Loading...
HomeMy WebLinkAbout8.1 Motion to accept joint purchasing bid results for sewer lining4/15/2020 BoardDocs® Pro Agenda Item Details Meeting Mar 17, 2020 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.1 Motion to accept joint purchasing bid results for sewer lining in an amount not to exceed $1,300,000. Access Public Type Action Preferred Date Mar 17, 2020 Absolute Date Mar 17, 2020 Fiscal Impact Yes Dollar Amount 1,300,000.00 Budgeted Yes Budget Source Water and Sewer Fund Recommended Action Award a two (2) year contract for cured -in-place sewer lining to the lowest cost bidder, Hoerr Construction, Inc, in an amount not to exceed $1,300,000.00 in 2020. Expenditures in 2020 will be at the contract rates, but limited to funds appropriated in the 2020 budget. Public Content Information In the current budget, staff requested funds for continuing combined and separate sanitary sewer system repairs. These combined and separate sewer repairs were identified during the Combined Sewer System Evaluation Study (CSSES) completed in 2015 and in staff pipeline condition assessment efforts using closed-circuit television camera inspections. A copy of the report is attached. Much of this work entails rehabilitating existing sewer main segments by inserting a cured -in-place (CIPP) liner inside a host pipe segment. This method is more cost effective than open -cut excavation and far less disruptive. The Village has successfully utilized this process since the late 1970s. The scope of work in this year's project includes 130 pipe segments totaling 25,000 lineal feet of combined and separate sanitary sewer rated 4 and 3. The 2015 CSSES established a rating system that categorizes the condition of pipe segments. This system has been applied to separate sanitary sewer pipe segments as well. In general, pipes in the worst observed condition were rated category 5; pipes in the best shape were rated category 1. The Village has pursued a rehabilitation strategy designed to correct the worst pipe segments first. After this year's projects, all category 4 pipes will all have been rehabilitated. All category 5 pipe segments were completed in 2018. The pipe diameter for this year's project ranges in size from 8" to 21". In total, the proposed project includes the remaining 9,766 lineal feet of combined sewer rated as category 4. In addition, proposed 2020 work will correct 10,616 lineal feet of category 3 combined sewers. This work represents approximately 25% of the sewers rated category 3. https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login 1/3 4/15/2020 BoardDocs® Pro This project also includes an additional 4,618 lineal feet of separate sanitary sewer to be lined. These pipes were all rated as category 4 following the condition assessment by Public Works Staff following closed-circuit television camera inspection. The CIPP contract being considered this year is a joint bid through the Municipal Partnering Initiative (MPI). MPI is a collective of Cook County, Lake County and DuPage County municipalities that have leveraged bulk purchasing and workload sharing to reduce the cost of many municipal services including sewer lining. The bid is similarly structured to the MPI bid that the Village administered in 2018 and 2019. The 2020 bid represents another two (2) year contract, which results in more favorable pricing. The Village of Mount Prospect is the lead agency for the 2020 sewer lining bid. As the lead agency the Village administers the bid on behalf of additional participating agencies including Glencoe, Glenview and Winnetka. The total quantity sewer lining included in the bid is approximately 36,982 lineal feet. Mount Prospect's portion of the contract comprises approximately 59% of the total bid quantity (linear feet of sewer lining). Payment for work performed under this contract is made directly to the contractor. No liability is established between the Village of Mount Prospect and the other participating agencies. A Notice to bidders was posted on the online bid service Demandstar. Sealed bids were received on March 2, 2020. Four (4) contractors submitted bids for this project. The Village's portion of the bid ranged from a low of $841,249.40 by Hoerr Construction, Inc. to a high of $1,129,021.00 Submitted by Benchmark Construction. The engineer's estimate for the project was $1,300,000.00. All bidders submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal packet. All bids were checked for their accuracy. All bidders correctly signed their bids, bid bonds and acknowledged the three (3) addendum. Copies of the addendums are attached. Hoerr Construction successfully completed the Village's CIPP project in 2016, 2017, 2018 and 2019. Hoerr performed exceptionally with no issues. In addition, Hoerr Construction has completed over 2.9 million feet of CIPP liner since the company's founding in 1994. All reference checks indicate the firm has consistently performed work of this scale and scope with acceptable results. Hoerr's bid submittal is attached. Based on the bid review; Hoerr Construction Inc. of Goodfield, Illinois is a responsible bidder and meets all bid qualifications and requirements. The engineer's estimate for the 2020 project is $1,300,000 and the bid from Hoerr at $841,249.40 is below the estimate. Comparing current 2020 prices against the lineal foot costs from the Village's last CIPP project award in 2018 reveals an average decrease of 7.1%. In a typical year, we would expect in the range of 8-10% increase over the previous year's bid. Post bid -opening discussions with Hoerr indicate low prices are attributed to low material prices, the multi-year term of the contract, and the large scope of the project. The 2020 budget allocation or this project is $1,300,000. Staff recommends that the contract be awarded in an amount up to the available budget to facilitate the lining of additional sewer segments and allow for contingencies in the contract quantities. The bid is based on estimated quantities and does allow for an increase or decrease in the estimated quantities. Staff has contacted Hoerr Construction to request an increase in quantities bringing the total base bid to $1,300,000.00. Hoerr Construction has indicated that they approve of the increased quantities. https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login 2/3 2020 2020 2021 2021 Bidder Overall Total Mount Prospect Overall Total Mount Prospect Portion Portion Hoerr Construction, Goodfield , IL $1,472,819.60 $841,249.40 $1,608,536.50 $918,869.00 Visu-sewer of Illinois, $1,516,458.03 $858,676.25 1 $693303.25 $960,691.75 Bridgeview, IL Insituform Technologies 1,550,669.72 $$893,793.64 $1,618,458.94 $925,610.54 Chesterfiled, MO Benchmark Construction $1,958,798.54 $1, 129,021 $2,154,678.54 $1,241,923 Co., Bartlett, IL Hoerr Construction successfully completed the Village's CIPP project in 2016, 2017, 2018 and 2019. Hoerr performed exceptionally with no issues. In addition, Hoerr Construction has completed over 2.9 million feet of CIPP liner since the company's founding in 1994. All reference checks indicate the firm has consistently performed work of this scale and scope with acceptable results. Hoerr's bid submittal is attached. Based on the bid review; Hoerr Construction Inc. of Goodfield, Illinois is a responsible bidder and meets all bid qualifications and requirements. The engineer's estimate for the 2020 project is $1,300,000 and the bid from Hoerr at $841,249.40 is below the estimate. Comparing current 2020 prices against the lineal foot costs from the Village's last CIPP project award in 2018 reveals an average decrease of 7.1%. In a typical year, we would expect in the range of 8-10% increase over the previous year's bid. Post bid -opening discussions with Hoerr indicate low prices are attributed to low material prices, the multi-year term of the contract, and the large scope of the project. The 2020 budget allocation or this project is $1,300,000. Staff recommends that the contract be awarded in an amount up to the available budget to facilitate the lining of additional sewer segments and allow for contingencies in the contract quantities. The bid is based on estimated quantities and does allow for an increase or decrease in the estimated quantities. Staff has contacted Hoerr Construction to request an increase in quantities bringing the total base bid to $1,300,000.00. Hoerr Construction has indicated that they approve of the increased quantities. https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login 2/3 4/15/2020 BoardDocs® Pro The quantities previously discussed in the "Information" section of this transmittal reflect a $1,300,000 award. Alternatives 1. Accept Municipal Partnering Initiative Joint Bid Results for Cured -In -Place Sewer Lining. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends accepting the results from the Municipal Partnering Initiative Joint bid for Cured -In -Place Sewer Lining and award a two (2) year contract to Hoerr Construction, Inc. of Goodfield, Illinois in an amount not to exceed $1,300,000 in 2020. Sufficient funds exist in the current 2020 budget for this project. Expenditures in 2021 will be at the contract rates, but limited to funds appropriated in 2021 budget. ADDENDUM 1—Sanitary Storm Sewer Lining.pdf (106 KB) Project Map.pdf (238 KB) VOMP Sewers already CIPRpdf (123 KB) Administrative Content Executive Content Motion & Voting Award a two (2) year contract for cured -in-place sewer lining to the lowest cost bidder, Hoerr Construction, Inc, in an amount not to exceed $1,300,000.00 in 2020. Expenditures in 2020 will be at the contract rates, but limited to funds appropriated in the 2020 budget. 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 Village of MountProspect, 2015 Combined Sewer Televising Condition Assessment Prepared by: a BAXTE OODMAN C � � iF1 S iUI� t i 1i g g ii i e e s www, b axterwo o d m a n, co m Final Report August 2015 o a M iii/iii/ Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment TABLE OF CONTENTS Section Page No. EXECUTIVESUMMARY.................................................................................................................................................. 7 1. INTRODUCTION................................................................................................................................................8 1.1 General..................................................................................................................................................8 2. PREVIOUS EVALUATION (2002)................................................................................................................9 2.1 Background.........................................................................................................................................9 2.2 Methodology.......................................................................................................................................9 2.2.1 Asset Survey........................................................................................................................9 2.2.2 Asset Attribute Information.......................................................................................10 2.2.3 Closed Circuit Television (CCTV) Inspection......................................................10 2.2.4 Hansen Asset Management Software....................................................................11 2.2.5 Condition Grades............................................................................................................11 2.2.6 Rehabilitation Methods...............................................................................................12 2.2.7 Previous Recommendations......................................................................................12 2.2.8 Previous Project Funding............................................................................................13 2.2.9 Rehabilitation Work Completed to Date...............................................................13 3. 2015 EVALUATION.......................................................................................................................................15 3.1 General...............................................................................................................................................15 3.2 Hansen Rating System.................................................................................................................15 3.3 Recommended Repairs................................................................................................................16 4. REHABILITATION SCHEDULE..................................................................................................................17 S. COMPARISON BETWEEN 2002 AND 2015 EVALUATIONS.........................................................18 Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment 9 140164.61 BAXTE� LIST OF TABLES Table Page No. 1 Total Project Cost by Sewer Grade............................................................................................................7 2 Condition Grades...........................................................................................................................................11 3 2002 - Total Project Cost by Grade.........................................................................................................13 4 Sewer Rehabilitation Annual Costs........................................................................................................14 5 2002 Sewer Rehabilitation Completed Recommendations.........................................................14 6 2015 Evaluation Project Costs - Categories 3, 4 and 5...................................................................16 LIST OF FIGURES Figure Page No. 1 Structural Pipe Grade Totals - 2002.......................................................................................................18 2 Structural Pipe Grade Totals - 2015.......................................................................................................19 3 2002 Pipe Segment Grade 1...................................................................................................................... 20 4 2002 Pipe Segment Grade 2...................................................................................................................... 21 5 2002 Pipe Segment Grade 3...................................................................................................................... 