannot be reused in accordance with applicable regulations. 6. Do not remove or paint over Equipment data plates, code stamps on piping, or UL fire - rating labels. 3.03 INSPECTION A. Contractor shall provide and use wet film gauges to check each application approximately every 15 minutes in order to immediately correct film thickness under or over that specified. B. Contractor shall provide and use a dry film gauge to check each coat mil thickness when dry, and the total system mil thickness when completed. C. Use holiday or pinhole detector on systems over metal substrates to detect and correct voids when indicated on system sheet. D. Furnish a sling psychrometer and perform periodic checks on both relative humidity and temperature limits. Village of Mount Prospect 099000-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 099000 - PROTECTIVE COATINGS: continued E. Check air temperature and temperature of the substrate at regular intervals to be certain surface is 5°F or more above the dew point. 3.04 CLEANING AND REPAIRS: A. Remove spilled, dripped, or splattered paint from surfaces. B. Touch up and restore damaged finishes to original condition. This includes surface preparation and application of coatings specified. 3.05 EXTERIOR SURFACES A. Exterior Coating with Spot Repair and Power Wash - All exterior surfaces of Tank 5E shall be properly prepared by power wash and spot clean and over -coated as described below: 1. All surfaces shall be clean and free of al dust, dirt, grease, oil and foreign matter prior to painting. 2. Power wash all surfaces to SSPC-SP12 using a solution of one part household bleach to three parts water to kill all mold and mildew present on the surface. 3. Rinse all surfaces with clean water prior to power tool cleaning. 4. Spot power tool clean to SSPC-SP3 all rusted, flaking, or failed areas. 5. Apply spot prime and appropriate coating system as selected by Owner in accordance with coating manufacturer's recommendations. 3.06 WET INTERIOR SURFACES A. Interior Wet Coating with Full Blast - All wet interior surfaces of Tank 5E shall be properly prepared by full blast and re -coated as described below: 1. Full blast clean all surfaces to SPPC-SP10. 2. Apply coating system as selected by the Owner in accordance with coating manufacturer's recommendations. 3. Dispose of the spent abrasive per S SPC -Guide 7 if lead is detected in the existing coating. 4. Perform sterilization per AWWA C652 — Method 3 with sampling by the Owner. 3.07 ALTERNATE ITEMS A. Exterior Coating with Full Blast — all exterior surfaces of Tank 5E shall be properly prepared by full blast and re -coated as described below: 1. Full blast clean all surfaces to SSPC-SP10. 2. Apply coating system as selected by the Owner in accordance with coating manufacturer's recommendations. 3. Dispose of the spent abrasive per S SPC -Guide 7 if lead is detected in the existing coating. 3.08 WELDED AREAS A. Areas that are impacted by welding shall be power tool cleaned to bare metal per SSPC-SP 11. B. All remaining areas shall be brush-off blasted to SSPC-SP7. C. Spot coat the impacted areas with the appropriate coating system selected by the Owner. END OF SECTION 099000 Village of Mount Prospect 099000-7 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Base Bid Pay Item No. S''Mc..DONNELL PROTECTIVE COATING SYSTEM BURNS, System: D=3 SERVICE: Steel & Iron - Potable Water Immersion, Normal Service. Interior of Tank or Basin. Exterior of Steel Piping, or Equipment in Tank or Basin. Surface Preparation: Shop or Field First Coat: SPPC-SP10 and profile depth 1.5 to 2.5 mils (38 to 63 microns) or as recommended by the manufacturer. Field Touch Up (of Shop -applied first coat): Same as for first coat. First (prime) Coat: Shop or Field: Moisture -cured urethane, zinc -rich primer with minimum 80% zinc in the dry film and approved service with potable water, meeting NSF Standard 61. Apply at 3.0 to 5.0 mils (75 to 125) dry film thickness or as recommended by the manufacturer. Field: Touch-up same as first coat. Second Coat: High solids amine, polyamide, or polyamidoamine epoxy with a minimum 98% solids by volume and be for use with potable water, meeting NSF Standard 61. Apply at a minimum of 20.0 mils (510 microns) dry film thickness or as recommended by the manufacturer. Third Coat: Same as second coat, as needed. System Total: Minimum 23.0 mils (585 microns) dry film thickness. Volatile Organic Content: Maximum 2.8 Ib/gal (340 g/L). COATING PRODUCT DESIGNATION MANUFACTURER FIRST COAT TOUCH UP SECOND COAT THIRD COAT Tnemec Hydro -Zinc Series Same as first coat Epoxoline Same as second 91 -H2O Series 22 coat Carboline Carbozinc 8703 Same as first Phenoline Tank Same as second coat Shield coat Sherwin-Williams Corothane I Galvapac Same as first DuraPlate UHS Same as second 1 K Zinc Primer coat Epoxy Tank Lining coat B65G 11 Village of Mount Prospect 099000-8 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Base Bid Pay Item No. S''MCM.DONNELL, PROTECTIVE COATING SYSTEM BURNS, &� System: A=3m 1 SERVICE: Steel — Severe Exposure (Nonimmersion) Exterior or Interior Surface Preparation: Shop or Field First Coat: Power wash to SSPC-SP12 as specified. Field Touch -Up: Spot power tool clean to SSPC-SP3 all rusted, flaking, or failed areas. First (Prime) Coat: Moisture -cure urethane organic zinc -rich primer with minimum 80% zinc by weight in dry film. Apply at 2.0 to 4.0 mils (50 to 100 microns) dry film thickness or as recommended by the manufacturer. Second Coat: High -Build polyimide epoxy with minimum 65% solids by volume. Apply at 4.0 to 6.0 mils (100 to 150 microns) dry film thickness or as recommended by the manufacturer. Third Coat (Exterior): High solids aliphatic acrylic polyurethane gloss enamel with minimum 65% solids by volume. Apply at 3.0 to 5.0 mils (75 to 125 microns) dry film thickness or as recommended by the manufacturer. System Total: Minimum 9.0 mils (225 microns) dry film thickness (Exterior). Minimum 6.0 mils (150 microns) dry film thickness (Interior). Volatile Organic Content: Maximum 2.8 Ib/gal (340 g/L). COATING MANUFACTURER PRODUCT DESIGNATION FIRST COAT TOUCH UP SECOND COAT THIRD COAT Tnemec Series 135 Chembuild Same as First Coat Series 27 F.C. Series 1074 Endura- Typoxy Shield II Carboline Carboguard 890 Same as First Coat Same as First Coat Carbothane 134HG Sherwin-Williams Macropoxy 646 Fast Same as First Coat Same as First Coat Acrolon Ultra Cure Epoxy Village of Mount Prospect 099000-9 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Alternate Bid Pay Item La S PROTECTIVE COATING SYSTEM BURNS, mcn.DONNELL, &� System: A=3m2 SERVICE: Steel — Severe Exposure (Nonimmersion) Exterior or Interior Surface Preparation: Shop or Field First Coat: SSPC-SP10 and profile depth 1.5 to 2.5 mils (38 to 63 microns). Field Touch -Up: SSPC-SP11 and profile depth 1.0 to 1.5 mils (25 to 38 microns). First (Prime) Coat: Moisture -cure urethane organic zinc -rich primer with minimum 80% zinc by weight in dry film. Apply at 2.0 to 4.0 mils (50 to 100 microns) dry film thickness or as recommended by manufacturer. Second Coat: High -Build polyimide epoxy with minimum 65% solids by volume. Apply at 4.0 to 6.0 mils (100 to 150 microns) dry film thickness or as recommended by manufacturer. Third Coat (Exterior): High solids aliphatic acrylic polyurethane gloss enamel with minimum 65% solids by volume. Apply at 3.0 to 5.0 mils (75 to 125 microns) dry film thickness or as recommended by manufacturer. System Total: Minimum 9.0 mils (225 microns) dry film thickness (Exterior). Minimum 6.0 mils (150 microns) dry film thickness (Interior). Volatile Organic Content: Maximum 2.8 Ib/gal (340 g/L). COATING PRODUCT DESIGNATION MANUFACTURER FIRST COAT TOUCH UP SECOND COAT THIRD COAT Tnemec Hydro -Zinc Series Same as First Coat Endura -Shield Hyrdoflon 91 -H2O Series 73 Series 700 Carboline Carbozinc 621 Same as First Coat Carbothane 133 Carboxane 950 VOC Series Sherwin-Williams Corothane 1 Galvapac Same as First Coat Acrolon 218 HS Fluorokem HS 1 K Zinc Primer B65G 11 Village of Mount Prospect 099000-10 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS PART 1 - GENERAL 1.01 SUMMARY: A. This Section includes the following areas of Work: 1. Preparation of lawn areas. 2. Seeding. 3. Mulching. 4. Fertilizing of lawn areas. 5. Maintenance. 1.02 REFERENCES: A. Applicable Standards: 1. American Society for Testing and Materials (ASTM) -Equivalent AASHTO standards may be substituted as approved: a. D977 -Emulsified Asphalt. B. Illinois Department of Transportation (IDOT) Standard Specifications for Road and Bridge Construction, Adopted April 1, 2016. 1.03 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. C. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. D. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. E. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.04 SUBMITTALS: A. Qualification Data: For landscape Installer. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture, stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Product Certificates: For fertilizers, from manufacturer. D. Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Proj ect. 1.05 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. Village of Mount Prospect 329200-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials; discharge of soil -bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk materials with appropriate certificates. 1.06 FIELD CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. B. October 16 to January 31. 1. Contractor shall post a warranty bond for all seeding done during this timeframe. C. February 1 to October 15. D. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. PART 2 - PRODUCTS 2.01 TOPSOIL: A. Materials suitable shall be free of debris, roots, organic matter, and frozen matter; and free of stone having any dimension greater than 2 inches in areas requiring a high degree of compaction or 4 inches in other embankment and fill areas: B. Topsoil shall be a fertile, friable, and loamy soil of uniform quality, free from materials such as hard clods, stiff clay, stone with any dimension greater than 1 inch, and similar impurities. Relatively free from grass, roots, weeds, and other objectionable plant material. C. Materials unsuitable for use include all material that contains debris, roots, organic matter, frozen matter, gravel, stone, or shale particles (with any dimension greater than 2 inches in areas requiring a high degree of compaction or 4 inches in other embankment and fill areas), or other materials that are determined by Engineer to be too wet or otherwise unsuitable for providing a stable subgrade or stable foundation for structures. D. Material shall be subject to approval of Engineer. E. Borrow areas shall be as follows: 1. As indicated. 2. Provided by Owner. 3. Arranged for by Contractor at no additional cost to Owner. 4. Subject to approval of Engineer. 2.02 GRASS SEED: A. Provide fresh, clean, new crop seed complying with tolerance for purity and germination established by Official Seed Analysts of North America and as required below. B. Be labeled according to the U.S. Department of Agriculture Federal Seed Act and shall be furnished in containers with tags showing seed mixture, purity, germination, weed content, name of seller, and date on which seed was tested: 1. Seed Mixture: a. Meet the requirements of the Illinois Department of Transportation (IDOT) Seed Mix No. 2A, as specified in the Standard Specifications for Road and Bridge Construction. 2. Moldy seed or seed that has been damaged in storage shall not be used. Village of Mount Prospect 329200-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued 2.03 MULCH: A. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Tackifiers: 1. Asphalt Emulsion: Conform to ASTM D977, Type SS -1; nontoxic and free of plant - growth or germination inhibitors. 2. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. 2.04 FERTILIZER: A. Commercial fertilizer of neutral character, with some elements derived from organic sources, containing not less than 12% phosphoric acid, 12% potassium, and 12% nitrogen. B. Deliver to site in labeled bags or containers. 2.05 EROSION -CONTROL MATERIALS: A. Erosion -Control Blankets: Biodegradable wood excelsior, straw, or coconut -fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. PART 3 - EXECUTION 3.01 EXAMINATION: A. Examine areas to be planted for compliance with requirements and other conditions affecting installation and performance of the Work. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 3. Uniformly moisten excessively dry soil that is not workable or which is dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Engineer and replace with new planting soil. 3.02 PREPARATION: A. Protect structures; utilities; sidewalks; pavements; and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect grade stakes set by others until directed to remove them. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.03 SOIL PREPARATION: A. Dispose of any growth, rocks, or other obstructions which might interfere with tilling, seeding, sodding, or later maintenance operations. Remove stones over 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous matter. B. Thoroughly loosen and pulverize topsoil to a depth of at least 4 inches. Village of Mount Prospect 329200-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued C. Grade lawn areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges and fill depressions to meet finish grades. Limit fine grading to areas which can be planted within immediate future. D. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry off before planting of lawns. Do not create a muddy soil condition. E. Restore prepared areas to specified condition if eroded or otherwise disturbed after fine grading and prior to planting. F. Spread planting soil mixture to depth required to meet thickness, grades, and elevations indicated after light rolling and natural settlement. G. Preparation of Unchanged Grades: 1. Where lawns are to be planted in areas that have not been altered or disturbed by excavating, grading, or stripping operations, prepare soil for lawn planting as follows: a. Till to a depth of not less than 6 inches. b. Apply soil amendments and initial fertilizers. C. Remove high areas and fill in depressions. d. Till soil to a homogeneous mixture of fine texture, free of lumps, clods, stones, roots, and other extraneous matter. 3.04 FERTILIZING: A. Apply fertilizer at the rate of 400 pounds per acre to prepared seedbeds and sodbeds. B. Incorporate fertilizer into the soil to a depth of at least 2 inches by discing, harrowing, or raking, except where applied hydraulically on slopes steeper than 2 horizontal to 1 vertical. 3.05 SEEDING NEW LAWNS: A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. 1. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 2. Do not use wet seed or seed which is moldy or otherwise damaged. 3. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow not less than a rate of 80 pounds per acre. C. Rake seed lightly into top 1/4 -inch of soil, roll lightly, and water with fine spray. D. Protect all seeded areas with erosion -control blankets installed and stapled according to manufacturer's written instructions. E. Methods of Application: 1. Dry Seeding: Spreader or seeding machine. 2. Hydroseeding: Mix seed, fertilizer and pulverized mulch with water and constantly agitate. Do not add seed to water more than 4 hours before application: a. On slopes of 2 horizontal to 1 vertical or flatter, apply seed separately from fertilizer. Cover seed with soil to an average depth of 1/2 -inch by raking or other approved methods. b. On slopes steeper than 2 horizontal to 1 vertical, seed and fertilizer may be applied in a single operation. Incorporation into the soil will not be required. 3.06 MULCHING: A. Apply a mulch covering to all seeded areas. B. Vegetative Mulch with Asphalt Emulsion: 1. Apply vegetative mulch at the rate of 2-1/2 tons per acre. 2. Apply asphalt emulsion at the rate of 250 gallons per acre. Village of Mount Prospect 329200-4 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued 3. Mulching machine shall inject emulsified asphalt at the proper rate directly into the air stream carrying the straw. C. Immediately following the application of the mulch, water the seeded area in one watering, in sufficient amount to penetrate the seedbed to a minimum depth of 2 inches. Perform so as not to cause erosion or damage to the seeded surface. D. Protect seeded areas against hot, dry weather or drying winds by applying mulch not more than 24 hours after completion of seeding operations. 3.07 HYDROSEEDING: A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. B. Mix slurry with fiber -mulch manufacturer's recommended tackifier. C. Spray -apply slurry uniformly to all areas to be seeded in a one-step process. Apply slurry at a rate so that mulch component is deposited at not less than 1500-1b/acre dry weight, and seed component is deposited at not less than the specified seed -sowing rate. D. Spray -apply slurry uniformly to all areas to be seeded in a two-step process. Apply first slurry coat at a rate so that mulch component is deposited at not less than 500-1b/acre dry weight, and seed component is deposited at not less than the specified seed -sowing rate. Apply slurry cover coat of fiber mulch (hydromulching) at a rate of 1000 lb/acre. 3.08 NETTING: A. Install netting where indicated and immediately following mulching operations. B. Roll netting loosely over the required areas. Lifting and stretching of the material will not be permitted. C. Secure netting by staples spaced every 1 to 2 feet apart along top and bottom ends and no more than 4 feet apart along sides and across remaining unanchored netting forming an "X" pattern. D. Lap joints in the direction of water flow with at least a 2 -inch overlap. E. After the netting is secured in place by staples, press firmly against the surface of the soil by tamping or by rolling with an approved smooth -wheel hand roller. F. Repair any seeded or mulched areas disturbed by the installation of the netting. 3.09 TURF RENOVATION: A. Renovate existing turf where indicated. B. Renovate turf damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish turf where settlement or washouts occur or where minor regrading is required. 2. Install new planting soil as required. C. Remove sod and vegetation from diseased or unsatisfactory turf areas; do not bury in soil. D. Remove topsoil containing foreign materials, such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil. E. Mow, dethatch, core aerate, and rake existing turf. F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. Village of Mount Prospect 329200-5 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued I. Apply initial fertilizer required for establishing new turf and mix thoroughly into top 4 inches of existing soil. Install new planting soil to fill low spots and meet finish grades. J. Apply seed and protect with straw mulch as required for new turf. K. Water newly planted areas and keep moist until new turf is established. 3.10 PROTECTION: A. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period until lawn is established. 3.11 TURF MAINTENANCE: A. General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Install and maintain temporary piping, hoses, and turf -watering equipment to convey water from sources and to keep turf uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water turf with fine spray at a minimum rate of 1 inch (25 mm) per week unless rainfall precipitation is adequate. C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass to a height of 2 inches as soon as there is enough top growth to cut with mower. 2. Remove no more than 40% of grass leaf growth in initial or subsequent mowings. 3. Do not delay mowing until grass blades bend over and become matted. D. Remove weeds by pulling or chemical treatment. E. Seeded Areas: 1. Water as required by good practice and as necessary to obtain a flourishing cover. 2. Repair any portion of the seeded surface which becomes gullied or otherwise damaged, or the seeding becomes damaged or destroyed. F. Turf Post fertilization: Apply second fertilizer application after first mowing and when grass is dry. 1. Use fertilizer that provides actual nitrogen of at least 0.45 pounds per 1,000 square feet of lawn area. Village of Mount Prospect 329200-6 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 329200 - LAWNS: continued 3.12 ACCEPTANCE OF LAWNS: A. When lawn Work is Substantially Complete, including maintenance, Engineer and Owner will, upon request, make an inspection to determine acceptability: 1. Lawn Work may be inspected for acceptance in parts agreeable to Owner, provided Work offered for inspection is complete, including maintenance. B. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 95 percent over any 10 sq. ft. and bare spots not exceeding 5 by 5 inches. C. Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. 3.13 CLEANUP: A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. C. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. D. Remove nondegradable erosion -control measures after grass establishment period. END OF SECTION 329200 Village of Mount Prospect 329200-7 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 331313 - WATER STORAGE TANK DISINFECTION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Water tank disinfection. 2. Bacteriological testing. B. Related Requirements: 1. Section 099000 — Protective Coatings. 1.2 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C652 - Disinfection of Water Storage Facilities. 1.3 SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Disinfection Procedure: 1. Submit description of procedure, including type of disinfectant and calculations indicating quantities of disinfectants required to produce specified chlorine concentration. 