21 Village of Mount Prospect, Illinois 2015 Combined Sewer TelevisingCondition Assessment 0 140164.61 . E ' , 0 ll,�wi � LIST OF APPENDICES Ap-oendix 1 Structural Codes 2 Recommended Rehabilitation Work - Sorted by Overall Structural Grade 3 Recommended Rehabilitation Work - Sorted by Manhole Identification Number LIST OF EXHIBITS Exhibit A 2015 Study Area Village of Mount Prospect, Illinois 2015 Combined Sewer TelevisingCondition Assessment 0 140164.61 BUTE ' , 0 ll,�wi � ABBREVIATIONS CCTV - closed circuit televising CIP - Capital Improvement Plan CIPP - cured -in-place pipe ESRI - Environmental Systems Research Institute, Inc. GIS - Geographic Information System GPS - Global Positioning System ID - identification MH - manhole MWRDGC - Metropolitan Water Reclamation District of Greater Chicago NASSCO - National Association of Sewer Service Companies PACP - Pipeline Assessment Certification Program PVC - polyvinyl chloride RCP - reinforced concrete pipe VCP - vitrified clay pipe MH - Manhole Village of Mount Prospect, Illinois 2015 Combined Sewer TelevisingCondition Assessment 0 140164.61 BUTE ' , 0 ll,�wi � DEFINITIONS Infiltration Water other than wastewater that enters a sewage collection system (including sewer service connections) from the ground through such sources as defective pipes, pipe joints, connections, or manholes. Infiltration does not include, and is distinguished from, inflow. Inflow Water other than wastewater that enters a sewage collection system (including sewer service connections) from sources such as roof leaders, cellar drains, yard drains, areadrains, foundation drains, drains from springs and swampy areas, manhole covers, cross connections between storm sewers and sanitary sewers, catch basins, cooling towers, storm water, surface runoff, street wash waters, or drainage. Inflow does not include, and is distinguished from, infiltration. Village of Mount Prospect, Illinois 2015 Combined Sewer TelevisingCondition Assessment 0 140164.61 . E ' , 0 ll'�wi � EXECUTIVE SUMMARY The Village of Mount Prospect owns and operates a combined sewer system that was constructed between the 1920s and 1950s. In 2002, the Village began a comprehensive evaluation of the system which included a field survey to locate all manholes, catch basins and inlets; and televising of the sewers. Each sewer segment televised was evaluated using a structural grading system developed from the Village's Hansen asset management software. Each sewer segment was assigned a condition grade from one to five, with five being the worst. A prioritized multi-year rehabilitation program was then developed to be used as a roadmap for future repairs. That evaluation led to an annual combined sewer rehabilitation program beginning in 2006. From 2006 through 2013, approximately $7.43 million has been spent rehabilitating all of the Grade 4 and 5 sewers, as well as a portion of the Grade 3 sewers. In 2015, the Village commissioned another program to re -televise all of the sewers that have not been rehabilitated to determine their current conditions. This latest evaluation determined that significant deterioration of the sewers continue. Approximately 32% of the sewers fall into the Grade 4 and 5 categories, and another 22% in the Grade 3 category. The Grade 5 sewers require rehabilitation within one to two years, Grade 4 within three to four years, and Grade 3 within five to ten years. The majority of the structural defects can be rehabilitated by lining the sewers with cured - in -place pipe (CIPP). In most cases, CIPP can be installed without excavation, although a few combined sewers will require excavation and replacement of a section of pipe prior to CIPP installation. Approximately 18,000 feet of previously lined sewers were also televised to ensure the reliability of the rehabilitation technology. The review showed that all of the previous CIPP repairs televised remain intact and in good condition. This is to be expected since CIPP repairs are designed for a minimum 50 -year service life. Table 1 presents the estimated total project costs for all the recommended rehabilitation work including contingencies and engineering design and construction fees. TABLE 1 Total Project Cost by Sewer Grade 2015-2017 $ 3,337,000 2018-2019 $ 4,562,000 2020-2030 $ 7,561,000 $15,460,000 Village of Mount Prospect, Illinois 2015 Combined Sewer TelevisingCondition Assessment 0 140164.61 BUTE ' , 0 ll,�wi � 1. INTRODUCTION 1.1 General The Village of Mount Prospect, Illinois is located approximately 22 miles northwest of downtown Chicago in Cook County. The Village encompasses an area of approximately 10.37 square miles. The 2010 Census reported the Village's population as 54,167. Like many older Illinois communities, portions of the Village's sanitary sewer system include combined sewers (sewers designed and constructed to collect and convey both sanitary sewage and stormwater runoff). The combined sewer system was constructed between the 1920s and 1950s and consists of approximately 260,000 feet of combined sewers ranging in size from 8 -inch diameter sewers that serve residential streets to 72 -inch diameter interceptors that convey flow to the Metropolitan Water Reclamation District of Greater Chicago (MWRDGC) interceptor sewers. The system is located in the central portion of the Village bound approximately by Kensington Road to the north, Mount Prospect Road to the east, Golf Road to the south and Busse Road to the west. New construction of this type of sewer is no longer permitted and separate sanitary and storm sewers are currently required. The pipe material consists primarily of vitrified clay pipe (VCP) and reinforced concrete pipe (RCP). There is also a small quantity of ductile iron and polyvinyl chloride (PVC) truss pipe. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D H �u�,��� �� lk,, 2. "PREVIOUS EVALUATION 3,M81. I fro I In the early 2000's, the Public Works staff uncovered some combined sewers that were in need of rehabilitation. Because the system was nearing the end of its expected life cycle of 50 to 75 years, the Village decided to undertake a comprehensive evaluation of the entire combined sewer system in 2002. This consisted of the following: • Perform an Asset Survey to collect attribute information for all inlets, catch basins, manholes and mainline sewers. • Clean and perform closed circuit televising (CCTV) of approximately 260,000 feet of combined sewer. • Enter the observations of each inspection into the Village's Hansen asset management software. • Assess the structural condition and generate an objective, numerical defect rating of each sewer segment televised using the Hansen software rating system. • Development of a prioritized rehabilitation program based on the structural ratings including expected costs for each repair. • Provide the Village with an asset inventory of the combined sewers system through a Geographic Information System (GIS) and Hansen Asset Management Software. 2.2 Methodology . . 1 Asset Survey An asset survey was conducted to obtain spatial coordinates for all of the combined sewer structures in the study area. The asset survey served as a base for the GIS generated as part of the project and provided the list of combined sewers for CCTV inspection. A Trimble® GeoX hand-held Global Positioning System (GPS) unit was used to collect GPS -based data. This unit was used strictly to collect spatial data (coordinates). Where spatial data collection with GPS was not feasible (due to excessive tree cover or other canopy), a Sokkia© Total Station with an SDR33 data collector was utilized. Spatial data was downloaded from the collection devices into Trimble's® GPS Pathfinder Office, where it was exported into an Environmental Systems Research Institute, Inc. (ESRI) "shapefile" for GIS importation. Northing, easting, and elevation and structure identification (IDs) were obtained for a total of 3177 structures in the study area. Structure ID numbers were recorded as an attribute for each structure that was surveyed. Combined sewer manhole IDs were assigned using the following naming convention: X -CS, where X is the section number from the Village's existing utility atlases and CS is the specific combined sewer manhole within each section. For example, "8S-CS5"is the name for combined sewer manhole Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 E' D N �u�,��� �� lk,, "5" on section "8S" of the Village's utility atlas. Inlets and catch basins are numbered sequentially (starting at one) and are referenced to the manhole (MH) to which they are tributary. For example, "8S-CS5-IN1812" is the name for combined sewer inlet "1812" (which is tributary to "MH 8S-CS51. Where available, manhole IDs from Mount Prospect's existing combined sewer atlas were used. Where no existing manhole ID was available, one was assigned by the survey crew. .. 2 Asset Attribute Information Asset attribute information was collected for each structure surveyed. Attributes recorded include structure type, materials of construction, inlet and outlet pipe information (locations, material and diameter), direction of flow, and rim to invert depth information. Asset attribute information was collected for inventory purposes and was added to the GIS database. 2.2.3 Closed Circuit Television (CCTV) Inspection CCTV inspection is utilized to assess the condition of the sewer lines. A specially designed camera is inserted into the sewer and used to visually inspect the interior of the sewer. The camera is either pulled through by a winch at the downstream manhole, or it is mounted to a self-propelled, remote controlled "crawler". In order to effectively determine the structural condition of the pipe with CCTV inspection, the majority or the interior of the pipe needs to be visible during inspection. Where required, debris and roots are removed prior to televising using a high powered water jet (jetting). Also, in sewers where the water level is high enough to submerge the camera, the water level is lowered by using the jetter ahead of the camera (effectively "pushing" the water out of the way). The CCTV camera is equipped with lights and is capable of rotating 360 degrees to observe the entire interior of the sewer. As the camera is guided through the pipe, the operator notes the location of any structural defects that are observed as well as the locations of service laterals, root intrusions, pipe size or material changes, and buried manholes. These items are cataloged for later use when assessing the structural condition of the sewer. The CCTV inspection is recorded in both VHS and DVD formats. Written inspection logs documenting the inspection and operator observations accompany the CCTV inspection videos. An office review was conducted for each CCTV inspection and inspection log. The location (in terms of number of feet from the upstream manhole) and severity of each structural defect was identified and a defect code was assigned. The televising revealed a wide range of construction materials. The majority (96%) of the combined sewers is constructed of either VCP or RCP. The remainder of the sewers (4%) is constructed of either ductile iron or PVC pipe. All of these are common construction materials for both sanitary and combined sewers, although some materials (such as VCP) have been used less frequently in recent years. Each material has advantages and disadvantages to its use. One of the main disadvantages of VCP pipe is that it is very brittle. Incorrect installation and trench settlement often result in cracked or shattered pipe. One of the main disadvantages of RCP pipe is that it is susceptible to hydrogen sulfide deterioration, which reduces the wall thickness (and, therefore, strength) of the pipe. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE� D N �u�,��� �� lk,, 2.2.4 Hansen Asset Management Software The Village of Mount Prospect currently uses Hansen Asset Management Software to track and manage portions of its infrastructure. The software stores data for each asset including construction material, date of installation, and inspection and maintenance records. It has built in functions that allow a municipality to prioritize and track maintenance of infrastructure. Asset survey and inventory data collected in the field was compiled and used to populate the Hansen database for the combined sewer system. In addition, CCTV inspection data was manually entered for each combined sewer using the established defect codes. Each code was assigned a structural defect value that allowed the software to calculate a numerical "structural defect rating". Hansen allows the user to input many different categories of defects including infiltration/inflow (clear waters entering the sewer); root intrusion; joint condition; debris accumulation; service lateral type and condition; pipe misalignments; cracked pipe; and structural failures. There are several defect codes within each Grade, and each code has an associated defect value. Based on the type and number of defects entered, Hansen calculates four defect ratings for each sewer segment: structural rating, root rating, infiltration/inflow rating, and an overall rating. The overall rating is calculated from a weighted average of the other three ratings. In general, the more severe and numerous the defects are, the higher the rating. The previous study focused on the structural condition of the combined sewers, and; therefore, only the structural rating was considered significant. The root and infiltration/inflow ratings are significant only from a maintenance perspective. .. 5 Condition Grades After the sewer observation codes were entered into the Hansen software, a condition grade was assigned to each individual sewer. The overall condition grades are defined in Table 2 below. TABLE 2 Condition Grades Sewer segment in severe structural condition with sections of deformed or collapsed pipe. Sewer segment in very poor structural condition with sections of shattered and broken pipe. Sewer in poor structural condition, with many sections of cracked or fractured pipe. Sewer in good condition with only minor defects. Sewer in very Llood condition. Rehabilitation for Grade 5 sewers were recommended for repair within one to two years. Grade 4 sewers were recommended for repair within three to four years. Grade 3 sewers were Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 E' D N �u�,��� �� lk,, recommended for repair within five to ten years. Grade 2 sewers had minor defects that did not require rehabilitation at that time, but were recommended to be re -inspected from time to time to verify that the defects had not worsened. • '•'! 1 11 There are several techniques for sewer rehabilitation. Each sewer segment must be reviewed individually to determine which rehabilitation technique (s) is most appropriate given the structural and maintenance condition of the pipe. In short, "one size does not fit all' . The following rehabilitation techniques were considered for this project. 33W1JW1gZZ3 =011"i CIPP involves inserting a resin -impregnated flexible liner into an existing deteriorated sewer from one manhole to another. The liner is then expanded to the shape of the sewer using water or air. The medium used to expand the liner is heated to a designated curing temperature which hardens the resin to form a rigid structural repair. After curing, service laterals are reinstated from the inside of the sewer with remotely controlled cutters. The finished product is at least as strong as the original pipe and is expected to have a minimum 50 -year design life. The rigid liner does not contain any joints within the repair, which eliminates the possibility of future leaks due to joint separation or root intrusion. Other advantages of this repair method are that it is usually significantly less expensive than open cut replacement, causes minimal disruption; and can be completed in a short amount of time. CIPP installation is conducted in situ and generally requires no excavation. CIPP can typically be installed through minor to moderately deformed pipe without additional work, although severely deformed pipe must first be excavated and replaced prior to CIPP installation. Because CIPP is inserted into an existing sewer, the inside diameter of the host sewer will be decreased by the thickness of the liner. However, this decrease in flow capacity is minimal and is offset by the improved structural condition of the pipe. Also, lining with CIPP can increase a pipe's smoothness and reduce root intrusion, resulting in improved flow characteristics and increased capacity. 07M 711 1=1 Where a CIPP repair is not possible due to a partially or fully collapsed pipe, excavation and replacement (E&R) is necessary. This method is generally the most expensive and most disruptive technique. In most cases, an E&R repair is only necessary on a portion of sewer segment. After the repair is complete, a full manhole -to -manhole liner is typically installed to complete the rehabilitation of the sewer section. All sewers requiring an E&R repair are grouped into Grade 5. .. 7 Previous Recommendations Of the approximately 260,000 feet of combined sewers inspected in the previous study, 8% were in severe structural condition (Grade 5) requiring rehabilitation within 1 to 2 years, 11% were in very Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 E' D N �u�,��� �� lk,, poor structural condition (Grade 4) requiring rehabilitation within 3 to 4 years, 21%had moderate structural defects (Grade 3 sewers) requiring rehabilitation within 5 to 10 years, 36% had minor structural defects (Grade 2 sewers) requiring monitoring and 25%had no structural defects (Grade 1 sewers). The most common structural defects found were cracked and shattered VCP and hydrogen sulfide deterioration of RCP. The majority of the structural defects were recommended to be rehabilitated using CIPP. In most cases, the CIPP could be installed without excavation, although some combined sewers required excavation and replacement of a section of pipe prior to CIPP installation. The estimated total project cost for all rehabilitation was $14,426,000 to be completed over a ten-year period as shown in Table 3. TABLE 3 2002 - Total Project Cost by Grade 2.2.8 Previous Project Fundin4 In October 2005, a Water and Sewer Rate Study and Combined Sewer Project Funding Solution was presented by the Director of Finance to provide a funding source for the combined sewer project as well as correct deficit spending in the Water and Sewer Fund. It was recommended that the Five -Year Capital Improvement Plan (CIP) (2006-2010) include an annual budget of $1 million to fund the combined sewer repairs. This resulted in an implementation of a monthly service fee for all users of $5.00. The first combined sewer rehabilitation program was conducted in 2006. The program continued annually through 2013. Table 4 lists the annual project totals for both CIPP and spot repairs. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D N �u�,��� �� lk,, TABLE 4 Sewer Rehabilitation Annual Costs $1,000,378 $ 123,814 $1,124,192 $ 865,965 $ 206,132 $1,072,097 $ 904,183 $ 185,484 $1,089,667 $ 812,175 $ 90,574 $ 902,749 $ 836,543 $ 160,247 $ 996,790 $ 504,157 $ 246,825 $ 750,982 $ 585,820 $ 263,494 $ 849,314 $ 404,863 $ 241,195 $ 646,058 $5,914,084 $1,517,765 $7,431,849 It should be noted that approximately 20% of the total rehabiliation dollars spent was for the critical Grade 5 E&R repairs. The significance of this value will be discussed later in this report. Table 5 lists the percentages of sewers rehabilitated by Grade. TABLES 2002 Sewer Rehabilitation Completed Recommendations Sewer Grade Rehabilitation Complete 5 100% 4 100% 3 31% 2 8% 1 1% Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 E' D N �u�,��� �� lk,, 1 2015 EVALUATION 3.1 General All recommended repairs for Grades 4 and 5 sewers have been completed as well as approximately 31% of the Grade 3 repairs. Since its been approximately 13 years since the combined sewer system was last televised, the Village decided to re -inspect all of the sewers that were not rehabilitated to re-evaluate their conditions and develop an updated prioritization schedule. In addition, approximately 18,000 feet of rehabilitated sewers were re -televised to monitor the integrity of the repair work. The work was completed by Visu-Sewer of Illinois, LLC between October 2014 and July 2015. In total, approximately 210,000 feet of combined sewer was inspected, as shown in Exhibit A. All inspection data from each sewer televised was manually entered into the Village's Hansen Asset Management Software, similar to the previous study. However, the observation and defect codes used were updated to the latest version of the Pipeline Assessment Certification Program (PACP) developed by the National Association of Sewer Service Companies (NASSCO). This coding system was developed to provide the industry with the ability to accurately assess their infrastructure using tools that are common to the nation as a national standard. The MWRDGC has recently required all sewer televising be conducted in conformance with PACP standards. Although the actual codes differ from those used in the previous evaluation, the same basic logic is used for assigning sewer segments a defect rating Grade as listed in Table 2. Appendix 1 lists the observation codes used for the evaluations. Each code was assigned numerical defect rating from 1- 5. Minor defects that have little impact on the structural integrity of the sewer were assigned a rating of 1, while significant defects that severely affect the structural integrity were assigned a rating of 5. The Hansen software also totalizes non-structural defects such as infiltration/inflow (clear water entering the sewer), root intrusion, accumulation of mineral deposits and debris accumulation. However, these are operation and maintenance issues. This study, as well as the previous study, focused only on the structural condition of the sewers. An overall structural rating was calculated for each sewer section using the following formula: Overall Structural Rating = (No. of Grade 5 defects x 5) + (No. of Grade 4 defects x 4) + (No. of Grade 3 defects x3) + (No. of Grade 2 defects x 2) + (No. of Grade 1 defects x 1) It should be noted that the prioritization list is not based solely on the overall structural rating since a sewer segment with a high number of smaller, less significant defects may have an overall structural rating higher than a sewer segment that has only one or two significant, Grade 5 defects. For this reason, the priority list is based first on the worst defect within a sewer segment, then on the overall structural rating within that Grade. This is to ensure that a higher priority is placed on Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 . "E' D N �u�,��� �� lk,, rehabilitating a sewer segment with a single severe defect (Grade 5) rather than a sewer segment with numerous minor defects (Grade 3). Appendix 2 contains the prioritization table for the recommended rehabilitation work first sorted from Grade 5 to Grade 1, then by the overall structural rating. Appendix 3 is sorted by the upstream manhole ID number to assist in finding a specific pipe segment. As with the previous study, rehabilitation for Grade 5 sewers are recommended for repair within one to two years. Grade 4 sewers are recommended for repair within three to four years. Grade 3 sewers were recommended for repair within five to ten years. Table 6 shows the total project costs broken down by overall condition grade. Item TABLE 6 2015 Evaluation Project Costs - Categories 3.4 and 5 Cost Construction Cost Grade 5 $ 2,780,000 Grade 4 $ 3,800,000 Grade 3 $ 6,300,000 Subtotal Contingency (10%) Design and Construction En Total Project Cost ineerin,u (10% $12)880,000 $ 1,290,000 $ 1,290,000 $15,460,000 It should be noted that of the estimated total rehabilitation costs for the Grades 3, 4 and 5 repairs, only $35,000 (0.3%) of it is for critical repairs requiring excavation and replacement. This is compared to approximately $1.52 million (20%) spent on E&R repairs from the 2002 evaluation. Review of the 18,000 feet of lined sewers showed that all of the previous CIPP repairs televised remain intact and in good condition. This is to be expected since CIPP repairs are designed for a minimum 50 -year service life. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D N �u�,��� �� lk,, Y. REHABILITATION SCHEDULE An important factor to realize is that all sewers continue to degrade with time. Ultimately, every sewer in every system will require rehabilitation or replacement. The Village has been proactive in inspecting, evaluating and repairing their deteriorated combined sewer system over the past 13 years. By continuing with this diligent rehabilitation program, the burden of repairing the system can be planned and budgeted within the financial capabilities of the Village. The Village has budgeted approximately $1 million each year for a combined sewer rehabilitation project. Based on this annual budget, rehabilitation of the Grade 5, 4 and 3 sewers will take approximately 3, 4 and 6 years, respectively. Since the Grade 5 repairs should be completed within one to two years, the Village should consider accelerating the program over the next couple of years. While CIPP is proposed for individual segments, it is often more cost-effective to line multiple segments at a time. Therefore, some cost savings may be achieved by re -grouping the rehabilitation so that consecutive sewers are lined in the same year, regardless of priority. This is why some previous Grade 2 repairs were completed before completion of all Grade 3 repairs. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D N �u�,��� �� lk,, 1 A''I 1 11 1 1 1 This section of the report discusses the findings of the 2002 and 2015 evaluations to better understand the rate at which the combined sewers are deteriorating. Figure 1 illustrates the percentage of sewers from the 2002 evaluation grouped by defect grade. FIGURE 1 Structural Pipe Grade Totals - 2002 As the figure shows, approximately 40% of the sewers inspected fell into the Grades 3, 4 and 5 categories. These sewers ranged in age from approximately 50 to 80 years old. Recall that all of the Grade 4 and 5 repairs were completed as well as approximately 31% of the Grade 3 sewers. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 . "E' D N �u�,��� �� lk,, Figure 2 illustrates the percentage of sewers from the 2015 evaluation grouped by defect grade. FIGURE 2 Structural Pipe Grade Totals - 2015 As the figure shows, in the past 13 years, approximately 32% of the previous Grades 1, 2 and 3 defects are now Grades 4 and S. Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D N �u�,��� �� lk,, Figure 3 shows the percentages of previous Grade 1 sewers that are now Grades 1, 2, 3, 4 or S. FIGURE 3 2002 Pipe Segment Grade 1 Grade 1: Grade 2: Grade 3: Grade 4: Grade 5: 2015 Pipe Segment Grade Rating Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE' D N �u�,��� �� lk,, Figure 4 shows the percentage of previous Grade 2 sewers that are now Grades 2, 3, 4 or S. FIGURE 4 2002 Pipe Segment Grade 2 Figure 5 shows the percentage of previous Grade 3 sewers that now Grades 3, 4 or S. FIGURE 5 2002 Pipe Segment Grade 3 50% 47% 45% 43'% 50% !P m 45% v V 45% _ tm V1 'P", 40% �T 20% O Pz Qj P." +`J 0 35% ='� V � v �a i 10% 5% I ° 29/0 Ln N 30% r-+ O cc N N 25% O �o a� y 20% 18% 15% �y a� O a, a 10% 7% a 5% J, 0% Grade 2: Grade 3: Grade 4: Grade 5: 2015 Pipe Segment Grade Rating Figure 5 shows the percentage of previous Grade 3 sewers that now Grades 3, 4 or S. FIGURE 5 2002 Pipe Segment Grade 3 50% 47% 45% 43'% Grade 3: Grade 4: Grade 5: 2015 Pipe Segment Grade Rating Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE� D N �u�,��� �� lk,, 40% !P m 35"/0 v V Ln N 30% r N 25 �T 20% Qj P." +`J 0 15 ='� 10% v �a i 10% 5% I a% Grade 3: Grade 4: Grade 5: 2015 Pipe Segment Grade Rating Village of Mount Prospect, Illinois 2015 Combined Sewer Televising Condition Assessment • 140164.61 XTE� D N �u�,��� �� lk,, Invitation for bid requests for Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka BID OPENING: February 24, 2020 — 1:00 PIVI Local Time �'d �+� T}�"aAh�gAve�am�oomo@iHiniu6VkF��Yp�'v r PL2" ,I pit I;I p i""ml gym`„mulr� 1j41>pPo�upl�.v.oe.miw.tuaN1§ 17 ....... . ... Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for Sanitary and Storm Sewer Lining Sealed bids will be received until 1:00 p.m. on February 24, 2020 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 Sanitary and Storm Sewer Lining". Scope of work includes approximately 36,982 linear feet of sanitary and storm sewer lining in various sizes of cured -in-place pipe lining (CIPP). 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 2 Sanitary and Storm Sewer Lining Sanitary and Storm Sewer Lining Table of Contents Section P�ac e Notice to Bidders 2 Table of Contents 3 Instructions to Bidders 4 General Conditions 10 Schedule of Prices 18 Specifications 19 Bid Form 37 Affidavit — Bid Certification Form 40 Bid Security 42 Bid Sheet 43 Contract 44 Contractor References 50 Performance Bond 52 Appendix A 55 Appendix B 57 3 Sanitary and Storm Sewer Lining 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 February 24, 2020. Envelopes shall be plainly marked, "Sealed Bid for Sanitary and Storm Sewer Lining" 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) 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. 3) 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. 4) Length of Contract. This Contract shall be in effect beginning March 2020, and shall remain in effect until March 2022 unless terminated by either party under the conditions specified in Section 10, Contract Termination. 4 Sanitary and Storm Sewer Lining 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. 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 must submit the following information on or before the time at which the bid is required to be submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 12)References; Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. 5 Sanitary and Storm Sewer Lining 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. 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: 6 Sanitary and Storm Sewer Lining 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. I. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 18)Award Or 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 7 Sanitary and Storm Sewer Lining accept the bid. 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; Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20)Requirement Of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 21)Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended. Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, under oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, 8 Sanitary and Storm Sewer Lining prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. 22)lnterpretation 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 Casey Botterman, 847-870-560 cbotterman(a�mountprospect.org no later than five (5) calendar days prior to the date set for the opening of the bid. Any questions received after that time may be answered at the discretion of the Village. In the event that the Village finds a question to be adequately addressed in the existing bidding documents, the question may be answered in writing by directing the requesting bidder to the applicable provision(s) in the existing bid documents. No further clarifications or interpretations will be issued. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 9 Sanitary and Storm Sewer Lining GENERAL CONDITIONS A. Award of Contract; Performance; Payment 1. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) business days of delivery of the Notice of Award, by personal service or registered or certified U.S. Mail, postage prepaid and receipt requested, the contractor shall execute the contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. 2. Upon the Village's receipt of the executed contract, required bonds and certificate of insurance, the Village will issue and send to the contractor a Notice to Proceed that will start the performance period. 3. 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, included on the previous payment request. 5. 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, and 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. 6. The Village reserves the right to alter the scope of the required services to be performed, add such incidental services as may be necessary and increase or decrease the services to be performed to accord with such changes, including the deduction or cancellation of any one or more or the services. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. 7. The performance of the required services shall be done under the supervision of the Village's Director of Public Works or his/her designee who shall decide all questions that arise as to the quality and acceptability of materials furnished, services performed, manner of performance, acceptable fulfillment of the contract, compensation and the disputes and mutual rights between contractors under the Specifications. 10 Sanitary and Storm Sewer Lining 8. If the contractor fails to begin providing the services within the specified time, or fails to perform these services in accordance with the terms of the approved schedule or performs the services in a manner unacceptable to the Village, or if the contractor becomes insolvent or is declared bankrupt, or makes an assignment for the benefit of creditors, or from any other cause fails to perform the required services in a manner required by the contract, the Village shall give notice 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, does not proceed in accordance therewith, then the Village shall have the full power and authority to declare the contract and the contractor in default, and to forfeit the rights of the contractor in the contract. 9. All costs and charges incurred by the Village, together with the cost of performing the required services shall be deducted from any monies due or which may become due to the contractor under the 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 the performance of required services during the contract period, 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 performance of the required services under the contract, the contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 10. The purchase of goods and services pursuant to the terms of this Agreement shall also be offered for purchases to be made by the Municipalities, as authorized by the Governmental Joint Purchasing Act, 30 ILCS 525/0.01, et seq. (the "Act"). All purchases and payments made under the Act shall be made directly by and between each Municipality and the successful bidder. The bidder agrees that the Village of Mount Prospect shall not be responsible in any way for purchase orders or payments made by the other Municipalities. The bidder further agrees that all terms and condition of this Agreement shall continue in full force and effect as to the other Municipalities during the extended term of this Agreement. Bidder and the other Municipalities may negotiate such other and further terms and conditions to this Agreement ("Other Terms") as individual projects may require. In order to be effective, Other Terms shall be reduced to writing and signed by a duly authorized representative of both the successful bidder and the other Municipality. The bidder shall provide the other Municipalities with all documentation as required in the bid, and as otherwise required by the Village of Mount Prospect, but not limited to: 11 Sanitary and Storm Sewer Lining • Certificate of insurance naming each other Municipality as an additional insured. B. Performance of the Required Services 1. 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. 2. The performance of services under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary, in accordance with the contract documents. 3. The performance of services shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the diligent execution of the contract. The Village or its inspectors shall be furnished with such information and assistance by the contractor as is required to make a complete and detailed inspection. Completed performance of services not complying with the contract may be rejected by the Village and shall be performed again by the contractor at no expense to the Village. 4. 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 the completion of any contractual obligations under the contract. 5. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to perform the services required, and the contractor shall provide identification of its personnel if requested by the Village. Any contractor's employee or representative whose employment is reasonably detrimental or objectionable to the Village shall be transferred immediately 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 performance of the services required under the contract, or as making the Village responsible for safety. 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 OSHA and the 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 the award of the bid. 12 Sanitary and Storm Sewer Lining 6. The contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be competent in the English language. C. Bond; Insurance; Indemnification 1. Performance 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 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 performance bonds shall name the Village of Mount Prospect as Obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the Contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid 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. 2. Insurance Requirements. In the submission of a bid, the bidder is certifying that it has all the insurance coverage required by law or that would normally be expected for the bidder's type of work. In addition, the bidder is certifying that, as the 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 an 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 $1,000,000 $3,000,000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $1,000,000 $3,000,000 13 Sanitary and Storm Sewer Lining Automobile Liability Bodily Injury $1,000,000 Property Damage $1,000,000 Workers Compensation Employee Claims Employers Liability $1,000,000 $1,000,000 Statutory for Illinois $1,000,000 per accident 3. Indemnification. The contractor shall indemnify and save harmless the Village, its officers, employees and agents from any and all liability, losses or damages, including attorney's 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 anyway resulting from or arising out of the operations of the contractor under the contract, including operations of subcontractors; and the contractor shall, at his own expense, appear, defend and pay all attorney's fees 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. The 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 or unpatented invention, article or appliance furnished or used under the bid Specifications. D. Compliance with Laws 1. 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 performance of the required services. 2. 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 14 Sanitary and Storm Sewer Lining contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The contractor shall indemnify and save harmless the Village, its officers, agents and employees against any claim or liability arising from or based on his violation of any law, ordinance, regulation, decree or court order. The bidder and contractor, as the successful bidder, shall comply with all applicable federal, state and local laws, including, but not limited to, the following: a. Bid Rigging/Rotating. By submitting a bid, the contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. b. Tax Payment. The contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue pursuant to 65 ILCS 5/11-42.1-1. C. 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 pursuant to 30 ILCS 580, et seq. d. Preference to Veterans Act. The contractor will comply with the Preference to Veterans Act, 330 ILCS 55, et seq. f. Non -Discrimination. The contractor will comply with the Illinois Public Works Employment discrimination Act, 775 ILCS 10/1, et seq. g. 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 that will be produced to the Village upon request, and the Rules and Regulations of the Illinois Department of Human rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, that is a material term of all public contracts, as set forth in Exhibit B. h. Compliance with Freedom of Information Act Request, Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILCS 140/7, applies to public records in the possession of a 15 Sanitary and Storm Sewer Lining party with whom the Village has contracted. The Village will have only a very short 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 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 within two (2) business days of the request being made by the Village. The bidder/contractor agrees to indemnify and hold harmless the Village 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 under the contract. E. Work Guaranty 1. General Guaranty. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work embraced in the contract by the Village or the Public shall constitute an acceptance of work not done in accordance with the contract, or relieve the contractor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those contract documents. Unless otherwise expressly provided in the Specifications, in the event any defects or imperfections in the materials or workmanship to be furnished by the contractor herein appear within the period of two (2) years from the date of completion of all the Work and acceptance thereof by the Village, the contractor will, upon notice from said Village (which notice may be given by letter to said contractor to the business address of the contractor shown in the proposal), repair and make good at 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. 16 Sanitary and Storm Sewer Lining 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. F. 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 the necessary licenses and permits in connection with the work under the contract. 3. Nonassignability. The contractor shall not assign the contract, or any part thereof, to any other person, firm or corporation without the previous written consent of the Village. Such assignment shall not relieve the contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 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. 17 Sanitary and Storm Sewer Lining Schedule of Prices Company Name: Address: City, State, Zip: 18 Sanitary and Storm Sewer Lining 2020 2021 Item No. Items Unit Glencoe Glenview Mount Prospect Winnetka Bid $ Bid $ 1 8" Curd in Place Pipe LF 13225 41547 3,854 33175 $ $ 2 10" Cured in Place Pipe LF 830 15278 31984 230 $ $ 3 12" Curd in Place Pipe LF 210 10,363 2,506 $ $ 4 15" Cured in Place Pipe LF 2)2-9s- 638 $ $ 5 18" Cured in Place Pipe LF 1,153 1,226 $ $ 6 20" x 30" Brick LF 257 $ $ 7 21" Cured in Place Pipe LF 288 244 $ $ 8 24" Curd in Place Pipe LF $ $ 9 27" Cured in Place Pipe LF $ $ 9 30" Cured in Place Pipe LF $ $ 11 33" Cured in Place Pipe LF $ $ 12 36" Cured in Place Pipe LF $ $ 13 20" Storm Sewer LF 398 $ $ 14 8" Easement LF 350 $ $ 15 Heavy Cleaning LF 1,000 $ $ 16 Reinstatement of Service- Sanitary Sewer Each 35 108 457 172 $ $ 17 Protruding Tap Removal Each $ $ 18 8" End Seals Each 12 22 $ $ 19 10" End Seals Each 10 2 $ $ 20 12" End Seals Each 24 $ $ 21 15" End Seals Each 4 $ $ 22 18" End Seals Each 12 $ $ 23 20" End Seals Each 4 $ $ 24 21'" End Seals Each $ $ 25 24'" End Seals Each $ $ 26 27" End Seals Each $ $ 27 30" End Seals Each $ $ 28 33" End Seals Each $ $ 29 36" End Seals Each $ $ 30 20" x 30" End Seals Each 2 $ $ 18 Sanitary and Storm Sewer Lining Specifications General Wherever the word "Owner" appears in this document, it shall be interpreted to mean each municipality representative. Wherever the word "Contractor" appears in this document, it shall be interpreted to mean the firm, partnership, joint venture, or corporation contracting with each municipality for performance of prescribed work. Scone of Project This project includes quantities for 36,982 linear feet of sanitary and storm sewer lining in various sizes of cured -in-place pipe lining (CIPP), rehabilitation and restoration of structural integrity of the existing sanitary pipes by the Inversion and Curing of a Resin - Impregnated Tube process and all related and ancillary work. The work contained on this project is located within easements or right-of-ways of the Village of Glencoe, Village of Glenview, Village of Mount Prospect, and the Village of Winnetka. Each municipality has the right to delete from or add to the contract quantities at the contract unit costs for construction. While the Village of Mount Prospect shall serve as the central point of contact to facilitate the bidding process described in this Contract, each municipality further reserves the right to reject any and all bids or parts thereof, to waive any irregularities or informalities in bidding procedures and to award the contract in a manner best serving the interest of the municipality. Work included is shown on drawings prepared by The Village of Mount Prospect which has been supplied by each municipality. The lining work shown on the drawings is not conclusive and is subject to change. The drawings can be found in "Appendix B". Maintenance Bond The Contractor is required to furnish a maintenance bond approved by the municipality in the amount equal to ten percent (10%) of the contract price. This bond shall provide a guarantee against defective materials and workmanship on all materials, items and work furnished under this contract, including contract changes and additions for a period of three year from date of written final acceptance and final payment. If within the guarantee one (3) year period, any defects or signs of deterioration are noted which, in the opinion of the municipality, are due to the faulty installation, workmanship, or materials, the municipality shall notify the Contractor. At the Contractor's expense, the Contractor agrees to make any and all repairs, adjustments or replacements to correct the condition/s to the complete satisfaction of the municipality work has been completed in. Contract Completion Date and Interim Completion Dates The Contractor shall execute the contract within ten working days after contract award by each individual municipality. The Contractor shall start the work to be performed 19 Sanitary and Storm Sewer Lining under the contract not later than ten calendar days after the execution of the contract by the municipality. The Contractor shall complete all work under this Contract on or before, but no later than, 180 calendar days after the date of execution of the Contract by each municipality. Design for Minimum CIPP Liner Thickness Product, Manufacturer/ Installer Qualification Requirements: Since sewer products are intended to have a 50 -year design life, and in order to minimize the Municipality's risk, only proven products with substantial successful long- term track records will be approved. All trenchless rehabilitation products and installers must be pre- approved prior to the formal opening of proposals. Products and Installers seeking approval must meet all of the following criteria to be deemed commercially acceptable: A. For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the "Owner" to assure commercial viability. B. For a Contractor to be considered as Commercially Proven, the Contractor must satisfy all insurance, financial , and bonding requirements of the bid documents, and must have had at least 5 (five) years active experience in the commercial installation. In addition, the Contractor must have successfully installed at least 200,000 feet of the product bid in wastewater collection systems. C. Sewer rehabilitation products submitted for approval must provide third party test results supporting the structural performance (short-term and long-term) of the product and such data shall be satisfactory to the Owner. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No product will be approved without independent third party testing verification. D. Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third -party certified to ISO 9000 or other recognized organization standards. Proof of certification shall be required for approval. E. Using steam to cure liners larger than 18 -inch diameter will require prior approval by the Village/City. References must be provided to demonstrate the contractors ability to successfully install the liners using this method. Documentation for products and installers seeking pre -approved status must be submitted no less than two weeks prior to proposal due date to allow time for adequate consideration. The Village of Mount Prospect will advise of acceptance or rejection a minimum of three days prior to the due date. All required submittals must be satisfactory to the Municipality's. 20 Sanitary and Storm Sewer Lining Materials A. Tube - The sewn Tube shall consist of one or more layers of absorbent non -woven felt fabric and meet the requirements of ASTM F1216, Section 5.1. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. Additional requirements for the Tube include: 1. The wet out Tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design thickness. 2. The Tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized. 3. The outside layer of the Tube shall be coated with an impermeable, flexible membrane that will contain the resin and all the resin impregnation (wet out) procedure to be monitored. 4. The Tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 5. The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. 6. Seams in the Tube shall be stronger than the non -seamed felt material. 7. The Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturer's name or identifying symbol. The tubes must be manufactured in the USA. B. Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy system including all required catalysts, initiators or hardeners that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, the physical properties herein, and those which are to be utilized in the design of the CIPP for this project. The resin shall produce a CIPP that will comply with the structural and chemical resistance requirements of this specification. Structural Requirements A. The CIPP shall be designed as per ASTM F1216. The CIPP design shall assume no bonding to the original pipe wall. The liner should be designed using 5% ovality and groundwater level at the surface. B. The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials 21 Sanitary and Storm Sewer Lining (Tube and Resin) and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790 testing) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of the short-term test results shall not be applied unless substantiated by qualified third party test data to the Owner's satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in the CIPP design. C. The Enhancement Factor 'K' to be used in 'Partially Deteriorated' Design conditions shall be assigned a value of 7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data to the satisfaction of the Owner. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the installed pipe. Any reoccurrence may cause rejection of the work. The following are the minimum nominal required CIPP (resin liner) thicknesses: A. Existing sanitary and storm sewer pipe diameter six (6), eight (8), nine (9), ten (10) and (12) inch pipe- minimum nominal liner thickness six (6.0) millimeter. B. Existing sanitary and storm sewer pipe diameter fifteen (15) inch to eighteen (18) inch pipe- minimum nominal liner thickness seven and one half (7.5) millimeter. C. Existing sanitary sewer pipe diameter twenty four (24) inch -minimum nominal liner thickness ten and one half (10.5) millimeter. The Contractor shall calculate and verify the above referenced liner thickness requirements based on the fully deteriorated host pipe condition with a safety factor of two (2) as indicated in ASTM F 1216 design considerations. The existing pipe shall not be considered as providing any structural support to the liner pipe. In the liner thickness calculations, the enhancement factor (K) shall not be greater than 7.0, the minimum safety factor shall be 2.0, and the flexural modulus of elasticity shall be reduced 50% to account for long term effects and used in the design equation EL. Actual values of pipe ovality and depth shall be used whenever possible. If ovality cannot be obtained, the minimum ovality of the host pipe shall be 5 percent. No liner will be approved for installation until liner thickness calculations have been submitted and reviewed for conformance with the specifications and installation requirements. 22 Sanitary and Storm Sewer Lining Only if the calculated liner thickness exceeds the above referenced requirements the Contractor shall notify the municipality Owner and a determination shall be made as to which liner thickness shall control. Testing Requirements A. Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical -testing requirements. B. Hydraulic Capacity - Overall, the hydraulic cross-section shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. C. CIPP Field Samples - When requested by the respective Owner, the Contractor shall submit test results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified herein have been achieved in previous field applications. Samples for this project shall be made and tested as follows: CIPP samples shall be prepared for each installation designated by the Owner or approximately 20% of the project's installations. Pipe physical properties will be tested in accordance with ASTM, using either sampling method proposed. The flexural properties must meet or exceed the values listed in Table 1 of ASTM F1216 or the values submitted to the Owner by the Contractor for this project's CIPP wall design, whichever is greater. End Seals End Seals will be LMK's InsigniaTM Hydrophilic End Seal Sleeve. Installation will be in accordance with manufacturer methods. Required Submittals Submit to the respective Owner, for approval, product data and catalogue cuts for all materials used in the installation of the CIPP, prior to ordering of material. Submittals shall contain: 1. Date of submittal and dates of previous submittals. 2. Project title and number. 3. Contract identification. 4. Names of: a. Contractor 23 Sanitary and Storm Sewer Lining b. Supplier c. Manufacturer 5. Identification of product, with identification numbers, and drawing and specification section numbers. 6. Field dimensions, clearly identified. 7. Identify details required on drawings and in specifications. 8. Show manufacturer and model number, give dimensions, and provide clearances. 9. Relation to adjacent or critical features of work or materials. 10. Applicable standards, such as ASTM or Federal Specification numbers. 11. Identification of deviations from Contract Documents. 12. Identification of revisions on resubmittals. 13. Eight -inch by 3 -inch blank space for Contractor and Owner stamps. 14. Contractor's stamp, signed, certifying to review of submittal, verification or products, field measurement, field construction criteria, and coordination of information within submittal with requirements of work and Contract Documents. All of the above noted submittal process is incidental to work performed. Sequence of Oaerations The contractor shall coordinate his work in amanner that will cause as little inconvenience to traffic as possible. The Contractor shall work closely with municipality Officials, Fire, Police Departments and other Contractors in coordinating interruption to normal traffic and parking facilities, access to homes and businesses, and inconvenience to the public. The proposed work sequence for the Contractor follows: 1. The proposed sewer main pipe locations and conditions have been determined from the available records. It is the Contractor's responsibility to review the available records, obtain additional new video records for evaluation of existing sewer system condition, field verify locations, elevations and diameters of all to be lined sewer pipes prior to ordering the appropriate materials. 2. Clean existing manholes and sewer lines to condition necessary for proper installation of lining material, including root cutting, removal of debris and other protruding obstructions. 3. Rehabilitate existing sewer systems. 4. Reinstate and reconnect active sewer service connections. If the Contractor proposes a different work schedule than outlined above, the Owner's written approval of the modified schedule must be obtained in advance. Material Storage and Removal The Contractor shall not deliver and store any material on the project site more than one week in advance before commencing with this work. Paved portions of the street may be used for material storage and the exact material storage location shall be approved by the Owner. 24 Sanitary and Storm Sewer Lining Any remnants of construction materials, debris and litter generated by the Contractor shall be collected and removed off the jobsite periodically (every week) or the same day if requested by the Owner. Any required pavement repair and parkway restoration (sodding), due to the damage caused by on-site material storage, shall be borne by the Contractor and be considered incidental to the contract. Quality Assurance Codes and Standards references: 1. Illinois Department of Transportation a. Standard Specifications for Road and Bridge Construction (Current Edition) (IDOTSPECS.) b. Illinois Department of Transportation. Bureau of Design. Highway Standards (ILHWSTDS.) c. Illinois Department of Transportation. Bureau of Local Roads. d. BLR Standard 17-3 - Standard Design Typical Application of Traffic Control Devices for Day Labor Construction on Rural Local Highways. e. BLR Standard 21-6 - Standard Design Typical Application of Traffic Control Devices for Contract Construction on Rural Local Highways. 2. Standard Specifications for Water & Sewer Main Construction in Illinois, latest edition (SS W&S). 3. Metropolitan Water Reclamation District of Greater Chicago (MWRD) requirements if applicable to Municipality. 4. ASTM Standard F 1216 "Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube" latest edition. 5. Local municipal improvement codes. Work Quality Insaection As part of post lining testing, the Contractor may be requested by the respective Owner to open manholes for field inspection and/or "punch list" generation at no additional cost to the municipality when project is complete. Existing Sewer System condition evaluation -Prior to lining work The existing sewer main pipe condition and sewer service pipe locations have been determined from the available records. Each municipality will provide manhole to manhole lengths, pipe sizes and location maps. However, it is the Contractor's responsibility to re- inspect the condition and verify the size of the existing sewer system. The interior of the sewer pipe and service connections shall be carefully inspected to determine the location of any conditions that may prevent proper installation of the impregnated tube, such as defective (protruding) service connections collapsed or crushed pipe and reductions in ovality of more than ten (10%) percent. These conditions shall be recorded and brought to the attention of each municipality so that they may be corrected prior to lining The Owner reserves the right to review pre -lining recordings prior to lining. 25 Sanitary and Storm Sewer Lining All video and written documentation is to be provided in PACP format. All pre -lining inspections must be submitted to the Village/City for review and approval prior to liner installation. All video and written documentation is to be submitted on three (3) identically prepared LaCie brand Rugged portable USB 2....0/3....0 hard drives with a minimum capacity of 2.0 Tb each. The costs of the hard drives are incidental to the contract. There are specific naming and file conventions that may be used from Municipality to Municipality The details of the specific conventions will be discussed at the pre- construction meeting. The Contractor shall use experienced personnel trained in the use of closed circuit television in existing sewer systems, which shall furnish the necessary labor, tools, equipment and appurtenances to perform the sewer televising services as specified. The television inspection equipment and procedures used shall comply, but are not limited, with the following: 1. Televising inspections shall conform to NASSCO standards 2. The sewer inspections shall be recorded digitally directly on the portable USB hard drive referred to on page 21 A complete recording shall be made of each line televised. A voice recording shall be done on the hard drive. 3. Location of sewer lines inspected using manhole number (sanitary sewer) and street addresses (storm sewer) 4. Quadrant location of all leaks and cracks. 5. Size (diameter) of sewer line televised. 6. Location of building service connections 7. The footage and manhole numbers shall appear on the screen at all times.... 8. Television Inspection logs shall be reported in the sequence as they appear on the hard drive. 9. The sewer televising camera shall have the capability of a rotating lens While televising the sewer pipe, the Contractor will rotate the camera so as to look in the service and determine if the service is capped or active (in service). This shall also be reflected in the reports. (i.e capped or live) 10. The Contractor will increase the skids on the camera to the proper size so that camera is in the center of the sewer pipe. 11. Deep sags are to be dewatered so that proper television inspection can be performed. 12. Any point repairs necessary prior to lining shall either be handled by the municipality directly or shall be considered a change order. Any deviation from the location and/or quantity indicated in bid documents shall be noted and brought to the attention of the Owner, so that the bid quantities may be adjusted prior to commencing with any sewer repair/lining work. Sewer Pipe Cleaning The existing sewer pipes shall be cleaned with hydraulically powered equipment, high velocity jet cleaners or mechanically powered equipment. All internal debris, tree roots and other obstructions shall be removed from the existing (to be lined) sewer pipe.... The 26 Sanitary and Storm Sewer Lining Contractor shall intercept all debris from the pipe cleaning process at a point within the work zone so that no debris is allowed to travel downstream through the sewer system. Debris captured and removed from the sewer system shall be transported and disposed of in a lawful manner. Cleaning, including capture, removal, disposal of debris shall be included in the base (sewer lining) unit price, and shall be performed by the Contractor at no additional cost to each municipality. Sewer Flow Bypassing Sewer flows will occur during the sewer pipe repair/lining work. It shall be the responsibility of the Contractor to plan and execute, where necessary, sewer bypass pumping operations sufficient to avoid causing sewer back-ups for each municipality residential and commercial customers and to avoid illegal discharge onto land or into waterways. Contractor shall ensure that all bypass hoses are in good, working condition, not damaged, i.e., leaking. The contractor shall also supply adequate hose length to reach the next downstream manhole prior to commencing such work. In the event that bypass hoses need to cross the roadway, the contractor will need to furnish traffic ramp and bump signage in both directions along with standard Traffic Control and Protection. The pump and bypass lines shall be of adequate capacity and size to handle the sewer flow. The Contractor shall be responsible for proper scheduling of all work, taking into consideration the possibility of rapid increases in flow resulting from rainfall and other natural events, and shall be fully prepared for all adverse conditions that may arise. Each municipality approval is required for any bypass pumping operation that goes beyond normal working hours. The contractor is responsible for maintaining the pump, and all appurtenances including lines at all times during a bypass operation. The cost associated with sewer bypassing shall be considered incidental to the cost of the contract. The Contractor shall bear all costs arising from failure to anticipate bypass pumping needs, including, but not limited to the emergency stoppage of work, remobilization, removal and replacement of damaged work, emergency response by municipality personnel and compensation for damage to public and private property. Corrective work Any lining installation that fails to meet performance standards as identified herein, or contains other significant defects shall be subjective to corrective action. Each municipality shall notify Contractor in writing of any work that is rejected, and shall specify the reasons for rejection. Within 10 days of receiving notice of rejected work, the Contractor shall submit a written proposal to the municipality detailing the proposed corrective action for each item of rejected work. The Contractor shall not proceed with corrective action until the respective Owner has approved the proposed corrective action. All corrective work must meet the standards and specifications set forth in this contract. 27 Sanitary and Storm Sewer Lining If determined that the existing sewer service is damaged by cutting of the liner, the municipality will allow the use of Performance Pipelining T -Liner process or the municipality respective Owner approved equal for service restoration. If it appears that there is no acceptable alternative for sewer repair, the municipality may require the Contractor to remove all or a portion of the defective lining and install new lining in place. All expenses for any corrective work/defective sewer repair/relining work and material shall be borne by the Contractor. Prosecution and Progress The Contractor shall complete all work as per the individual specific contracts or under this Contract within 180 calendar days of signed contract. Failure to complete the work will result in liquidated damages as specified in Section 108 of the Standard Specifications (IDOTSPECS). Contractor's Use of Premises At all times Contractor is working on property within Owner's boundaries, Contractor shall be responsible for: 1. Coordinating use of premises under direction of respective Owner. 2. Assuming full responsibility for protection and safekeeping of products under this Contract such that if any products are lost, damaged, or stolen it shall be Contractor's sole responsibility to replace the products. 3. Obtaining and pay for use of additional storage or work areas needed for operations at no additional cost to Owner. 4. Conducting operations to ensure least inconvenience to general public, including but not limited to minimizing any traffic obstructions, noise, and offensive odors. 5. Complying with any requirements in Appendix A for each municipality's additional input on local parking plan. Pre -construction Meeting A pre -construction meeting with the Contractor will be held with each municipality to discuss all issues pertaining to this project. The contractor is requested to bring the following information to this meeting: 1. The Contractor's proposed construction schedule. 2. Name of sub -contractors (if applicable) involved in these projects. 3. Name of Project Manager. 4. Name of individual responsible for traffic control and maintenance 5. Emergency Contact. Weekly Meetings Regular weekly meetings between the Contractor Project Manager and the respective Owner are required. The proposed Contractor's working schedule for the next two (2) weeks shall submitted to the respective Owner during each meeting. If any modifications 28 Sanitary and Storm Sewer Lining to the proposed schedule are requested by the respective Owner, the Contractor shall adjust his proposed schedule accordingly,. Protection of Trees Every effort shall be made by the Contractor when working near trees and shrubs to preserve same from harm.. No trees or shrubs shall be removed unless so indicated on the Plans or as authorized in the field by the respective Owner. The Contractor shall be responsible for damage to or loss of any tree or shrub not specifically designated to be removed. Damage to tree limbs shall be held to a minimum. Shrubs and tree limbs shall be tied back wherever necessary to prevent their loss or damage. Wherever damage by construction equipment to limbs and branches is unavoidably they shall be pruned before starting work and sealed in accordance with best forestry practice. No pruning of tree limbs or branches will be allowed without the written permission from the respective Owner. If pruning is necessary and approved, it will be done by an approved licensed landscape contractor, if the Owner deems it is necessary. The Contractor shall contact the respective Owner at least 24 hours prior to his need to prune. Tree protection shall be incidental to the Contract. Safely The Contractor shall comply with State, Local, Metropolitan Water Reclamation District ("MWRD") and Federal Safety and Health regulations applicable to the work being performed including Occupational Safety and Health Administration ("OSHA") approved confined space entry procedures. Prior to entering access areas such as manholes, and performing inspection or cleaning operations, an evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen must be undertaken in accordance with Local, State, or Federal Safety regulations. The cost associated with the above referenced safety precautions shall be considered incidental to the cost of the contract. Water Usaae See Appendix A for each municipality's additional input on local water usage plan. Pay Estimates Each municipality will provide a spreadsheet that will list the segments and sewer pipe lengths to be lined. The contractor shall submit any changes at time of submittal of pay estimates, and two week schedules. The spreadsheet shall include at a minimum, the following items: street name (from - to); segment (from manhole to manhole); actual length; size of pipe; unit cost; service connections reinstated; protruding taps and End Seals. The items mentioned above are in addition to other required submittals, i.e., certified payroll, waivers of lien, invoice, and electronic payout form (provided by each municipality). Pay estimates shall be submitted by the Contractor once a month. 