2. Comply with Sections 3 and 4 of AWWA C652. C. Certify that disinfectants meet or exceed AWWA C652 requirements. D. Test and Evaluation Reports: Indicate results of bacteriological and residual chlorine laboratory test reports. E. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. F. Qualifications Statement: 1. Submit qualifications for applicator. 1.4 QUALITY ASSURANCE A. Perform Work in compliance with AWWA C652. B. Perform Work according to State of Illinois Environmental Protection Agency standards. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 016000 — Equipment and Materials: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Village of Mount Prospect 331313-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 331313 — WATER STORAGE TANK DISINFECTION: continued C. Store disinfectants according to manufacturer's recommendations and in a cool, dry place away from combustibles such as wood, rags, oils, and greases. D. Handle disinfectants according to manufacturer's safety precautions. PART 2 PRODUCTS 2.1 DISINFECTANTS A. Chlorine Forms: According to AWWA C652, Section 4. PART 3 EXECUTION 3.1 EXAMINATION A. Inspection: 1. Conduct inspection of tank interior before beginning disinfection. 2. Verify that tank is clean and free of polluting materials. 3. Verify that tank pipe and vent connections are properly made and clear of obstructions. 4. Verify that paint is thoroughly cured according to paint manufacturer's instructions. 3.2 PREPARATION A. Furnish personnel working inside tank during disinfection with equipment to comply with Federal and State regulations for Work conducted in a hazardous atmosphere. B. Protect aquatic life and vegetation from damage from disinfectant solution purged from tank. 3.3 APPLICATION A. Use any one or combination of three methods for disinfecting tank in Section 4 of AWWA C652: 1. Chlorination Method 1. 2. Chlorination Method 2. 3. Chlorination Method 3. B. Disposal: 1. Neutralize disinfectant solution before disposal. 2. Legally dispose of disinfection solution off Proj ect Site. C. Repair damage caused by disinfectant solution and disinfection procedures. 3.4 FIELD QUALITY CONTROL A. Sampling: 1. Collect samples of water from filled tank for bacteriological analysis according to Section 5 of AWWA C652. 2. Take inlet and outlet water samples. Village of Mount Prospect 331313-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 331313 — WATER STORAGE TANK DISINFECTION: continued B. Test water samples for bacterial contamination, residual chlorine, and others as required by to State Health Standards for potable water. C. When water samples fail to meet State Health Standards for potable water, perform following corrective measures until water quality conforms to State Health Standards: 1. Inlet and Outlet Water Sample Failure: Eliminate source of contamination in water supply, repeat disinfection, and retest water quality. 2. Outlet Water Sample Failure: Repeat disinfection and retest water quality. END OF SECTION Village of Mount Prospect 331313-3 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank APPENDIX A - ELECTRICAL DETAILS Section 004005 BID FORM Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Village of Mount Prospect Department of Public Works FROM: (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: Rehabilitation of 1000 200, qalion Station SE Ground'Stooge Tank 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 — Rehabilitation of L000,000 Gallon Station 5E Storage Tank Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 1,000, 00 Gallon Station 5E, Ground Storage Tank Page I of 3 SECTION 004005 — BID FORM: continued 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 4-11 prescribedi form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum Addendum Acknowledgement by Bidder or Date No. Date Authorized Representative Acknowledged Ap��-29PoItpl, Y�?S6C 1"4 LA -0 per L 2 1Y, 2- 0 1v9 7 2 May7, 2Q/q llwseel M*OV1.A::) ��. 7, 20.9 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. 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. The contractor shall reach substantial Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 1,,000,000 Gallon Station 5E Ground Storage Tank Page 2 of 3 completion by 60 catend4r da�vs, after the, d,ate of fli,eNotw"e,, to ProceW with fin,al COMPlet,100 00 000, 001 b 75 calendar dgn,after, the date of the'Notice to Pr-ote;ed'. Substantial completion shall be 0,00 MOON*# defined as the completion of all work except for site restoration. 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): I I *d Bond d Cert*fieCheck Bi Bank Cashier's Check �ts attached, hereto in accordance with the "Instructions for Bidders". 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 4) Bid Sheet(s) — Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Name of Firrn/ffidder: VJr T7 pATn Tj176_,f /_ LC --A .... ... . . ...... tle. A 04 z Official Address: ........... Z. . .. . .......... . . . . . ..... OF IMF Telephone: 2ZI9—zo��7=_ op, Emai ,,Valn �4!!7,4ne - tr VlAe ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH THE AFFIDAVIT —BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT Village of Mount Prospect Section 004005 April 2019 Rehabilitation of 11,000,,000 Gallon Station 5E Ground Storage Tank Page 3 of 3 Section 004015 BID SHEET of 1&003000 Gx�allon S-tafl'on 5E C -agx .1,.roundStot g-1gok IL IT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per Unit. WAM Item Approx. No. Description Unit Qty. of Price Per Unit Extension Units I Mobilization L. Sum 1 4?01000 120, t 0 0 `�' 2 Interior Coating Rehabilitation L. Sum I I Coo 2 6/ 404040 3 Exterior Coating Rehabilitation L. Sum 1 /0401 oat�", 4 Steel Work & Miscellaneous Repairs L. Sum I 22tOc 2) 5 Electrical Work L. Sum 4. ,C"� '' 6 Tank Disinfection . ................. L. Sum I 7 Site Restoration L. Sum I F 8 Contingency —flan Hours for Additional Work Hour 40 e6 P A Total Bid= 00 L The Owner has the ability to add any or all of the following alternates to the Total Bid, or each Bid Item independently. Complete Alternate Bid Items Table as Indicated: ItemApprox. No. Item & Description 'Unit QtY. of Price Per Unit Extension Units j Exterior Coating w/ Full Blast: add or deduct L Sum LA from Base Bid Item 3 Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,1000 Gallon Station 5E Ground StorageTank Page 1 of 4 TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): ge, acurge�N�,��t�^r0) rs, and -C Cents (In writing) (In writing) �It�l �+�� Dollars and Cents (In figure) (In figure) TOTAL ALTERNATE BID TOTAL ALTERNATE BID PRICE (the sum of extensions of the Bid Sheet),,-, ewe Dollars and 221!2 ( In writing) &-r" e-1 .4Z Q �� ��� Dollars and (In figure) Cents (In writing) AO Cents (In figure) Village of Mount Prospect Section. 00401.5 April 2019 Rehabilitation of 11,000,1000 Gallon Station 5E Ground Storage Tank Page 2 of 4 Itis expressly understood and agreed that: 1. The approximate quantities set forth in this Bid Sheet for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such. Unit Price Item installed complete in place, measured on the basis defined in the Contract. 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Bid Sheet. Specific cash allowances, if any, are included in the price set forth above and have been computed in accordA nce with paragraph 11. 02 of the General Conditions. BIDDER agrees that the Work will be Substantially Completed in 60 c tis,ecut ive calendar days from the date of "Notice to Proceed" and Finally Completed in 15 calendar days thereafter. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times speed in the Agreement. (a) Required bid security in the amount of ten percent (10%) of the Bid in the fon-n of a bid bond, cash, certified check, cashiers check or bank money order as stipulated in the Advertisement for Bids. (b) A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. (c) Required BIDDER's Qualification Statement with supporting data. Written communications concerning this Bid shall be addressed to: Village Of Mount Prospect Section 00401.5 April 2019 Rehabilitation of 1.0005000 Gallon Station 5E Ground Storage Tank. Page 3 of 4 The terms used in this Bid which are defined in the General and Supplementary Conditions of the Construction Contract, included as part of the Contract Documents, have the meanings assigned to them in the General and Supplementary Conditions. A Submitted on , M AVOOOP 201 State Contractor License Number (IM 10;'iITIIIIIJ�111 A I FIIIkIIIWII /S Address: Telephone: - 01-M Arm Village of Mount Prospect Section 004015 April 2019 Rehabilitation of 1,000,,000 Gallon Station 5E Ground Storage Tank Page 4 of 4 Section 001.1-53 BIDDER'S QUALIFICATION STATEMENT Pro ect Name: Rehabilitation of 1000 000 Gallon Station 5E Ground Storage Tank RUMINNIN Village of Mount Prospect Village Manager's Office, Third Floor Emerson Mount Prospect, IL 60056-2229 SUBMI"I'TED, BY;, Company F C; 41-r-I� I L�' Name VAS051 �}'l�Li�� Address <.#,$$� [�rPRlt7�•�'�y�T- Principal Office o¢s,e e _ /1� Corporation, partnership,, individual, joint venture, other L L � - Contractarlicense number and state EXPERIENCE STATEMENT I - Bidder has been engaged as a General Contractor in construction for - 1-7--, years and has performed work of the nature and magnitude of this Contract for, 1 -07 years. Bidder has been 'in business under its present name for / -7 years. 2. Bidder now has the following bonded projects under contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and estimated completion date. 3. Bidder has completed the following three (3) contracts consisting of work similar to that proposed by this Contract: On a separate sheet,list project name, owner, engineer/architect, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. All -10 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization Is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company including name and address of agent: Village of Mount Prospect Section 001153 April 2019 Rehabilitation of 1,10 0,000 Gallon Station 5E Ground Storage Tank Page 1. of 2 INN: FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: a. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: (1) Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). (2) Net fixed assets. (3) Other assets. (4) Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (5) Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). (6) Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial 'bility of the organization furnished. responst 1 8. Current Judgments: The following judgments are outstanding against Bidder: Jud&Yment Crcdi.,torsWhere Docketed and DateAmount a. b. Bidder hereby represents and warrants that all statements set forth herein are true and correct. (OFFICIAL SEAL) Name of Organization: (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall. be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed). END OF SECTION 001153 If, Village of Mount Prospect Section 001153 April 2019 Rehabilitation of 15000,000 Gallon Station SE Ground Storage Tank Page 2 of 2 V & T 29585 Gramercy Court* Farmington Hills, Michigan 48336 Phone: (248) 497-1494 0 Fax: (248) 426-9147'8 E -Mail: vandfpainting@aol.com V & T Painting, L.L.C. was founded in February of 2002. It specializes in heavy industrial rehabilitation of elevated and ground wafer storage tanks, stadiums,, and water treatment plans, along with other miscellaneous structures. The company has over 14 years of experience in sandblasting, welding, pit filling, priming, and painting of steel and other materials. Southwest Regional District Blasting interior and Exterior of a 300..000 g Multi Legged tank with Containment. Minor metal Repair Southwest Regional DistricY Neil bond 265=0 Town Of Flora, IN Interior and Exterior Blasting/ Repainting one 200,000 9 Multi- legged tank. Interior blasting/ repaint and exterior overcoat of one 150,000 9 spheroid. Installation of two solarbee mixing system. Metal Repairs Wayne Boyer (317) 694-2585 Commonwealth engineering 391,000 Borough of Pottstown, PA interior and Exterior Blasting and Repainting of 200,000 g Multi legged tank. Metal Repair Alan Wong (610) 313-3100 BCM Engineers Jobs previously Done In wisconsin in 2018 Kaukauna, Wisconsin Sandblasting interior and exterior of 500,000 gal Hydropillar Tank With Containment. Misc Metal repair (Lead Abatement) Project pricing $464,000 McMahon Enciineering Jeffery A. Kellner, P.E. (920) 428-7845 Chilton, Wisconsin Sandblasting interior and exterior of 200,000 gal spheroid with Containment. Misc metal repair. (Lead Abatement) Project Pricing $260,000 McMahon Engineering Jeffery A. Kellner, P.E. (920) 428-7845 Fox Crossing, Wisconsin Sandblasting Interior and Exterior Repaint of 300,000 gal Spheroid Water tank. M11sc metal repair Project pricing 198,000 McMahon Engineering Jeffery A. Kellner.. P.E. (920) 428-7845 Experience Danville Municipal Water Authority 2015 interior and exterior blast ing/re­poli ntin g of (2) 1.5mg ground storage water tanks with containment. Coatings contained lead. Installed and furnished 2 Solar Bee mixing systems, as well as the installation of underground piping and electrical work. Projectis located in Danville, PA. Gannett and Fleming, Inc. David Averso, P.E. (717) 645-6771 I U*M-74 I a I - - I KITP Interior and exterior blasting/re-painting of (2) 1 mg ground storage water tanks with containment. Included miscellaneous metal repairs. Project is located in Tamaqua, PA. Gannett and Fleming, Inc. David Averso, P.E. (717) 645-6776� Town of Bargersville interior and exterior blast i ng/re-pai ntin g of a 500,000g multi -legged elevated water tank with containment. Included miscellaneous metal repairs, Project 'is located in Bargersville,, IN. Strand & Associates Ryon Mackos, P.E. (812) 372-991 HME611111 MO, 2015 interior and exterior blasting/re-painting of a 30O.-OOOg elevated spheroid water tank with containment., Coatings contained lead. Included miscellaneous metal repairs. Project is located in Chilton, WI. McMahon Engineering & Architects Jeffery A. Kellner, P.E. (920) 428-7845 Southwest Cambria County Water Authority 2015 Interior and exterior blasting/re-pal"nting of a 300,000g ground storage water tank and a 170,000g ground storage water tank with containment. Coatings contained lead. Included miscellaneous metal repairs. Project is located in Johnstown, PA. The EADS Group Mark J. Muir (814) 535-5389 ,IT# Me IV - 2015 Interior and exterior blasting/re-painting of a 300..000g elevated spheroid water tank with containment. Included miscellaneous metal repairs. Project is located in Elkhart Lake, Wl. Kapur & Associates, Inc. Donald P. Albright, P.E. (414) 351-6669, Downingtown Municipal Water Authority 2015 Interior blasting/re-painting and exterior re-painfing of a 2mg ground storage water tank. Installed and furnished a mixing system. Coatings contained lead. Projectis located in Downingtown, PA. ATC Group Services, L.L.C. Charlie Liu., P.E. (610) 313-3100 ext. 307 Southwest Regional Water District 2014/2015 Interior and exterior blasting/re-painting of a 250,000g multi -legged & a 150,000 multi -legged elevated water storage tanks. Included miscellaneous metal repairs. Projects are located in Oxford and Hamilton, OH. Southwest Regional Water District Norma T. Pennock, P.E. (513) 461-3483 wiMIF1,11 M&I Irm 2014 interior blasting/re-painting of (2) 500,000g multi -legged elevated water tank. Included miscellaneous metal repairs. Project is located in Monticello, IN. Monticello Water Superintendent Rod Pool (574) 583-2334 Hampton -Shaler Water Authority 2014 Interior and exterior blasting/re-painting of a 400,000g elevated water tank with containment. Also, interior blasting/re-painting and exterior re -painting of a 200,,000g stand pipe. Lastly, interior blasting/repainting and exterior re -painting of a 300,,000g ground storage water tank. All included miscellaneous metal repairs. Project is located in Allison Park, PA. KLH Engineers, Inc. Robert Horvat,, P.E. (412) 494-0510 ext. 149 City of Sandusky 2014 Interior and exterior blasting/re-painting of a 300,000g multi -legged elevated water tank with containment. Included miscellaneous metal repairs. Project is located in Sandusky, Mi. Townley Engineering, L.L.C. Christopher Townley,, P.E. (810) 404-2266 City of New Lothrop 2014 Interior and exterior blasting/re-painting of a 300,000g multi -legged elevated water tank with containment,., Included miscellaneous metal repairs. Project is located in New Lothrop, Mi. Spicer Group,, Inc. John E. Olson, P.E. (989) 754-4717 Town of Pierceton 2013 Interior and exterior blasting/re-painting of a 200,000g multi -legged elevated water tank with containment. Included miscellaneous metal repairs. Project is located in Pierceton, IN. GRW Engineering, Inc. Alex White, P.E. (317) 347-3650 City of Monticello 2013 Interior and exterior blasting/re-painting of a 500,000g multi -legged elevated water storage tank. Coatings contained lead. Included miscellaneous metal repairs. Also, furnished and 'Installed valve house and underground pipe work. Project is located in Monticello, IN. Monticello Water Superintendent Rod Pool (574) 583-2334 Town of Bargersville 2013 Interior and exterior blasting/re-painting of a 500,000g multi -legged elevated water tank with containment. Included miscellaneous metal repairs. Project is located in Bargersville, IN. Strand & Associates Ryon Mackos, P.E. (812) 372-9911 M Southwest Water Regional District 2013 Interior and exterior blasting/re-painfing of a 300,000g, ground storage water tank with containment. Included miscellaneous metal repairs. Project is located in Millville, OH. Southwest Regional Water District Norma T. Pennock, P.E. (513) 461-3483 2013 Interiorand exterior blasting/re-painting of a 400,000g, hydro -pillar elevated water storage tank with containment. Coatings contained lead. Included ext,ens"We metal repairs (i.e. $90k in total repairs). Project is located in Wadsworth, OH. City of Wadsworth James M. Bozigar, P.E. (330) 335-2738 Board of County Commissioners of Lake County 2013 Interior and exterior blasting/re-painting of a 750,000g elevated spheroid water storage tank with containmen Included miscellaneous metal repairs. Project located in Lake County, OH. I Burgess & Niple, Inc. Jeffrey Marnicio, P.E. (440) 354-9700 ext. 3295 QID Interior and exterior blasting/re-painting of a 200,000g multi -legged elevated water storage tank with containment. Included extensive metal repairs. Project located in Oakland County, MI. Oakland County, MI Carmelo Moyet, Jr., P.E. (248) 452-2031 City of Menomonee Falls 2012 interior and exterior blasting/re-painting of a I mg multi -legged elevated water storage tank with containment. included miscellaneous metal repairs. Project located in Menomonee Falls, WI. Strand Associates Steven B. Kluesner, P.E. (608) 251-4843 Bucks County Water Authority 2012 Interior and exterior blasting/re-painting of a 500..000g elevated spheroid water storage tank with containmen Included miscellaneous metal repairs. Project located in Bucks County, PA. I Carrol Engineering V Lane Badley (215) 343-5700 ext. 307 City of Patriot 2012 interior and exterior blasting/re-painting of a 200,0009 stand pipe with containment. Included miscellaneous Metal repairs. Project located in Patriot, IN. Strand Associates Bruce Rape (608) 347-2607 City of Reynoldsburg 2010 interior and exterior blasting/re-painting of a I mg, elevated hydro -pillar water storage tank with containment. Included miscellaneous metal repairs. Project located in Reynoldsburg, OH. Strand Associates Sean Halyard, P.E. (614) 835-0460 ext. 5028 City of Green Bay 2010 Interior and exterior blasting/re-painting of a 750.,000g elevated spheroid water storage tank with containment. Included miscellaneous metal repairs. Project located in Green Bay, W1. McMahon Engineering Jeffery A. Kellner, P.E. (920) 428-7845 North Wales Water Authority 2010 Interior and exterior blasting/re-painting of a 2mg 95 -foot high stand pipe with containment. Coatings contained lead. Included miscellaneous metal repairs. Project located in North Wales, PA. Carrol Engineering Brad Fisher (215) 343-5700 ext. 303 Southwest Regional Water District 2008-2011 Five separa,te multi -legged elevated water tanks. All required interior and exterior blasting/re-painting with containmr nt and some open blast without containment. All included miscellaneous metal repairs. Projects located throughout the Southwest Regional Water District in Ohio. Southwest Regional Water District Norma T. Pennock, P.E. (513) 461-3483 Please Inquire If Interested in seeing a list of the more dated projects Autos, Building & Equipment * Two stake trucks o Ford F-450 o GMC 8500 o Fleet of eight pickup trucks Fork Lifts * Two 60001b. rough train * One 5000 shop fork lift 7000 square -foot warehouse. Includes garage and office space with fenced in storage yardV 24061 W. Eight Mile Rd.,, Southfield MI * Three 8 -ton pots with accessories 01 Two welding machines o Big Blue Miller 400p o Tri -Blazer with LIP gas o, Three trailers o 30 foot box trailer o Two 24 -foot box trailer o Two 24 -foot flat beds; 24,000 lb. GVW * Three 1600 CFM air compressors with moisture separators and aftercoolers * Three air compressors * 375 CMF * 750 CMF * 900 CMF 0 16 spider baskets (ST -17) Two Bossun chairs Two sets of containment for 1 million gallon elevated water tanks Four "air stage" pneumatic motors Four "electric stage" motors Two 40,000 CFM dust collectors Eight 10 -foot rigging stages Eight fold over 10 -foot stages Exterior rigging for three 1 -million gallon tanks Three sets of tools for three crews of 6 men each Ile Two steel grit recycling machines Three air to winches Six heavy duty Super Kings spray pumps All necessary safety equipment and rigging for three crews of 6 men each Additional rental equipment available if necessary for back up 0 Key Personal Vasel Malai is the owner -member of V 8x T Painting, L.L.C., which was established in February of 2002. He is a licensed CDL driver, as well as a licensed and certified welder. He has over 20 years of experience within the industrial coatings field, Poulin Vukaj is also a licensed CDL driver and a Schoolcraft College licensed welder. He has over 14 years of experience in all operations of painting and sandblasting. M RMUN MIMI Date: May 7, 2019 Project Name: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project Project No.: 114311 This Addendum forms a part of the Contract described above. The original Contract Documents and an prior Addenda remain in full force and effect except as modified by the following which shall take pree dence over any contrary provisions in the prior documents. 