29 Sanitary and Storm Sewer Lining Payout Procedures Each municipality payout procedure schedule will be submitted to the contractor at the preconstruction meeting. A monthly pencil draw meeting must be held between the contractor's representative and each municipality project manager to agree on the quantities to be submitted for payment. If a pencil draw meeting is not held, the project manager will submit to the contractor the latest quantities measured by municipality staff and those numbers must be used for the current billing period. If the contractors submitted quantities are different than those agreed to or submitted to each municipality, the municipality will proceed with the invoice approval of the lesser amount per line item (either the contractor's itemized invoice or the inspected and approved item quantity by the municipality inspectors) for payment. In no case, will the line item invoice payment exceed the inspected and approved quantity per municipality inspection requirements. Applications for payment must be submitted on a municipality approved itemized invoicing form that includes pay item descriptions, original contract quantities and unit prices, previous, current and total quantity summaries, and approved change orders . Other required submissions include the current waivers of lien, contractor's affidavits, contractor's sworn statement, certified payroll report, and any other documents or invoice paperwork as requested by each municipality. Any questions pertaining to payments are to be forwarded to the municipal project manager or the Owner. Contractors shall not call each municipality Finance Department with questions regarding pay applications. The pay application process is approximately six weeks from the pencil draw meeting to the issuance of checks. All checks will be mailed and no allowances will be made to hold checks for pickup. Payment for Extra Work The methods for measurements and payments for Extra work shall be in accordance with the applicable articles of Section 109 of the IDOTSPECS. Extra work shall not be started until written authorization from the respective Owner is received. Extra work will be paid for at either the contract price, a lump sum price or agreed unit prices, or on a force account basis. If a force account basis method for payment is used, than the procedures outlined in the Illinois Department of Transportation Construction Memorandum 08-09® Force Account Billing, dated January 1, 2008 shall be followed by the Contractor. As indicated in the above referenced Memorandum particular attention should be paid to the following® 1. Each day the force account is being performed Form BC 635; Extra Work shall be completed and submitted to the Owner. 2. The most recent edition of Equipment Watch's Rental Rate Blue Book will be used as the source of equipment rates for force account billing. 30 Sanitary and Storm Sewer Lining MWRD The MWRD Permit section field office (708/222-4055) must be notified at least two days prior to commencement of work. When access to MWRD manhole is required the MWRD manhole opening shall be coordinated with Mr. Roscoe Hardeman (321-497-9472) of MWRD. Any MWRD manholes shall be identified at the pre-bid meeting. Public Advisory A minimum of two weeks prior to commencing with sewer repair/lining work the Contractor shall coordinate with each municipality to provide general public notice of the work to be done. Public advisory services will be required to notify all parties whose sewer services will be out of commission and to advise against water usage until the sewer service is back in service. This is the responsibility of the Contractor. Notices shall be given within 24 hours of interruption. Written notices must be approved by each municipality prior to publication, and must contain specific information as to when the sewer service disruption will begin and end. Notices must be given the proposed day of work if work is cancelled for any reason, as well as the proposed reschedule of shut -down. No customer shall be deprived of sanitary sewer service for more than twelve consecutive hours unless approved by the Owner. The Contractor shall assume responsibility for any sewer backups or other damages sustained by residents or businesses as a result of testing, cleaning, lining or any other part of the work. The Contractor shall arrange and pay for professional cleaning and/or repair services where required at no additional cost to the municipality "No Parking - Police Order" signs are available upon request at the office of the Owner. All such notices shall be removed by the Contractor immediately upon the completion of work in each block. The cost associated with public advisory shall be considered incidental to the cost of the contract. Hours of Construction No work shall be done Monday thru Friday between 7:00 P.M. and 7:00 A.M., nor on Saturdays, Sundays, or legal holidays without written permission of Owner. Permission to work the day before the holiday must be granted two (2) weeks in advance of work. However, emergency work may be done with permission from Owner. Work activity, as intended herein, includes warming or starting up of any machinery or engines. Protection of Environment The protection of environment shall include: 1. Contractor, in executing work, shall maintain work areas on- and off- site free from environmental pollution that would be in violation of any 31 Sanitary and Storm Sewer Lining federal, state or local regulations. 2. Take adequate measures to prevent impairment of operation of existing sewer systems. Prevent construction material, earth, or other debris from entering sewers or sewer structures. 3. Observe rules and regulations of State of Illinois and agencies of U.S. government prohibiting pollution of any lake, stream, river or wetland by dumping of refuse, rubbish, dredge material or debris therein. 4. Comply with procedures outlined in U.S. EPA manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning and Implementation," Manual EPA- R2-72-015 and "Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity," Manual EPA 430/9-73-007. 5. Dispose of excess excavated material and other waste material in a lawful manner. 6. Minimize air pollution by wetting down bare soils during windy periods, requiring use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractors, and encouraging shutdown of motorized equipment not actually in use 7. Trash burning will not be permitted on construction site. 8. Chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant , or of other classification, must show approval of either U.S„ EPA or U.S. Department of Agriculture or any other applicable regulatory agency, 9. Use of such chemicals and disposal of residues shall be in conformance with manufacturer's instructions„ 10. Conduct operations in such a manner as to cause the least possible disruption or annoyance to residents in the vicinity of work performed, and to comply with all applicable local ordinances. 11. Equip compressors, hoists, and other apparatus with such mechanical devices as may be necessary to minimize noise and dust. 12. Equip gasoline or oil operated equipment with silencers or mufflers on intake and exhaust lines 13. Line storage bins and hoppers with material that will deaden sounds. 14. Conduct operation of dumping rock and of carrying rock away in trucks so as to cause minimum of noise and dust. Clarification All here -in referenced conditions and items: Pre -Construction and Weekly Coordination Meetings, Maintenance Bond, Notifications, Coordination with other Contractors, Work Scheduling and Phasing, Sewer Flow bypassing, Dirt and Dust Control, Safety, Pre -lining and Post lining sewer evaluation, 3 USB hard drives, Corrective work, etc, are considered incidental to the contract and shall be included in the sewer lining work unit price. 32 Sanitary and Storm Sewer Lining SPECIAL PROVISION FOR CURED -IN-PLACE PIPE It is the Contractor's responsibility to inspect the condition of the existing sewer system after all sewer repair/lining work is complete. The Contractor shall use an experienced personnel trained in the use of closed circuit television in existing/repaired sewer systems, which shall furnish the necessary labor, tools, equipment, and appurtenances to perform the sewer televising services as specified. The television inspection equipment and procedures used shall comply, but are not limited, with the following: 1. Televising inspections shall conform to NASSCO standards and all video and written documentation is to be provided in PACP format 2. The sewer inspections shall be recorded digitally on the portable USB hard drive referred to on page 26. Recording playback shall be at the same speed that it was recorded. A complete recording shall be made of each line televised. A voice recording shall be done on the USB hard drive. 3. Location of sewer lines inspected using manhole number (sanitary sewer) and street addresses (storm sewer) 4. Post lining television inspection shall include rotating the lens to inspect all reinstated sewer services. Inspection of service opening shall be of the liner cutting to determine if opening is sufficient. If determined that the existing service is damaged by cutting of the liner, the municipality will allow the use of Performance Pipelining T -Liner process or municipality Owner approved equal for restoration. 5. Location of building service connections. 6. The footage and manhole numbers shall appear on the screen at all times. 7. Television Inspection logs shall be reported in the sequence as they appear on the USB hard drives. 8. The Contractor will increase the skids on the camera to the proper size so that camera is in the center of the sewer pipe. 9. Deep sags are to be dewatered so that proper television inspection can be performed. Other incidental and measure of payment requirements to the cured -in-place pipe lining include: 1. Mobilization and site preparation. 2. Existing sewer system televising and cleaning before lining process 3. Televising of sanitary and storm sewer to determine installed conditions. 4. Placement of lining material within sanitary and/or storm sewer. 5. All manhole connections shall be water tight. 6. Removal and replacement of manhole frames, adjusting rings, and corbels are incidental to the liner unit price. No additional compensation will be made for this work, including restoration to pre -construction conditions. 7. Flow control, including bypass pumping, if required. 8. Reinstatement and reconnection of active sewer service connections. 9. CCTV Examination: Televise interior of pipe after completion of work and provide 33 Sanitary and Storm Sewer Lining the portable USB hard drive referred to on page 26 to Owner. Use pan and tilt color 3 lux camera to view the sewer service lateral connections. 10. Sewer testing and internal inspections of installation. 11. Pavement damage and restoration. 12. Parkway damage and restoration. 13. Cleanup. 14. Other appurtenant and incidental work. 15. Full time traffic control surveillance by contractor. 16. Each USB hard drive will be permanently labeled with the following information: a. Job Work Order no. b. Contractor name c. CD no. d. Date televised e. Date submitted f. Street/easement (location) g. Upstream MH h. Municipality name 17. Data shall be configured according to the definitions and database structures included in this specifications. Video must be able to be viewed using Windows Media Player 9 Series and have the ability to use all features of the video player including fast forward. 18. Measure sewer in linear feet (LF) on straight horizontal lines along centerline of sewer. Do not include distance through manholes in measurement. The prior to lining sewer condition evaluation information and the post lining sewer condition evaluation information shall be recorded on the same USB hard drive. Cost of supplying the portable USB hard drive referred to on page 26. Copies and reports to each municipality shall be included in the sewer lining work unit price. Basis of Payment - Cured -In -Place Pipe Payment shall be made for the contract unit price per lineal foot for CURED IN PLACE PIPE- SANITARY SEWER LINING, of the diameter specified, which price shall be in full for labor, material, testing and equipment required for complete and operational existing sewer main rehabilitation. 34 Sanitary and Storm Sewer Lining SPECIAL PROVISION FOR REINSTATEMENT OF SERVICE LATERALS STORM OR SANITARY SEWER The reinstatement of service laterals shall include the costs of: 1. Site Preparation. 2. Protecting existing utilities, site objects and new work. 3. Contractor shall certify a minimum of two complete functional cutters plus key spare components are on the job site before each installation„ 4. Re -open branch connections without excavation, utilizing a remotely controlled cutting device, monitored by a CCTV. 5. Branch (service) connections shall be re-established at a minimum of 95% of the flow capacity and shall be wire brushed smooth, without damaging PVC services, to full diameter of openings. 6. If it is determined that the existing service is damaged by cutting of the liner, the Owner will allow the use of Performance Pipelining T -Liner process, or approved equal method, for service restoration„ No additional compensation will be provided for the required service repair work. 7. No additional payments will be made for excavations for the purpose of reopening connections and the Contractor shall be responsible for all costs and liability associated with such excavation and restoration work„ 8. Cleanup. 9. Collect all reinstatement coupons at the next downstream manhole„ All excess lining material is to be removed from the sewer system„ 10. Other appurtenant and incidental work„ 11. General requirements of sections listed. 12. Traffic control and protection. 13. Unless otherwise directed by the Owner or his authorized representative, all laterals will be reinstated„ Basis of Payment - Reinstatement of Service Laterals Include cost of work listed herein in unit price each for REINSTATEMENT OF SERVICE LATE RALS-SAN I TARY SEWER. 35 Sanitary and Storm Sewer Lining SPECIAL PROVISION FOR PROTRUDING TAP REMOVAL The protruding tap removal shall include the costs of: 1. Site Preparation. 2. Protecting existing utilities, site objects and new work. 3. Removal of protruding taps utilizing a remotely controlled cutting device. 4. CCTV record image of before and after tap removal. 5. Cleanup. 6. Other appurtenant and incidental work. 7. General requirements of sections listed. 8. Traffic control. Basis of Payment - Protruding Tap Removal Include cost of work listed herein in unit price each for PROTRUDING TAP REMOVAL. Basis of Payment - End Seals Payment shall be made for the contract unit price each for END SEAL - SANITARY SEWER LINING, of the diameter specified, which price shall be in full for labor, material, testing and equipment required for complete and operational existing sewer main rehabilitation. 36 Sanitary and Storm Sewer Lining BID FORM Sanitary and Storm Sewer Lining 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: Sanitary and Storm Sewer Lining 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 Schedule of Prices Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet Contract Document 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 acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. 37 Sanitary and Storm Sewer Lining The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all regulations, and county and municipal Conditions. applicable state and federal laws, rules and ordinances, as described in the General All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award of 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) business days. The Village will then issue a written Notice to Proceed. 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 38 Sanitary and Storm Sewer Lining is attached hereto in accordance with the "Instructions for Bidders' . This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) BID SHEET(S) — Sanitary and Storm Sewer Lining 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 (Pages 37-43) ALONG WITH THE AFFIDAVIT —BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT 39 Sanitary and Storm Sewer Lining 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 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 is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. Section IV Tax Payment The undersigned further states that is 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 40 Sanitary and Storm Sewer Lining 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 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 , 2020. My commission expires: Notary Public Title: 41 Sanitary and Storm Sewer Lining BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of , being ten percent (10%) of the total amount bid by the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS SEAL (if corporation) DAY OF , 2020. 