1. Contractor to relocate Automatic Meter Reading (AMR) antenna on tank prior to construction. lead present in current coating system? Page 3 of TIC -s report details the results of the heavy metal tests. TIC 's testing determined the exterior coating system contains 817 mglkg, or 0. 0 817% of lead. 3. What is the size and configuration of the inner roof beams.? Beam quantity and sizing is listed on pages 4 and 5 of TIC's report. 4. What is required for partial beam replacement? Can it be bid as a unit price item? $ection 012000 states what is requiredfor partial beam replacement. These requirements have hqen updated as stated below. The pay item will not be bid as unitprice and will remain as a lump sum item. SPECIFICATIONS: 1. 012000 Measurement and Payment; Section 1.03 Part B: Partial Beam Replacement— Pay Item Ao. LB f a. Update requirements listed under Partial Beam Replacement to include the following: i. Center support ring ii. 20 inner roof beams 20 outer beam ends iv. Caulk all joints 1/2" or smaller between the roof and beams with Sika Flex 11 b. Remove requirement for replacement of 24 inner roof perlins. Each Bidder shall acknowledge receipt of this Addendum by affixing their signature below, by noting this Addendum on their Bid Form, and by attaching this Addendum to their Bid. Bums & McDonnell Engineering Company, Inc. 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 Village of Mount Prospect 009100-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 00'91 00 —ADDENDUM NO. 2: continued ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with in- formation,, instructions and stipulations set forth herein. 0" Bidder: V17:)CV11�1i /.7 140f tri ate: 7,o END OF 00 9100 Village of Mount Prospect 009100-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 00 9100 — ADDENDUM NO. 1 Issued to All Bid Document Holders of Record Date: April 29, 2019 Project Name: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project Project No.: 114311 This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take prece- dence over any contrary provisions in the prior documents. ADDITIONAL INFORMATION: 1. Update Evaluation of the 1,000,000 Gallon Steel Ground Storage Tank "Tank 5E (South Tank) " Mt. Prospect, Illinois by Tank Industry Consultants on September 13, 2017 Each Bidder shall acknowledge receipt of this Addendum by affixing their signature below, by noting this Addendum on their Bid Form, and by attaching this Addendum to their Bid. Burns & McDonnell Engineering Company, Inc. 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with in- formation, instructions and stipulations set forth herein. Bidder: ME Date: END OF 00 91 00 Village of Mount Prospect 0091 00- 1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank UPDATE EVALUATION OF THE 1,1000,000 GALLON STEEL GROUND STORAGE TANK ,September 13,1 20,17 17.105,5.H373.006 rN ct'r 6 T'l i TANK SUBJECTO bMUSTRYThe . subjectCONSULTANTS f report is the update field evaluation the 1,31000 � gallon. steel r� t r g t t. Pros t 1 i. T.e t f was owned by Mt. Prospect Public Works was knows as the "'Tank 5 (South, Tank)." e field evaluation .s performed September 13 , 2 ' y Gregory P. Cannon, 7740 ' Indiana Indiana 46214 ACE Certified Coating Inspector Level 3 C rt1 at N'. 10339 and Jamie 317 / 271 -3 100 - PhoneL. St NAGE CoatingInspector Level. 1 Garb � rtincat No. 64809. .:: 317 271-3300 - FAX, The Owner's representati,ve on the site at the time of the Feld evaluation was Jay Gomez. The tank was previously evaluated by Tank Industry Consultants on November, 25 and 26 2013. Tank Industry Cronsultants prepared. a Request for Proposfor replacement oftbe roof stiffener across the rood center hub I , 2014. dome roof tank was, welded steel construction. According t Sacramento California information on the tank nameplate,the, tank was construicted 'in 1966 b 916 717-3608 -3608 Chicago Bn*dge & Iron Company under contract number -4105. The tank nameplate .l ' indicated the tank. was - ft in diameter and had a, height of Plainfield, Iffinois 3 2: ft. 8,1 556-8335 Pittsburgh, yt , .i OBJECTIVE, 12 262-1586 The purpose of tb,is wash.out and updateevaluation was to determine. El Paso, Texas changes in the condition of the tarok inten*.or, exterior, visible foundation, and 915 790-0,790, . site the time the last evaluation,., The purposthis repoit ' t resent the findings of the evaluation and t .ke recommendations fog° Houston, Texas recon inn, repairing, corrosion protection, and maintenance. Budget estimates 281 3,67-3511 for the work, anticipated life of the coating the structare,and the replacement ent cost of to tank arealso included. AUTHORIZATION, I , washoutt, evaluation, disinfection, and report were authorized the. Village of Mount Prospect Purchase Order 2017-00000218 .ted February 13, 2 1 . EXECUTIVE The e t rl oar coating system appeared to fair to good ovr ll condition as isolated areas of peeledtop'coating and corrosion were noted. The exterior surfaces should not need to be r t.t within the: next 3 to 5 years tom corrosion standpoint. The exterior should be re-evaluated in 3 to 5 years i accordance with MWA recommendations to determine a more precise recoating schedule.interior suifaces of the tank should be repainted within the next 2 to 3 years due to rafter corrosion corrosion above the high water level. dn Employee- Owned Company 11 000, 000 Galn Ground Storage Tank, "Tw7k 5E (South. Ta7lk) Page 2 Mt. Pros pect Public Works, Mt. Pct, 111111015 I 7,055.H3 73.006 ANS1/0SHA iand Safety -Related Deficien,cies: There were OSHA and safety-related deficiencies observed on this tank'. These deficiencies included,,. - the n"cal equipment in ine valve vault did not appear to include ground fault interrupt circuit, the exterior ladder width was too small (29 CFR 1910.23(b)(4)), the sa,fe-climbing device on. the exterior ladder was cracked (29 CFR 1910.29(i)(6)), Cne safe -climbing device, did, not extend over the entire length, of the ladder (29 CFR 1910.28(b)(9)(il)(A)) the roof safety raiii ng was not, equipped with a self-closing gate (29 CFR 1910.28(b)(3)(Iv)),, 0 the gaps between the toe 'bar and roof exceeded the m,axiallowed 1/4 in (29 CFR 1910.29(k)(1)(iii)), and 0 the roof safety railing handrail did not meet OSHA loading requirements, (29, CFR 1910.29(b)(3)). If the Owner wishes to ffilly comply with, OSHA and safety-related standards,,,recormended tbat UL these deficiencies be rectIfied. AWWA Sanitary, and Operational Defiel"ency: There was an AWWA sanitary, and operating deency observed on this tank as well.. iv, there was an approximate 1/2 in. wide gap between the overflow pipe and flap gate. This deficiency should be corrected. The safety-related, sanitary, and, operafing deficiencies listed aboveare not 'intended to be a complete list of deficiencies on this tank. The Owner should refer to the complete report text of the previous report, this report., and accompanying photographs for a complete account of al,l observed defici,encies. This evaluation and the ire portin,g the condition. of this tank, do not warrant the original structural, condition of the, tank or any ofthe original desi,gnfor seismic loadings, Likewise, recommendations for this tank do not incl.de modifications which may be required for coinliance with present sru tctural p codes. Color ' ' aphs were taken of the visilble portions of"the foundation, the tank interior, and eXterio pnotogr and are included as a part of this report., A 'I" Will Warniba: Some appurtenances on thlk tank may be referred to as erection or riggm"g attachmentsl lug,s, or brackets,. This does not mean that they are safe for r1*ggM"g,. Each attachment for each tank should be evaluated on an M*dl*vl*dua,l. basisby a structural englinter or i a b�efore bem*g� used., These deAces may have been M*tended for onl the an experienced riggex y origm*.al erectors and painters use with specialized e,qul*pmen,t. 1, 000, 000 Gallen Ground Storage Tan,lf, ft Tank 5,E (South Tank) Page,3 Alt. Prect Public Works, Mt. Prop pecl, Illinois I 7.055-H3,73. 00'6 All adhesion tests performed during this evaluation were done'in general, accordance with ASTM D3359. The esult's are reported herein using the ASTM. scale., The ASTM scale is a relative scale to rate a from 10 to 5 with 5, being the best. A table of adhesion test result's classification is included with this. Samples of' the exterior and Interior coating systems, were YAM to a laboratory flor atomic absorption Iff . 0 1 -ious evama,no . analyses atthe time of the prev" n Th e test results were as follows: _1_g�rcent W <0.0025% 'I L <0.025% Tank hidustry Consultants performs, this test only to determine if there is lead, cadmium) or, chromium present in the coating samples. To limit damage to the e,xisting Coating, only small areas were tested. 'The small. number of samples taken and the difficulty of retrieving all primer from the steel profile may cause the tests performed to, not accurately represent the total'. coating system. Variations in thickness, types, of coatings applied, and the interim cleaning and painting operations will also, affect the actual readings. The reliability of the results is also dependent on, the amount of' primer included in the sample. Additional testing to determine the amount of leaebable contaminants present in the spent cleaning debris will need to be performed following cleaning operations at the time of repainting. T'he condition of the items not referred to in the OBSERVATIONS section of this �report appeared to bi in pproximately the same condition a,s, they were at the time ofth e last evaluation I a "T,; and Site The tank site, 'surrounding area, and valve vault were in similar condition as was observed at th previous evaluati,on. The condition of the foundation hiad worsened, s1ightly, as additional cracking wa observed., Coating oversprayand mildew were observed on, t,he foundation. Widespread cracking an 0 di,sloanci I ing were observed 'in the sealant at the foundation -to -bottom plate interface. 1P OOOP 000 Gallon Ground Storage Tank, "Tank 5E (South Tank) Page 4' mt. ecPublic Works, Mt. Prospect, Illinois I 7.055.,H373.006 ffl, I I GSm" ................. EXTERIOR COATING AND METAL, CONDITION (changes.froin the, previous report ar�e bolded)' ... . ........ Adbesion 5 (very good) T = Topcoat to, Underlyinting Neg. __ negligible 4 (good) 3 (fair) S = Primer to, Steel 2 (poor) I (very poor) 0, (very poor) w 0 d 9P dip C. Interior Surfaces ROOF SUPPORT STRUCTURE: Stiffeners: Outer: 3 3 Inner: 20 Size: 3-1/2 in. x 3 In. x 1/4 in., angle Center Hub.: Constructiom approx., 6 in. x 4 in., x 3/8 in., angle Diameten ap prox., 1.5 ft Circ -um ferential Stiffener-. 6, in. x 4 in., x 1/4 in. angle Coat1�g Tbickness �tpp,rox. % Failure to Metal Loss I Range Typical Underlyfiig Adhesion Rust i Typical Deepest Coating Shell .5 mils, to, 17 mils 10 mils /2% < 1/2% 5 SNerr. Neg. 5 Ro,of 10 mils to 23 mils 1,4 mils Neg. < 1, /2 4 S Neg,. Neg. ... . ........ Adbesion 5 (very good) T = Topcoat to, Underlyinting Neg. __ negligible 4 (good) 3 (fair) S = Primer to, Steel 2 (poor) I (very poor) 0, (very poor) w 0 d 9P dip C. Interior Surfaces ROOF SUPPORT STRUCTURE: Stiffeners: Outer: 3 3 Inner: 20 Size: 3-1/2 in. x 3 In. x 1/4 in., angle Center Hub.: Constructiom approx., 6 in. x 4 in., x 3/8 in., angle Diameten ap prox., 1.5 ft Circ -um ferential Stiffener-. 6, in. x 4 in., x 1/4 in. angle Ix 0100Y 000 Gallon Ground Storage Tank, "'Tank 5E (South Tank) Page 5 Mt. ProTeet Public Works, Mt, Pr� ect, Illinois I 7055.H3 3.X06 CATHODIC PROTECTION.- Anode Type.- submerged wire w/ floats Nurnber: I Reference Electrode: Nr: I Location-. west perimeter INTERIOR PIPING: Ifflet/outlet Pipe: Size: 16 in. diameter Projection: 6 in. above floor Reinforcing Pad: 26 in. diameter x 0,343 in. to 0.346 in. thick Protective Coven none 6 Pipep Size: 30 in. diameter Projection.- 4, in. above floor Reinforcing Pads 3 0 in.diam, eter x 0.355 in. to 0.358 in. lick Protective Cover: none Sum � P. Size: 24 in. diameter flanged Size: 32 in. diameter x 0.,543 in. to 0.548 in. thick Depth: 9 in. INTERIOR COATING AND METAL CONDITION (additioninforination from the pr,evious report i,s bolded): Key, toTable Adhesion 5 (very good) T — Topcoat to Underlying Coating Neg., = negligible 4 (good), 31 (fair) S imer to Steel 2 (poor) I (very poor) 0 (very poor) The previous evaluation of the tank interior below water level was performed using an ROV, and the roof support structure was evaluated using a raft. Therefore, additional dimensions 5 infonnation, and ,'I data concerning tne condition of tie surfaces below the water level, reviously available, are included, in. tis report. Coating'Thickness RAB, MMdml!1�111I Wn 9 Metal -, Loss, 12 mi'"Is to 26.5 mils Im Key, toTable Adhesion 5 (very good) T — Topcoat to Underlying Coating Neg., = negligible 4 (good), 31 (fair) S imer to Steel 2 (poor) I (very poor) 0 (very poor) The previous evaluation of the tank interior below water level was performed using an ROV, and the roof support structure was evaluated using a raft. Therefore, additional dimensions 5 infonnation, and ,'I data concerning tne condition of tie surfaces below the water level, reviously available, are included, in. tis report. 17 000, 000 Gallon Ground Storage Tank, "Tank 5E (South Tank) Page 6 Mt, Prospect Public Works, Mt. Pro�pect, I1117701S 17.055. H3 73'. 006 SIRMINI IT I 7. TX� , TMFL ob 'M; Foundation and Sits 1. Site Maintenance - The site should be regraded so that the top of the foundation, projects a minimum of 6 in. to, a maximum of 1.2 in. above grade and so that proper drainage away from the foundation continues. Site maintenance should be performed w'th, the mower discha�rge directed away -Erom. the ba,se of the tank to prevent rock chips in the co,atm"g and the: accumulation of grass on the foundation and bottom plate. 2. Tank and Site Security: 'Water tanks have been defined by some courts under, certain circumstances as attractive nuisances,. As such,, there may be a significant ial liability to the Owner for injury to persons on the to and tank site, even if access is not authorized. Recent events have prompted the entire water industry to consider measures that inhibit intentional acts that, could threaten the water supply. A review ofthe security requirements for tie tank and site is recommended For their to corm that the exi,sting measures, are consistent with the Owner's security requirements f water system. P,rimary tank and site security should be faed on eliminating, preventing, and, detecting unauthorized access to the tank. Such security measures might include routinely and periodically verifying all manholes and gates are locked, and all exterior access points have suitable deterrents. Other security measures might include installing site ligbtl,ng', alarms on manholes and gates, motion detectors, and surveillance cameras, and arranging more Sequent site visits by law enforcement agencies,. I Foundafi*an: When. the tank exten'or "is, repam,ted, any unsound concrete should be chipped to, sound material and tibe concrete should be brush-off blasted. Any deteriorated areas, or voids found 11P 000, 000 Gallon Ground Storage Tank "Tank 5E (South Tank) Page 7 M. Prublic Works, Mt. Prospect, Illinois I 7.055,H3 73. 006 should have a bonding agent and, a vinyl emollient moed concrete patching mortar applied to build up the surface to its Id should then be painted with a concrete sealer. 4. Sealant Mam''tenance': Wben the exten'or repainting is performed, the existing sealant long the bottom plate-to-foundafion interface, should be removed and replaced with a flexible located a 1, polyuretbane sealant 5. Overhead Power Lm*esl: All overhead power lines within 40 ft ofthe tank should be relocated underground M' order to prevent potential electrical shock to personnel wor g on the tank. The relocation of the power lines sbould be performed m" accordance with the Natlonal. Electric Code (NEC) guidelines. I . Life of the Exterior Coating.- The ext nor coating system. appeared to be in fair to good overall condition with additional areas of peeled topcoating and corrosion. noted. The exterior surfaces should not need to be repainted within the next 3 to 5 years fi-om a corrosion standpoint. However, the exterior, should be re-evaluated in 3 to 5 years in accordance with AWWA recomn'lendations to determine a more precise recoating schedule. Due to the good to very good adhesion of the existing coating system, spot, cleaning, and topcoating may be a feasible option,., 'fhe cite coating system. should be evaluated, immediately prior, to preparing specifications to determine if the coating adhesion is still adequate to accept a topcoat. Due to the extent of corrosion around one of the shell manholes it is recommended this area be spot cleaned and spot coated within the next year., 2. Coating Testing: Prior to preparation of specifications for the cleaning and coating of the exterior ofthe tank, samples of the exterior coating system should be subjected to laboratory analysis to, test for Ingredients which may at that time be subj'ect tegulations conn erru'ng their handling and disposal. 3. Cleaning: Due to the fact that the present exterior coatings appear to contain lead, coating I to the �removal, should be performed in accordance with 'local, state, and �fe�deral, regulations, relative removal of heavy-metal based coatings. When the exterior is to be cleaned, all varietiesof containment sbould be investigated. Containment of the wind-bilown debn's, willbe required and containment of paint, droplets may berequired due to the *mty of the adjacent residences. proxi 1 Je.) Recommended Coating System-. a. Spot Clean and Topcoat: If the exterior 'i's to be repainted within the next few years, then spot cleaning and topcoatffig the tank appears to be the recommended option. The 11 000'. 000 Gallon Ground Storage Tank "Tank 5E (South, Tank) Page 8 Mt. Prospect Public Works, Prospect, Illinois J 7. 0'55.H3,73.006 typical, life, of a spot cleaned, and topcoated system is approximately 7 to 8 years, but is highly dependent on previous surface preparafton and the condition of the underlying coating system, . MARIA Iml my 11; 1 xpcl -tai I I I U0,01 r'! I U0061WO, I WMIP M U EIRM oll mw 11 11 walm XARIJIN, I I I I 5. Alternative Coating System. - b., Coatm*g Appfication: The entire tan]k exterior should, be cleaneld to the equivalent of an SSPC-�SP 6, Commercial Blast Cleaning and have an epoxy -primed, epoxy intermediate and polyurethane finish coating system applied. However) care must be taken during the application of this particular coating system, because this coating does have poor dry -fall characteristics, and poten�tial damage to the surrounding property must be taken into consideration. The polyurethane coatings also, require close moniton'ng of temperature and humidity during application. 4, 7. Other Systems-, With air emisswn volatile or1ganic, compounds (VOC) restn,*ctions being 1 A alternative coating systems may become available which would be put in place arounci the nation', viable options for this tank. The Owner should review the available systems pnor to prepanng specifications for the recoating project. 8. Coating Curm*g* It would be more economical to; paint,the tank exterior at the sametime the interior is painted, since the tank, must be drained while the ex,ten"'or is painted, and the applied coatings curie. This will also reduce mobilization and observation costs. I? 1 1 f ) P 1, 0001 P 000 Gallon, Grotina Storage Tank, Tank 5E (South Tank) Page 9 -Mt* ]�•Sp 17.055',H3 73.006 9., Rebabilikation Schedule: To obtain the lowest possible prices f6r the work outlined in t'nre recommendations, the Owner should have the specifications prepared and the work bid in the sprIng, with'the work scheduled to start in early summer (if possible). 10., Electrical Apparatus- All, unused, electtical, condult, antennas,, fixtures, electncal, Metenng equi ment cathodic protection apparatus) and control cabinets should be removed from the: p tank and tank-. site. All required equipment should be repaired and maintained in raccordance with the National Electric Code (NEC). 10 I L Grmding and Bracket Removal.- Any unused brackets or erection lugs should, be removed prior to the exterior repainting. Any weld burrs, weld spatter,, or crection scars should be ground.offto provide a smooth surface for the application of the coating. 12. Nameplate: The tank nameplate should be remove`or the c1u'ng and coating of the tank,. The nameplate should be cleaned and reattached to the tank using the existing bracket. 13. Existing Shell, Manholes-. At the time of recoating and re airs, the gaskets for the shell p illanboles should ble replaced,., '.rbe covers should be equipped with hinged support arms located on the extla--ior i*f the tart -1. mi r a LIUVIS EM I I �� ITLA 15. Roof Safety Railing. Ibe toe, bar should be replaced with a new toe: bar which is, at least 31-11/2 in. tall, and allows a gap 1/4 in., or less between. it, and the r�oof The access opem'ngshould be equipped with a self-closing gate. 16. Clog -Resistant Vent& The proper operation of the vent should be pen*odically ven'fied. 2. Coating Testm*g: Prior to preparation of specifications for the cleaning and coating of the i� " interior of the tank, samples of'the interior coating system should be subjected to laboratory analysis to test for ingredients which may at that time be subject to regulations concenung their handling, and disposal. 11 000, 000 Gallon, Ground Storage Tank "Tank 5E i(Sou�th Tank) Page J 0 Mt. Prospect Public Works, Mt. ProVect, Illinois 17. 055.H3 73.10061 3. Recommended Inte,rior Coating System: a. Epoxy Coating, System: The optimum, long -life coating system presently availabl. for the interior of'water tanks is a two -component epoxy coating system. A three -coat epox system is recommended for the: interior of this tank. This coating system should meet th certification criteria of ANSINSF 61 and state department ofihealth regul,at�ions., b. Coathag Applicafion: When the 'interior 'i's to be repaintea, the entire tank interior should be cleaned to the equivalent of an DSPC -SP 10, Near -White Blast, Cleaning and, an epoxy coating system, applied. C. S,em*ce Life-. The typical life of a properly formulated and applied epoxy coating system is approximately 12, to 15 years in immersion service. Tank Industry Consultants defines, the H6 of a coating as the expected service life before repainting becomes necessary due to coating failure and corrosion. 4�. Cathodic Protection-. The cathodic protection system should be evaluated and adjusted by the manufacturer,, and then properly maintained. 5'. Pilt Weldm'g and Pit Filling: after inti al. cleaning, all significant pitting which is f6und should be welded, and all pitting, with rougla edges that would make the pitting difficult. to coat properly should be filled with a solventless epoxy scam sealer. 6. Rough Edges.- All unused, brackets should be removed -from the interior and exterior surfaces at the time of the ne�xt recoating. Any weld burrs, spatter,, scars or rough edges in the steel should be ground smooth to provide a better surface for coating. 7. Roof Support Structure: After abrasive blast cleaning, the roof support structure should be carefully evaluated as e,ta'l loss repairs may be necessary at areas where the metal loss was, not previous visible.At this time, there was no signifficant metal loss, observed, and all of the connections appeared to be in adequate condition. However, with the existing coating failure and corrosi., structurally significant metal loss will likely occur within the next 3 to 5 years. it 000, 000 Gallon, Grow nd'St07-age Tank,, "Tank 5E (South, Tank) Page]] Mt. Prect Public Works, Mt.,Pr ct,, 111hiois 17 055.H3 73.006 a ECONONHC FACTORS. Item, Cost Life in Years Replacem, ent of tank with a new one $ 29200)0001 75+ ,The following is, a complete list of repairs and estimated costs for their respective recommendations found 'in, the RECOMMENDATION section of this report., I . tem Sanitary & Sa Scheduled Mam"tenance Repairs Clean and Paint Exterior. Spat Rair and T $160PO Containment SP 6, qqTplete Clean, Epoxy/Polyurethane System Sealant Repair 903000 250,000 Containment 110 �1000 Clean and Pat Interior. �Replace �Roof Safety Railing Toe Bar SPI 10, 3 -Coat EpoxXSy§tem . 3,8031 000 Foundation Repair Sealant RepaIT ncy Items ContingeYYF - 3,00 2P0 Chipping and Grinding 21,000 -Miscellaneous e Exterior Ladder Rce Roof Safety Railing Toe Bar $51000 1,000 Install S,elf-Closing Gate on Roof Safety Railing 3, Shell Manhole Davits, P) 51000 Contmigency Items 8p000 1,05000 Estimates are bel,,Ieved to be a high, average of bids that would be received in 2017. The rqplacemeat esti Mate includes costs associated with new tank fabrication and crection, foundation, painting, and engins ng. The budget estimate given does not include costs associated with tank dei-nolition, site acquisition, and distiibution, interruptions. The follo,wing economic factors ineWde only those work, items that the Engineer believes, to be the minimum to properly maintain, tinis tank from an operational standpoint. Other items related to safety and risk management should be evaluated by the Owner. .. ... . . .. ... can and Paint Extenior: Spot Xepair and, Topcoat, . .. . .... ...... . . . . . ....... Clean and Paint Intenior: SP I 10�3 -Coat LEpoxy System Foundation e i pair Sealant Repair Miscellaneous CluppTg-and Grind ing Rq lace Extenoir Ladder �Replace �Roof Safety Railing Toe Bar Install Self-Clofs,ffig Gate on Xqof Safety Railing . .... .. ... . ncy Items ContingeYYF Total ofEn �er, s, Aecommendations -11 1, 00 0,X0'0 Ga 110ii, Ground Storage Tank, "'Tan 5E (South Tank) Page 12 Mt. Prospect Public Works, Mt. Prospect, Illinois I 7055.H373. 006' Due to, the numerous potential scopes of,wiork which exist, the Owner should obtain an, updated budget estimate once the fuial sciope of work has been determined. This would enable: the Owner to accurately budget monles for additional mobilization costs and damaged coating rehabilitation costs. En,gineiefing and resident observation costs are not included, in the Total, of the En "neer"s 91 Recommendations, because these fees are dependent upon, the scope of work to be performed. Tanl<. Industry Consultants performs all facets: of the engineering services which would be required f6r this project. Estimated fees for engineering and resident observation will be fumished upon request. r Vii, IS a a, Ell ILI 11 111 PIR! I I I Uld I w I I valwegave Emmilw a N-1 4 1 111 ei Contractor Selection:. The work should be, performed by a competent bonded contractior,, chose�n fxm competitive bids taken on complete and concise specifications., The coatingsused, should be farnishe by an expefienced water tan1c coating manufacturer, supplying the field servi i ce required for applicatio, of technical coatings. Standards for Repalirs and Coatings. All work done and coatings applied should be applied in I , SF Standard 61 the: et manufacturr's recommendaion AWWA D 100 accordance w'th NACE, ANSI/N I I I and A,NMA D'102 (latest revisions), and the SSPC-.Society for Protective Coatings. # ]1 000, 000 Gallon Ground Storage Tank, "Tank 5E (South Tat7k) Page 13 Alt. Pro ect Public Works, Mt. ectflhnois 17.055. H3 73.006' Anniversary and Mam*tenanee Evaluations': An. anniversary, evaluation should be conducted pfiior to the end, of the one year bonded guarantee. Washouts and coating, structural, sanitary; s�afety, and C01TOsion evaluations should be conducted not less than every 3 to 5 years. Time Frame*. If the work is not perfonned within the next 24 months, the: structure should be reevaluated piri,or to the preparation of specifications and solicitation of bidis. MAN Liennitations of Evaluation: It 'is believed that the conditions reported herein reflect the condition of the: tank as, observed on the date of the evaluation,- using reasonable care in, making the observations, aU. F and safety in gairfing access to the tnk. Sho Id latent defects bd e discovered ufing the clearnng of the stracture, they should bebrought to the attention of the Owner and the Engineer. lip 117 000, 000 Galloti. Grow & Storage,Tw7,k, "Tank 5E (South Tat?k) Page 14 Alft". Prospect Public fforlu ) M. t. Pi:2,spest, Illinois 17, 055113 73. 0,06 Please contact Tankustry Consultwits if you have any questmns'oar comments., Respeaffilly submitted, Tank Ind -as try Consultants, C-Vk- Penra' Snodgrass Technical Ed"tor -P 4WO 4 R E Gregory'E 1 Manan al OF Coppight @ 2,017", U., 011SUItants All lU 7ed Ulassincation of Adhes 10,nl Test Results Mei hod A — X Cut Tape Test Approx. 1.5 in. long cuts at 30 de'g. to 4-5 deg. opart. Surface Clo,sSification No, peeling or rieren- -avol. Trace peeling or removal obare ig, incisions. V/ A 4 Jagged removal along gra cIsions up to 1/16 in. (1-6mm) on elther side. 3 Jogged removal along most of incisions up to 1/8 in., (3.2mm�) on elther side. 2 Removal from Mt of t�he area X under thie tape, Removal beyond the area of the X. L Methc)d B Lattice Cut Tope Test 'mixporollel cuts ot, 2mm opart., Surfacie Classification 'The edges of t,he cuts are r-DrnpletCly' smoc)th; none of the squores of the lottice are, detached,., No Failure, 5 Small flakes of the coating are detached at w -j-LL1L1- intersec t�ion,s; less thon S%, of the lattice is 4 of Ifec t ed'. Small flf the coating are, detachield along edges and at inter-seCtIbris of cuts. The oreo 3 affected is 5% to 15% Df the lattice,. The cE)otlng has fl along: Lhe edges rand on AM11 ports c>f the square`s. The oreo offected is to, .357 of the lattice. The cDating hos flaked ol'ong the edges, D�f cuts lin large ribbons and of squores hove detalched, a The, area affected is 5% to 657 of the lottlee. . . . . . . . . . . I I Flaking and detachment, worse than grade 1. 0 ASTM! 3359 Stondfar d Test Methods for Meosarin g Adhesion by Tope Test Tan k I n.d u s txy Consultants 7West New York Street Telephone — 317/271-3100, Indianapolis, Indiana 462,14 FAX — 317/2,71-33,00 I ., Tank and site. 2. Tank and sit. Mt. Prospect Public Works "Tank 5E (Sh Tank)" Mt. Prospect, Illinois 17.055.H373 .006 I Surrounding area,,. 4,. Surrounding area., MI, Prospect Public Works "Tank 5E (South Tank)," Mt. Prospect, Illinois 17,055.H373.006 5 Sutwunding area. 6. Surrounding area. Mt. Prospect Public Works "Tank 5E (South Tank)"' Mt. Prospect,, Illinois 17.055A373,006 7. Building on tank site. 8. Tank site access. Mt. Pt Public Works "'I"aDk 5E (South. Tank) Mt. Prospect, Illinois 1.,55.3.6 n - 4, v. Crack and exposed aggregate In to foundation. 10. Crack and exposed aggregate in tank foundation. Mt. Prospect PUblic Works "Tank 5E (South,'Tank,)" Mt. Prospect, Illinois 1..6 1, L, Valve vault access., 12., Valve vault access ladder and safe- ch,mbing device extension, Mt, Prospect Public Works "Tank- 5E (South Tank)' Mt. Prospect, Illinois 17,055.H373.0,06 Ij 1H 12., Valve vault access ladder and safe- ch,mbing device extension, Mt, Prospect Public Works "Tank- 5E (South Tank)' Mt. Prospect, Illinois 17,055.H373.0,06 13. Piping and valves in vault. 14. Overflow pipe and brackets. Mt. Prospect Public Works "Tank 5E (South Tank)" Mt. Prospect, Illin.0i's 17.055.H3,73.006 15. Overflow pipe discharge, flap gate, and basin. "AM, 16. Overflow pipe flap, gate screen. Mt. Prospect PUblic Wo�rks "Tank 5E (South Tank)" Mt. Prospect, Illinois 17,.055,.H373.006 17. GAP between overflow pipe aid flap gate, ,I S. Pipe projection in shell, conduft, and Junction box.. Mt. Prospect Public 'Works "Tank 5E South Tank)" Mt. P,rospcct, Illinois 17.055.H373.006, 19. Shell marffiole and tank namepl-ate. W VIA o!" /* zaF 1"o, 0 -A� Awk We o .4 IF vvg", z %a m Oz AX 20. Taft nameplatc. Mt. Prospect.public Works, "Tank 5E (South Tank)" Mt. Prospect, Illinois 17.055.H373.006 21. Coatingfallurc, corrosion, and rust staining on shell manhol,e reinforcing pad. 22. Conduit extendi'ng'up Shell. Mt, Prospect Public Works "Tank 5E (South, Tank)" Mt. Prospect, Illinois 1,55..6 iii 21. Coatingfallurc, corrosion, and rust staining on shell manhol,e reinforcing pad. 22. Conduit extendi'ng'up Shell. Mt, Prospect Public Works "Tank 5E (South, Tank)" Mt. Prospect, Illinois 1,55..6 -Ilk 21. Coatingfallurc, corrosion, and rust staining on shell manhol,e reinforcing pad. 22. Conduit extendi'ng'up Shell. Mt, Prospect Public Works "Tank 5E (South, Tank)" Mt. Prospect, Illinois 1,55..6 23. Exten'or ladder, safie-climbing device, and vandal deterrent . ... . ... 