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 42 Sanitary and Storm Sewer Lining Submitted this day of BID SHEET Sanitary and Storm Sewer Lining SCHEDULE OF PRICES: , 2020. Mark outside of envelope: "Sanitary and Storm Sewer Lining" and deliver to the Village Manager's office at 50 South Emerson Street 3rd Floor, Mount Prospect, Illinois, 60056, by 1:00 p.m., MONDAY, February 24, 2020. Date submitted: Name of Company/Firm Address of Company/Firm Phone: , 2020 Also note any exceptions to the specifications. COMPANY ADDRESS SIGNATURE OWNER CITY, STATE, ZIP PHONE # , 2020 DATE Note: All bids to remain firm for thirty (90) days. Be sure to mark the outside of the envelope, "Sanitary and Storm Sewer Lining." 43 Sanitary and Storm Sewer Lining CONTRACT THIS AGREEMENT (hereinafter the "Contract") is entered into by and between the Village of Mount Prospect, an Illinois home rule municipality (hereinafter the "Village"), and , an , located at , Illinois, (hereinafter the "Contractor"). 1. GENERAL As stated in the bid document. 2. SPECIFICATIONS As stated in the bid document. 3. CONTRACTOR RESPONSIBILITY FOR PROPERTY/HOLD HARMLESS 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 proposal Specifications. 4. ADHERENCE TO LAWS Employees and agents of Contractor shall obey all federal, state, county and municipal laws and ordinances during the execution of their duties under this Contract. The existence of this Contract does not exempt such individuals from compliance with such laws or ordinances, nor does it convey any special rights or privileges upon those individuals. Contractor shall meet all applicable licensing requirements of the Village. In addition, Contractor is required to comply with all federal, state, county and municipal laws and ordinances, including the following: a. Provide a drug free workplace pursuant to the Illinois Drug Free Workplace Act (30 1 LCS 580/1, et seq.); b. Comply with the Illinois Public Works Employment Discrimination Act (775 1 LCS 10/1 et seq.); C. Comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), and the Rules and Regulations of the Illinois Department of Human Rights, including establishment and maintenance of a sexual harassment policy as required by Section 2-105 of that Article and Act; d. Comply with the Americans with Disabilities Act; and e. Comply with the provisions of the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Department of Human Rights as a material term of all public contracts, which states as follows: 44 Sanitary and Storm Sewer Lining Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, Equal Employment Opportunity Clause EQUAL EMPLOYMENT OPPORTUNITY In the event of contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of the Illinois Department of Human Rights ("Department"), 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 such 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 it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2) That, if it hires additional employees in order to perform this contract or any portion thereof, it will determine the availability (in accordance with the Department's Rules) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service. 4) That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules, the contractor will promptly so notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5) That it will submit reports as required by the Department's Rules, 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 Illinois Human Rights Act and the Department's Rules. 45 Sanitary and Storm Sewer Lining 6) That it 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 Illinois Human Rights Act and the Department's Rules. 7) That it will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such 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 such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. With respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above, following is an excerpt of Section 750.30 of the Department of Human Right's Rules and Regulations for Public Contracts: Title 44, Part 750, Section 750.30, Illinois Administrative Code, Subcontracts Each public contractor and subcontractor shall in turn include the Equal Employment Opportunity Clause set forth in Appendix A of this Part in each of its subcontracts under which any portion of the contract obligations are undertaken or assumed, said inclusion to be either verbatim or by reference so that the provisions of the clause will be binding upon such subcontractors. 5. FEE SCHEDULE The charges to be assessed by Contractor under this Contract are set forth in the fee schedule contained in Exhibit A. 6. LOG BOOK, RECORDS & REPORTS REQUIRED The Contractor shall provide the Village with a written status report on its provision of services required by the Contract. This report shall be due before the tenth day of the following month. 7. METHODS OF PAYMENT Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. 8. HOLD HARMLESS AGREEMENT (CONTRACTUAL LIABILITY) Contractor assumes full responsibility for the acts and omissions of its employees and agents while engaged in performing services under the Contract. Contractor agrees, to the greatest extent permitted by Illinois law, to protect, indemnify, save 46 Sanitary and Storm Sewer Lining and hold forever harmless the Village, its officers, appointed and elected officials, Mayor and Board of Trustees, employees, volunteers, attorneys and agents from and against any and all liabilities, obligations, claims, losses, damages, penalties, and costs and expenses resulting from any suit, claim, demand, judgment, or cause of action initiated by any person, including Contractor and its officers, officials, employees, subcontractors, volunteers and agents, arising out of, connected with, or in any way associated with the performance of services covered by this Contract or the equipment used in connection therewith. 9. CONTRACTOR'S LIABILITY INSURANCE Contractor shall not commence with the performance of services under this Contract until it has obtained all insurance required hereunder and such insurance has been approved by the Village. Certificates of such insurance shall be filed with the Village prior to commencing work. Additionally, Contractor will provide the Village with a letter from the insurance carrier that the Village will be notified within thirty (30) days of the pending cancellation of any policy relating to this Contract. Each insurance company shall be subject to approval by the Village, and the respective policies shall name the Village as an additional named insured. Approval of the insurance by the Village shall not relieve or decrease the liability of Contractor hereunder. Such insurance is primary and in no event will be considered contributory to any insurance purchased by the Village. Such insurance will not be canceled, reduced, or materially changed without providing the Village thirty (30) days advance written notice, via certified mail. Contractor shall maintain all insurance required under subsections a through h of this Section for not less than one (1) year after completion of this contract. 10. CONTRACT TERMINATION The Village and Contractor reserve the right to terminate the Contract at any time upon ten (10) days advance written notice to the other party. In addition to the provisions set forth in Section General conditions (A,6) for immediate termination, failure of Contractor to perform any aspect of this Contract properly and/or to provide proper treatment to the general public, in the sole discretion of the Village, is cause for immediate termination of the Contract without prior notice. 11. LENGTH OF CONTRACT This Contract shall be in effect beginning March 2020, and shall remain in effect until March 2022, unless terminated by either party under the conditions specified in Section 10, Contract Termination. The Contract may be terminated by mutual, written agreement between the Village and the Contractor. 12. COMPLIANCE WITH FREEDOM OF INFORMATION ACT REQUEST The Illinois Freedom of Information Act (FOIA), 5 ILCS 140/1 et seq., applies to public records in the possession of a party with whom the Village has contracted. The Village will have only a very short period of time from receipt of a FOIA request 47 Sanitary and Storm Sewer Lining to comply with the request, and there is a significant amount of work required to process a request including collating and reviewing the information. Contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village for public records (as that term is defined by Section 2(c) of FOIA) in its possession and to provide the requested public records to the Village within two (2) business days of the request being made by the Village. Contractor agrees to indemnify and hold harmless the Village from all claims, costs, penalty, 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 the public records to the Village under this Contract. 13. Contractor shall not assign this Contract or any part thereof without the prior written consent of the Village. Approval, if any, for such assignment shall be made by the Corporate Authorities of the Village. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective assigns, legal representatives and successors in interest. 14. GOVERNING LAW This Contract shall be governed by and construed in accordance with the laws of the State of Illinois and applicable federal law. Venue shall only be proper in a court of competent jurisdiction located within the County of Cook, Illinois. 15. SEVERABILITY The invalidity or unenforceability of one or more of the terms or provisions contained in this Contract shall not affect the validity or enforceability of the remaining terms and provisions of this Contract so long as the material purposes of this contract can be determined and effectuated. 16. INTERPRETATION Any headings of the Contract are for convenience of reference only and do not define or limit the provisions thereof. Words of gender shall be deemed and construed to include correlative words of other genders. Words importing the singular shall include the plural and vice versa, unless the context shall otherwise indicate. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties and obligations of such person or entity succeeding to the rights, duties and obligations of such person or entity in accordance with the terms and conditions of the Contract. 17. WAIVER OF BREACH If either party waives a breach of any provision of this Contract by the other party, that waiver will not operate or be construed as a waiver of any subsequent breach by either party or prevent either party from enforcing such provisions. 18. MERGER - AMENDMENT 48 Sanitary and Storm Sewer Lining This Contract sets forth the entire understanding of the parties relative to the subject hereof and supersedes any and all prior agreements, express or implied, oral or written. No amendment or modification of this Contract shall be effective unless reduced to writing and executed by the parties. 19. COUNTERPARTS This Contract may be executed in several counterparts each of which shall be an original and all of which shall constitute but one and the same instrument. 20. EFFECTIVE DATE The Effective Date of this Contract shall be the date executed by the Village President, and attested by the Village Clerk. IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: Title: Date: Sanitary and Storm Sewer Lining VILLAGE OF MOUNT PROSPECT: am Title: Date: 49 CONTRACTOR REFERENCES Please list below five (5) references for which your firm has performed similar work. 1. Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 2. Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 3. Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 4. Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 5. Name: Address: City/State/Zip: 50 Sanitary and Storm Sewer Lining Contact Person/Phone: Dates of Service: Project Cost: 51 Sanitary and Storm Sewer Lining VILLAGE OF MOUNT PROSPECT PERFORMANCE 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 Village dated as Principal (hereinafter "Contractor"), a written agreement with the (hereinafter "Contract"), for the drawings and specifications prepared by: Prospect or architect/engineer), which Contract is hereof; and incorporated in accordance with (Village of Mount herein and made a part 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. 52 Sanitary and Storm Sewer Lining 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of 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, 53 Sanitary and Storm Sewer Lining 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 Title ATTEST: Corporate Secretary (corporations only) STATE OF _ COUNTY OF I, hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. )2020. S u rety By: Officer Of The Surety Title Address: Ki nT n ov , a Notary Public in and for said county, do Given under my hand and notarial seal this day of Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) , 2020. 54 Sanitary and Storm Sewer Lining Appendix A: Additional Municipality Specific Information Glencoe Project Manager- James Tigue, 847-461-1119, jtigue@villageofglencoe.org Local Parkin _ Plan — To be coordinated at preconstruction meeting. Local Water Plan — Public Works facility has exterior water hook up which is accessible from street and available between 7:00am and 3:30pm. Maps - see segment list and maps attached in "Appendix B Glenview Project Manager- Tim Schwister, 847-904-4422, tschwister@glenview.il.us Local Parking Plan - To be coordinated at the pre -construction meeting. Local Water Plan-- To be coordinated at the pre -construction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device. Maps - see segment list and maps attached in "Appendix B". Mount Prospect Project Manager- Casey Botterman, 847-870-5640, CBotterman@mountprospect.org Local Parking Plan - To be coordinated at preconstruction meeting Local Water Plan - To be coordinated at preconstruction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device. Representative CIPP samples shall be taken for every liner installed. Approximately 25% of the samples will be selected by the Village for physical properties testings The length of each liner section will be measured by the Village on the ground surface directly over the pipe from center of manhole to center of manhole. No Lining will be permitted during periods of High flow A Pre and post -lining PACP database shall also be provided on a LACE hard -drive. Maps — See segment list and maps attached in "Appendix B" Winnetka Project Manager- James Berhahl, 847-716-3261; jbernahl@winnetka.org Local Parkin Plan — To be discussed at the pre -construction meeting. Local Water Plan — Any water required by the Contractor for operation such as cleaning or curing will be provided to the Contractor at the Village of Winnetka Yards Facility Located at 1390 Willow Road, from hydrant located at south end of Garage 55 Sanitary and Storm Sewer Lining Facility. NO HYDRANTS ARE TO BE OPENED OR USED BY THE CONTRACTOR WITHOUT PERMISSION OF THE VILLAGE OF WINNETKA. The fine for unauthorized use is $500 per occurrence. Maps - See segment list and maps attached in "Appendix B. 56 Sanitary and Storm Sewer Lining VILLAGE OF GLENCOE 2020 SANITARY SEWER LINING SCHEDULE - V01 USMH DSMH STREET DIAMETER (INCH) LENGTH (LF) TAPS END SEALS SA1230 SA1231 Park PI 8 75 2 2 SA1306 SA1301 Greenbay Rd 8 207 1 2 SA1305 SA1306 Greenbay Rd 8 329 2 2 SA144 SA145 Oak Dr 8 271 7 2 SA109 SA108 Valley Rd 8 93 2 2 SA308 SA1320 Lincoln Dr 8 250 1 2 SA927 SA928 Hohlfelder Dr 10 172 5 2 SA928 SA929 Hohlfelder Dr 10 63 2 2 SA929 SA932 Hohlfelder Dr 10 226 5 2 SA932 SA930 Hohlfelder Dr 10 240 6 2 SA930 SA1395 Hohlfelder Dr 10 129 2 2 8" Total 10" Total 1225 15 12 830 20 10 A3 3Q -A3 - 26-A3 t Z J _ - - 1.20115 c 25-A300 _ r. m' C �+ O _ 24-A3 E B GCI7 1 0 t —_ §� — 0 5 13 23- W t ?�-A3 41-A5 U1 3 40-A5 X2.11 38 A5 �fi4-A3 FERNDALE _ - 42-A5 t t 50-K5 4 - _ z 14-A5 t_== 36-A5 8 63-A5 8 - =��I -- �, .z 7-A5 t A5 - t 43-A 32-A5 9-A5 5- 5-A5 47-A5 — �— t 44-A5 12- 31-A5- - Co 30 AS=� L- 8-A5 �; = cP d' _= _3- 46-A5 _ .. 2- _', _ _ 9-A 3'A 4 A5 800 12 125-5 1210 °2 12 3- 5 E- _ _ 3 .2013'1 8-A5. 102-A6A _ , 00 Co OP - LX Q_ =J AJZ60A-A,5 W 0 9 A5 660 1AJ-1 -ADA 00 60=A5 AREA TO R-9 LINED I ll�l 6 0 � 22-A5 23-A5, 00 G _ Z 0 -AJ On .