114 ......... . 24,. Coating iale and. corr�osion on exten-or ladder side rall and bracket. Mt. Prospect PUblic Works "Tank 5E (South'i'ank)" 17.05,.5'.H373,,006 Mt. Nospect, Illinois, 25. She. coating. 26. Spot coating failures and corn on shell. Mt. Prospect Public'Works ",I * ank 5E (South Tank)" Mt. Prospect, Illinois ITO'55E373.006 28. Pecled topcoat on, shell.. Mt. Prospect Public Works, "TSouth Tank)" Mt. Prospect, Illinois 17.055.H373.006 29., Crcked safe climbing device tube at, r . 30. Gap between roof safety railing toe bar and roof. Mt. Prospect Pullblic Works, "Tank 5E (South Tank)" Mt. Prospect, Illinois 17,055B373.006 3 1. Closure chains on roof safety rading access. Mt. Prospect Public Works "Tank 5E (South Tank)" Mt. Prospect, Iffirlois 17.055.H373.0016 of 3 2 . Roof safety railing access. Mt. Prospect Public Works "Tank 5E (South Tank)" Mt. Prospect, Iffirlois 17.055.H373.0016 A r �AA j if . . . . . . . . . .... .. -_0 33., Exterior ladder, safe- clim.bing dcvice, and roof safety railing. 34., Extelior ladder, safe -climbing clevicell, and roof safcty railing. Note that saf6- climbing device terminates below top r -ung., Mt�. Ptublic Works "Tan -k, 5E, (South Tank)" Mt. Prospect, Illinois 17.0,55.H373.0106 "g, ",r—1 41 ly MINOR", 011 'Y" A It, 4. ;..,,, friar M®RM ..,, , , o..... / .. � i / / f A r �AA j if . . . . . . . . . .... .. -_0 33., Exterior ladder, safe- clim.bing dcvice, and roof safety railing. 34., Extelior ladder, safe -climbing clevicell, and roof safcty railing. Note that saf6- climbing device terminates below top r -ung., Mt�. Ptublic Works "Tan -k, 5E, (South Tank)" Mt. Prospect, Illinois 17.0,55.H373.0106 36. Corrosion on extenor ladder brackets. Mt,. Prospect Public Works "Tank 5E (South'Taiik)" Mt. Prospect, Illinois IT055.H373.006 Conduit that extends across roof. 3 8. Exterior ladder, safe -climbing device, roof vent, and antennas �mounted on roof. Mt. Prospect Public Works "Tank 5E (South Tank)," Mt., Prospect,, Illinois 17.055,14371006 Mt. Prospect I '% 7,)' P Public Works C,C Tank 5E (South TaIIK) Mt. Pros ect, Illinois 17.055.H373.0,06 /Jy of vgii ... ... .. . . . 56, ON/ N Al, 401, Coating failure and cot-rosi,on at roof wcId scam. Mt. Prospect I '% 7,)' P Public Works C,C Tank 5E (South TaIIK) Mt. Pros ect, Illinois 17.055.H373.0,06 Mt., Prospect Public Works "Tank. 5E (South Tank)" Mt. Prospect, Illinois 17.055.H373.006 43, Antetmas on. mast mounted, to roof. 4Antenna wire clamped to roof vent flange, Mt, Prospect Public Works "Tank 5E (South Tank)" Mt. Prospect, Illinois 17.055.H373.006 45. Clog -resistant roof vent,., 46. Roof vent Pallet. Mt. Pr Public Works 'f.Tank 5E (South Tank)" Mt. Prospect, Illinois 17.055A373.006 4T Roof manhole ancover., 48. Interior roof and roof support structurc. Mt. Prospect Public Works "Tank 5E (South 'Tank)" MI. Prospect,, Illinois 17.055.373.006 49. Intenor roof and roofsupport structure. 50. hiterior roof and, roof support structure. Mt. Prospect Public Works "'Tank 5E (South Tank) Mt. Prospect, Illinois 17.055.H373.006 00 9100 — ADDENDUM NO. 2 Issued to All Bid Document Holders of Record Date: May 7, 2019 Project Name: Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank Project Project No.: 114311 This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take prece- dence over any contrary provisions in the prior documents. QUESTIONS/COMMENTS FROM PRE-BID MEETING: 1. Contractor to relocate Automatic Meter Reading (AMR) antenna on tank prior to construction. 2. Is lead present in current coating system? Page 3 of TICS report details the results of the heavy metal tests. TIC 's testing determined the exterior coating system contains 817 mg/kg, or 0.0817% of lead. 3. What is the size and configuration of the inner roof beams? Beam quantity and sizing is listed on pages 4 and S of TICS report. 4. What is required for partial beam replacement? Can it be bid as a unit price item? Section 012000 states what is required for partial beam replacement. These requirements have been updated as stated below. The pay item will not be bid as unit price and will remain as a lump sum item. SPECIFICATIONS: 1. 012000 Measurement and Payment; Section 1.03 Part B: Partial Beam Replacement— Pay Item No. 1.13 a. Update requirements listed under Partial Beam Replacement to include the following: i. Center support ring ii. 20 inner roof beams iii. 20 outer beam ends iv. Caulk all joints V2" or smaller between the roof and beams with Sika Flex 1 A b. Remove requirement for replacement of 24 inner roof perlins. Each Bidder shall acknowledge receipt of this Addendum by affixing their signature below, by noting this Addendum on their Bid Form, and by attaching this Addendum to their Bid. Burns & McDonnell Engineering Company, Inc. 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 Village of Mount Prospect 009100-1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank 00 9100 — ADDENDUM NO. 2: continued ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with in- formation, instructions and stipulations set forth herein. Bidder: Do Date: END OF 00 9100 Village of Mount Prospect 009100-2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012000 — MEASUREMENT AND PAYMENT PART 1 - GENERAL INFORMATION 1.01 MEASUREMENT AND PAYMENT: A. This Section describes the measurement and payment for the Work to be done under the items included in this Contract. B. Each unit or lump -sum price stated in the Bid shall constitute full compensation as herein specified for each item of work completed in accordance with the Contract Documents. The price shall be full compensation for furnishing all materials and for all labor, equipment, fees, tools and incidentals necessary to complete the item as included in the Contract Documents. C. No separate measurement and payment shall be made for Work not specifically listed in this Section. It shall be understood that all Work necessary to complete the Contract as included in the Contract Documents shall be included in cost of the unit and lump sum items included in the Contract. D. Pay Items 2 & 3 of the Schedule of Values Section 004015 includes all work to be completed for the Tank 5E one -million gallon ground storage tank. Alternate bid items are included in the Bid Form and may be added to the bid by the Owner. Descriptions of sub -pay items and alternates are provided below. 1.02 BASE BID PAY ITEMS: A. Mobilization Pay Item No. 1 1. Mobilization will be paid for at the contract lump sum price for the mobilization and demobilization of all equipment to and from the site in accordance with Article 671 of the IDOT Standard Specifications for Road and Bridge Construction and the restoration of the project site. The unit price for this item shall constitute full compensation for all equipment, materials, labor, fees, tools and incidentals necessary to complete this item. No additional compensation will be given for re -mobilization to and from the site due to any reason. B. Interior Coating Rehabilitation — Pay Item No. 2 1. Interior Coating will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the appropriate surface preparation and re -coat the tank interior. C. Exterior Coating Rehabilitation — Pay Item No. 3 1. Exterior Coating Rehabilitation will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the proper surface preparation, spot prime, and over -coat the tank exterior. D. Steel Work & Miscellaneous Repairs — Pay Item No. 4 1. Steel Work & Miscellaneous Repairs will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the structural work and miscellaneous work as specified. This work includes but is not limited to the following: a. Miscellaneous chipping and grinding b. Seam sealing C. Sealant repair d. Foundation repair e. Removal and replacement of the existing wet interior ladder with a fall prevention device. £ Removal and replacement of the existing exterior ladder with a fall prevention device. g. Installation of shell manhole davits (2) Village of Mount Prospect Section 012000 - 1 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank SECTION 012000 — MEASUREMENT AND PAYMENT: continued h. Installation of a self-closing gate on the existing roof safety railing i. Replacement of the existing roof safety railing toe bar j. Installation of mud guards (2): Install a removable mud guard on the inlet/outlet pipe and the drain pipe. E. Electrical Work — Pay Item No. 5 1. Electrical Work will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to remove and replace the existing breaker in the electrical vault. F. Tank Disinfection — Pay Item No. 6 1. Tank Disinfection will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools and incidentals required to disinfect and test the tank as specified. G. Site Restoration — Pay Item No. 7 1. Site Restoration will be paid for at the contract lump sum price. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to restore any disturbed areas of the site as specified. H. Contingency — Man Hours for Additional Work — Pay Item No. 8 1. Contingency will be paid for at the contract price per man-hour. This work shall include all equipment, materials, labor, fees, tools, and incidentals required to complete the work as specified and as requested by the Village. 1.03 ALTERNATE BID PAY ITEMS A. Exterior Coating w/ Full Blast Pay Item No. LA 1. Exterior Coating w/ Full Blast will be paid for at the contract lump sum price as an addition or deduction to the cost of Bid Item 3. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the appropriate surface preparation and re -coat of the tank exterior. B. Partial Beam Replacement — Pay Item No. 1.13 1. Partial Beam Replacement includes removal and replacement of the center support ring, 2-4-20 inner roof beams, r � , and outer beam ends. Partial Beam Replacement also includes material and labor to caulk all joints 1/2" or smaller between the roof and beams with Sika Flex IA. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the items listed above. Work shall be paid at the contract lump sum price for Partial Beam Replacement. C. Complete Beam Replacement — Pay Item No. 1.0 1. Complete Beam Replacement includes removal and replacement of the center support ring, roof beams, and roof perlins. Complete Beam Replacement also includes material and labor to caulk all joints 1/2" or smaller between the roof and beams with Sika Flex IA. This work shall include all equipment, materials, labor, fees, tools and incidentals required to complete the items listed above. Work shall be paid at the contract lump sum price for Complete Beam Replacement. END OF SECTION 012000 Village of Mount Prospect Section 012000 - 2 April 2019 Rehabilitation of 1,000,000 Gallon Station 5E Ground Storage Tank