� + 2&A 25-A5 _ t_ t 28-A5 27-A5 `7 £ X04 8-A-5 8 104 -AOA = - -119-A6A 114-A6A C900 xvt, 11-176 W W Z! 11-106 11-116 M s s s 11-117 11-118 NOMIANOM OEM 8 _ 8 149 6 , 8-A6A 60-A6 - 150 -A6A X ca Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction i` Y ' of is iew le Sanitary Mapbook Cleanout U Sanitary Manholes Glenview Aqua IL Northfield Township _ Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles —1111110- Northbrook Northfield Northfield Township Northfield Woods Oak Meadows Old Willow -Private School Districts 34 and 225 Westfield HOA —DO- Unknown Laterals --- Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary �1: .":Municipal Boundary ��ME Parcels Parcels 1313 18 f 18 1 17 17 1 16 1 16 1153 18 18 17 13 13 18 18 17 17 16 16 15 15 14 14 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 1 24 1 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 1 30 29 31 31 36 36 31 31 32 32 33 33 34 34 35 35 36 36 32 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 3132 7 8 8 9 9 10 10 11 11 12 12 7 7 8 8 9 7 8 8 9 9 10 10 11 11 12 12 7 7 8 8 9 9 13 13 18 18 17 1 17 16 16 0 95 190 380 Feet N Panted an: August 26, 2419 E S Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. §e!G1 e"en"veof 1iew Sanitary Mapbook 18 - PV 0 184-61 1 56-B 4 t tG -_ 13' E - - 2 4 _- t _ S t = _z - _� - _ _ — _- - _== - 4 45 < z �4-B1,4 �R 1, AIA - _ _£ 23-B1 81-B1 a 6 72-B4 73-B4 25-B1 - 1 Northfield - _ —1 =z Oak Meadows 1 185-1133 178-63 <, Old Willow Utility Company Private £ School Districts 34 and 225 73 Westfield HOA E 3-131 - - Aqua Illinois 6 225-B,3 Maine Township 18-B Niles Northbrook E - 7 Northfield Township E , PVT 6 - 10RIX 11B13 9' r— 2 226-P3 28-B3 83 School Districts 34 and 225 111/ Westfield HOA 10 227-B3AREA TO BE - 21 \ , CD�co Laterals LINED 00 Sanitary Lining Sanitary Lining (Date in Green) 00 $1-B3 101B3 6 211-B3 C=lAtlas Grid Municipal Boundary rY ,� NF1 _ 33-813 3 , -B 13 12 4-B13 _ 12 12 1 80-83 1 75-B3 231-B3 174-B3 =81 _ ' $29-B3 179-B3 � 3 f 30 B3 213-B - 212 3 - 172-B3 GROVE ST0 MA - - _ \ E,. - 3 18 18 17 13 18 18 17 24 19 19 20 24 19 19 20 25 30 30 29 00 _ 25 30 30 29 36 31 31 32 36 31 31 32 1 8 I 9 8 9 9 17 16 16 11 0 95 190 330 9-B3 4 W 00 N Printed an: August 26, 2019 E S z J W \ 105 B3 _ \ \00-\ 8-B3 a, - 32-B3 —\ _ 6 JF 6 6 - X37 -B3 = ?34 B3 209-B 3 � 238 B3 - � _ 235-B3 - 14-B _ ~ '_ � £ �� 6 241-B3 242 -B3 Z - � _ �° 2 =- _ = 40 B3 ��� \_ 10th� I IMINEEM Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. 31 . E-4120 C01 E-115 6 uJ FM Tte'Vfflage of is Glenv LU -6.1 7.1 r MI. iew UJ 00 LU 4J co 31 > co JC0 z WE-105 Sanitary Mapbook LLI -44 -43 ----------------- LLI LU E-6 -0 Y15 15 -------15 Cleanout \-j GO Sanitary Manholes RE) Glenview Aqua IL -H- fl 0 -37 -C2- 21 B -C2 Northfield Township Illinois American 00 UXI H-83 H -8" A 00 22 -C2 Maine Township 44 'G-47 0 -8 38-C2 MWRD G-46, ASHLEY DR CST' 81 H-8" 2 21 -C2 Niles Northbroo k '0 -AN Y 10, Northfield co Co Northfield Woods Sanitary District Oak Meadows -38 H-69 H- 79 81 0�- H--- Old Willow Utility Company Private X -33 5-C2 (*0 School Districts 34 and 225 G-43- f G-36Y" -G-7 17- 2 if-67 H-71 J, H-77-- 2 Westfield HOA Sanitary Lines -00- Glenview 00 z 00 -73 b a 1 26C-C2 Aqua Illinois Illinois American ICY W LU7 t- CLNiles AREA TO BE � -fl-78 0 NX--_ LJ N� Maine Township MWRD -00- Northbrook 00 No rthfield G-36 3 _2 LINED C2 —EW Northfield Township m00-- Northfield Woods - ----- - ------------------------------ 40-C2 1 15 201 8 24-C2 6-B--C2— Oak Meadows Old Willow -40 - G 39 C2 Private '1Q-35 co School Districts 34 and 225 j Westfield HOA z C) 00 -NO- Unknown EENBA RIA.R G DR Laterals Laterals �'x G -12 Sanitary Lining g �� x 0 31-C2 32 8 33-02 Sanitary Lining (Date in Green) I 3J 1111 )% N E G-49 - - - G GL20 LU �2' 25-C2 0 8 26 8 -C2 �—R 26A-C2 Atlas Grid C=lAtlas Grid G -34 %\ -�q 0 R, N q 2 JIL IL -Now, Municipal Boundary 1:.`�Municipal Boundary Z7 0 Parcels Parcels 'N CO 13 13 1 18 f 18 1 17 17 1 16 1 16 1 15 15 1 14 1 14 1 13 1 13 18 18 1 171 13 13 7 17 16 16 15 15 14 14 13 13 1� 11, 11 Al CO 29-C2- o FAIRLAWN DR 31 6 -2 am 'OG 4 24 24 19 19 20 20 21 21 22 22 23 1 23 24 19 19 20 8 43-C2 00 28-cz— 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 252� G11 1-C2 12 1/1/2001 00 2 12 A 25 25 30 30 29 29 28 28 27 27 26 I-T25 30 30 29 -18 8 "Al 36 36 31 31 32 35 36 36 31 31 32 36 36 31 31 32 32 33 33 34 34 3535331 32 36 10 11 12 2 7 7 8 8 9 0= -AO7=0=- LU 7 7 8 8 10 11 11 12 12 9 9 -rT' TIF 13 18 18 17 -TT-- 13 �N- Cr2 LLI -C 4A C2/ 100 20 400 0 0 -A '14 Feet X '0 2J -C2 N a Printed on: N E August 26, 2019 8 G # -8 G- 8 -G-16 8 0 014-(12 S �N 00, 00 INI G -0 tA 1 67 - IRNRFR MAP 3 I I IMINEEM Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. 31 =- 11 Cleanout 43-B11 Sanitary Manholes Glenview Aqua IL Northfield Township Illinois American Maine Township MWRD Niles 58-B11 8 Northfield Woods Sanitary District Oak Meadows CP5 Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township - MWRD 4-B11 6-B11 - Northfield Northfield Township _ -- - S-5 Northfield Woods Oak Meadows ., Old Willow 23-B11 -Private - _ - t F -- - Z B11 57. 11 T 2 cp Sanitary Lining Sanitary Lining (Date in Green) A 22 too C=lAtlas Grid Municipal Boundary rY 1:.`iMunicipal Boundary Parcels _COJ 13 13 18 1 18 17 17 16 16 15 15 14 14 13 24 24 19 19 20 20 21 21 22 22 23 23 24 24 24 19 19 20 20 21 21 22 22 23 1 23 24 25 25 30 30 29 29 28 28 27 27 26 1 26 25 3 18 18 1171 13 18 18 17 24 19 19 20 24 19 19 20 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 36 36 31 31 32 32 33 33 34 34 35 35 36 36 36 31 31 32 32 33 33 34 34 35 35 36 7 8 8 9 9 10 10 11 11 12 12 7 8 7 8 8 9 9 10 10 11 11 12 12 7 78 13 13 18 18 17 25 30 30 29 36 31 31 32 36 31 31 32 1 8 9 8 9 9 17 16 16 0 100 200 400 Feet N Printed an: August 26, 2019 E S 2 1$9 - 1-B11 11 4A-811 -B 11 10 CET ` R� 10 53-B11 _ c$ 21 811 _B11 _ z _4 -_ 5- 09-B11 13-8 2 00 _ 48-B12 � -- _- - t -_ `- _ 0-B11 $A -B12 0 CP 124311 --_ - -__0 5-B12 - —S -14-B12 ri -1/20 � .. ,: 5-B12 51 14 2 B 6-B A 1 2 51-612 BT2 3 — — 4 . 22-B12 AREA TO BE 0 2D, LINED 1D -B12 f CO 00 p Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. i` "'GleT` ' a ge of is — — — ie 1 Sanitary Mapbook Cleanout Sanitary Manholes Glenview Aqua IL Northfield Township Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles —11111110- Northbrook Northfield Northfield Township Northfield Woods Oak Meadows ., Old Willow -Private School Districts 34 and 225 Westfield HOA —1111111lo- Unknown Laterals Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary rY 1:.`iMunicipal Boundary Parcels Parcels 13 13 18 1 18 17 17 16 16 15 15 14 14 13 24 24 19 19 20 20 21 21 22 22 23 23 24 24 24 19 19 20 20 21 21 22 22 23 1 23 24 25 25 30 30 29 29 28 28 27 27 26 1 26 25 3 18 18 1171 13 18 18 17 24 19 19 20 24 19 19 20 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 36 36 31 31 32 32 33 33 34 34 35 35 36 36 36 31 31 32 32 33 33 34 34 35 35 36 7 8 8 9 9 10 10 11 11 12 12 7 8 7 8 8 9 9 10 10 11 11 12 12 7 78 13 13 18 18 17 25 30 30 29 36 31 31 32 36 31 31 32 1 8 9 8 9 9 17 16 16 0 100 200 400 Feet N Printed an: August 26, 2019 E S 1 PK. C11- T 2Y21 7W15 -SS 'mage of G1 eTnv iew co z ---J7mGREEN11IEVt Z' 0 E 7L -15-Ss- LU 77� 7M -31 -SS S S EX -11 -u-SS*' 14J L' 2 -S M L co z Sanitary Mapbook 7 Cleanout 10 4A19 0 J 7M -38 -SS j LU LU Sanitary Manholes WILLOW RD Glenview 6-21-SS 7M -58 -SS '7RA-CQ-C2Q- Aqua IL Northfield Township X 7L -1 -SS MWRD� Illinois American 4VT 7M -46-SS 7m-,Tss- Maine Township PVT 7M -50 -SS �-7%5' 7 M - 4 9 - S S QQ-7M-47-SS MWRD LU 7M -48 -SS Niles 2- 2 -- 24 7M -13 -SS Northbrook 10, Northfield *7M 16 -ss 0 M -11 -SS Northfield Woods Sanitary District ��M-15-ss 7M -14 -SS BRIAN DR -10-SS 7M 2,� Oak Meadows Old Willow Utility Company Private (§Y71--3-SS 2f -- *UA4 -SS= X 7, L-4-S&�� 7M -58 -SS 2— 7M -57 -SS (*0 School Districts 34 and 225 Westfield HOA Z 4i Q0 Sanitary Lines LU 7M -21 -SS 7M -20 -SS Glenview 7M -45 -SS M -7-SS Aqua Illinois CO) MA13 2 M Illinois American z •X A-1 7M -17 -SS -4M-8-SS (*7M -19 -SS @) Maine Township MWRD LL IN CL -*7L- 7M-6-SSLNiles (g7M-"-S& 2 —11111110- Northbrook 5-A13 8 13 4J Northfield --01-0— Northfield Township NONNI' �-COBBLLEWOOD DR Northfield Woods 14K CY �4,JJM-44-SS 7M -9 -SS 7M -18 -SS 1A] Oak Meadows co -�,P - Old Willow 7M 43 SS 7M -42 -SS -M-§� Private 1 1101111�: 2 - 2 2� School Districts 34 and 225 8 �722 Westfield HOA 9-A13 MILLER DR -A13' - —NO- Unknown Laterals j 7M-2- Laterals co 1 Sanitary Lining (Date in Green) Z 6 -SS Atlas Grid C=Atlas Grid AREA TO BE Municipal Boundary LINED " Municipal Boundary -A13 Parcels D Parcels 13 �1 11 1111 117 17 116 116 115 15 114 114 113 113 11 11 1171 3 19 111 1 17 17 16 16 15 15 14 114 113 113 18 18 17 17L-7-§S=�-� ILL N�■ JL -K N; -23 -SS Vol 7N -28-S — i . z t — -N-25- 7N4-SSZ-A17 7N-29-SS LN 7N-27=ss 1 1 4 z z 1 1 JM -3S 7N 26 SS 1 ..�. -- — �y. 11 _t FH L 44-D 1201- AN Y D1 m � _ —_ 00 46-D1 04 9-D� 7=D1 00 2-D1 3 D 24- 1 _ 3KA IV E CP �2 33 25-D1 29- 1 12 23 D1 - 45-D1 MA KAY — 10-D - '1 - t - -_ 31 oo _3 J1 _ 3 t tt _ 4 6-D1 -= 11 z_ 4 2 cb - J, 16 D1 00 -- 4 -D1 _ CO ;, LLQ T1 1-D1 1 M01 -D1 8MAPL AF DR; = 6-D1 5-D1 — - Y- 47- 8- 205 -D2 DR co 205-D2 206-D2 207-D2 L 1 21l J Q J m PRIVA L a --- Q L L zca 0' 18-A17 8 Cb a 20-A17 ZA �ETN LA � 16-A17 8P 4 -T1 Of `t1D 1 I� Z `^ 43 1 42 4 42.2 2.1 -B-SS T1 AREA TO BE LINED 8P 42.41 A42.5 1W W Ia 8P -6 -SS 8P-5 00 .6 SP Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction 8P -112 -SS BP -13 -SS P -2 -SS 42.7 P-11 SS 00 i`G1 ie T"'e"a ge of — — — envI; 131 Sanitary Mapbook Cleanout U Sanitary Manholes Glenview Aqua IL Northfield Township _ Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles -11111110- Northbrook --� Northfield Northfield Township Northfield Woods Oak Meadows P ., Old Willow Private School Districts 34 and 225 :-: Westfield HOA —1111111lo- Unknown Laterals --- Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary 1:.`:Municipal Boundary Parcels Parcels 13 13 18 111 17 17 16 16 15 15 14 14 13 24 24 19 19 20 20 21 21 22 22 23 1 23 24 24 24 19 19 20 20 21 21 22 22 23 23 24 25 25 30 30 29 29 28 28 27 27 26 26 25 3 18 18 17 13 18 18 17 24 19 19 20 24 19 19 20 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 36 36 31 31 32 32 33 33 34 34 35 35 36 36 36 31 31 32 32 33 33 34 34 35 35 36 7 8 8 9 9 10 10 11 11 12 12 7 7 8 7 8 8 9 9 10 10 11 11 12 12 7 7 8 13 13 18 18 17 25 30 30 29 36 31 31 32 36 31 31 32 8 9 8 9 9 17 16 16 0 200 400 Feet N Printed on: August 26, 2019 E S Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. of liewG1 eT"'en'vv Sanitary Mapbook Cleanout Sanitary Manholes @) Glenview Aqua IL o= Northfield Township own s p Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles —11111110- Northbrook Northfield Northfield Township Northfield Woods Oak Meadows Old Willow -Private School Districts 34 and 225 Westfield HOA Unknown Lateral s Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary 1:.`iMunicipal Boundary Parcels Parcels 13 18 18 1 17 17 16 16 1 15 15 14 14 13 3 18 18 17 13 13 18 18 17 17 16 16 15 15 14 14 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 7 8 8 9 9 10 10 11 11 12 7 7 8 8 9 7 8 8 9 9 10 10 11 11 12 - 7 7 8 8 9 9 13 13 18 18 17 17 16 16 0 100 200 400 Feet N Printed an: E August 26, 2019 S f - - — 148155-B9 ME 462-B9 UJ5' -- 5 0 4-B9 _ - - ; 1 72-B9 1 12 ; C91 12 12 68-B9 15- 15 5 15� 1$ - 1$ 00 Z J _ -� `' 94-69 - . - i 4, $ z 00 2,121 f ,, !1 83 LN- $-B9 ,. , _ -_ RWEItf0 — _ — - 00 - _ d - _% f _ - _ t 82-B9 0141 11-112- 1 4-B9` _-19=B9 _18=6`b107` = 06 - - Q _ ti 9 - _ 2'_ -t c — _` 117 B9� = 108-' S-69 Q 213-B9� T RD — 1— _ 11-B9 $ 10-89 PICK LN $ > M/ 0 <_ — . — 799AREA TO BE �— $ $ 103-B9s $ 1 - $ - $ - 6 imm 1 1-R 8 B9 = J Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. of liewG1 eT"'en'vv Sanitary Mapbook Cleanout Sanitary Manholes @) Glenview Aqua IL o= Northfield Township own s p Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles —11111110- Northbrook Northfield Northfield Township Northfield Woods Oak Meadows Old Willow -Private School Districts 34 and 225 Westfield HOA Unknown Lateral s Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary 1:.`iMunicipal Boundary Parcels Parcels 13 18 18 1 17 17 16 16 1 15 15 14 14 13 3 18 18 17 13 13 18 18 17 17 16 16 15 15 14 14 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 7 8 8 9 9 10 10 11 11 12 7 7 8 8 9 7 8 8 9 9 10 10 11 11 12 - 7 7 8 8 9 9 13 13 18 18 17 17 16 16 0 100 200 400 Feet N Printed an: E August 26, 2019 S ME UJ5' -- 5 0 4-B9 _ 183. 1 _ t= J _ -� `' 94-69 - . - i 4, $ z $ - _ u __ _- _- - �_ -- _ - ,, !1 83 1 N- 15 -Ci $-B9 ,. , _ -_ RWEItf0 — _ — - 00 - _ d Q _ -_ Bg -- 1- _ _ 8B -B - — - - 85- - - , 16-c1 105-B9 $ �— $ $ 103-B9s $ 1 - $ - $ 100-B9 $ 986-89 99-B9 $ $ � _ 4 - -- — _ - - _ t c 1 1-R 8 B9 = _ _ z 1 _ _ - _ - -69 1_ �i9 op __— 86 9 1-22 9 ,_ . 32-G2 , ,..,, 613-33 — B13-3 30-G2 8-G2 - 29-G2 - - -- = - 29-G -- 9-B9 r t v 3-� _ 613 36 1313-34 _ � HARRISON ST 31 G2 tti — _ - _ J= -B9 � - ■ - 00 J - x125 - N D7 30 X B43-39 �� _ - 18919 ' J J W 1 m . , r 123-89 - ..: w z v z .... -UJLL 00 B93_5 - r.00_ - Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. of liewG1 eT"'en'vv Sanitary Mapbook Cleanout Sanitary Manholes @) Glenview Aqua IL o= Northfield Township own s p Illinois American Maine Township MWRD Niles Northbrook 1 Northfield Northfield Woods Sanitary District Oak Meadows Old Willow Utility Company Private School Districts 34 and 225 Westfield HOA Sanitary Lines Glenview Aqua Illinois _ Illinois American Maine Township MWRD Niles —11111110- Northbrook Northfield Northfield Township Northfield Woods Oak Meadows Old Willow -Private School Districts 34 and 225 Westfield HOA Unknown Lateral s Laterals Sanitary Lining Sanitary Lining (Date in Green) Atlas Grid C=lAtlas Grid Municipal Boundary 1:.`iMunicipal Boundary Parcels Parcels 13 18 18 1 17 17 16 16 1 15 15 14 14 13 3 18 18 17 13 13 18 18 17 17 16 16 15 15 14 14 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 7 8 8 9 9 10 10 11 11 12 7 7 8 8 9 7 8 8 9 9 10 10 11 11 12 - 7 7 8 8 9 9 13 13 18 18 17 17 16 16 0 100 200 400 Feet N Printed an: E August 26, 2019 S Glenv-MeNIfflag-of 0 lew Storm Mapbook 9C AOutfalls Cleanout 0 Cleanout Catch Basins Glenview Glenview Park District Cook County DOT Maim. Township 40 miles 0 Northfield Township 6) School District 34 -225 @ Private Fitting Points AFlared End Section I* Reducer In lots 0 Glenview ® Glenview Park District Cook County IDOT Maims Township Niles Northfield Township School District 34 -225 Priviat, Storm Manholes Glenview Glenview Park District "Tt Cook County IDOT Maine Township Niles ONorthfield Township School District 34 cr225 „Private Retention Structures Headwall EJ -4 F— RetentionArea Storm Lines Gleno iew �Glanviaw Park District — IDOT —Cook County Northfield Township —Maine Township —School District 34 or 225 — Private Laterals —Laterals Storm Lining Storm Lined (Date in Green) Atlas Grid Vulas Grid m.Pal Boundary U,'jkmni.ipal Boundary Parcels -Pareels =j Hydrology 1� I 1R 1 16 1 it It I 1b I In I 1b 1 15 14 1 14 1 13 13 1A 18 171 13 13 1 113 1 111 11 11 11 11 11 11 14 1 11 1 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 29 25 21 313 30 2929 211 213 27 27 26 26 25 5" 30 30 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 36 11 31 11 32 12 33 33 34 341 - 1 35 1 36 36 1 31 1 31 32 8 9 9 10 10 11 11 12 12 7 7 6 8 9 in 8 9 9 10 10 11 11 12 12 7 7 8 8 9 9 to 0 100 200 400 1 Feet A Printed on: W E July 10, 2019 S MAP # 8 9C Ad Q_ ME_ JI --s vvt ■ 10C j �ERRD 4W. M Z 1OD-271 10- IN til NMEEMEEME OMNI= MINNINNIMIN NOMMININI I= 9D-209 & 9C-2 12 9C-6 913 208 C14 9 J UW F&Y -LSV 9C Is 9D I 0 9C-7- f 2 0 9C -10 410& IDLAWI RD C-5 Z AREA TO BE LINED f 9cl 9C a J U9 -01 Z' N J 8D 1 L_ 8C7 Z 8C-25 8CM 8c - SC -10 8C 44 1P Glenv-MeNIfflag-of 0 lew Storm Mapbook 9C AOutfalls Cleanout 0 Cleanout Catch Basins Glenview Glenview Park District Cook County DOT Maim. Township 40 miles 0 Northfield Township 6) School District 34 -225 @ Private Fitting Points AFlared End Section I* Reducer In lots 0 Glenview ® Glenview Park District Cook County IDOT Maims Township Niles Northfield Township School District 34 -225 Priviat, Storm Manholes Glenview Glenview Park District "Tt Cook County IDOT Maine Township Niles ONorthfield Township School District 34 cr225 „Private Retention Structures Headwall EJ -4 F— RetentionArea Storm Lines Gleno iew �Glanviaw Park District — IDOT —Cook County Northfield Township —Maine Township —School District 34 or 225 — Private Laterals —Laterals Storm Lining Storm Lined (Date in Green) Atlas Grid Vulas Grid m.Pal Boundary U,'jkmni.ipal Boundary Parcels -Pareels =j Hydrology 1� I 1R 1 16 1 it It I 1b I In I 1b 1 15 14 1 14 1 13 13 1A 18 171 13 13 1 113 1 111 11 11 11 11 11 11 14 1 11 1 13 13 18 18 17 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 24 24 19 19 20 20 21 21 22 22 23 23 24 24 19 19 20 25 25 30 30 29 29 28 28 27 27 26 26 25 25 30 30 29 29 25 21 313 30 2929 211 213 27 27 26 26 25 5" 30 30 36 36 31 31 32 32 33 33 34 34 35 35 36 36 31 31 32 36 11 31 11 32 12 33 33 34 341 - 1 35 1 36 36 1 31 1 31 32 8 9 9 10 10 11 11 12 12 7 7 6 8 9 in 8 9 9 10 10 11 11 12 12 7 7 8 8 9 9 to 0 100 200 400 1 Feet A Printed on: W E July 10, 2019 S MAP # 8 9C ,0-Me Vfflage of a , -Glenview Storm Mapbook Outfalls Cleanout IM Cleanout Glenview Glenview Park District Cook County IDOT Maine Township Niles Northfield Township School District 34 or225 Private Flared End Section - Reducer Glenview ® Glenview Park District ® Cook County ® IDOT ® Maine Township Niles Northfield Township School District 34 or225 ® Private M Maine Township Niles ONorthfield Township 3� School District 34 or225 Private Retention Structures -Headwall Retention Area 95 380 Feet Printed on: W E July 10, 2019 Disclaimer: This Map Book contains information for the exclusive use of the Village of Glenview and may contain information that is proprietary, privileged, confidential, and/or exempt from disclosure under applicable law. You are hereby notified that any viewing, copying, disclosure, or distribution of this information may be subject to legal restriction or sanction. Village of Glenview 2020 Sewer Lining Contraci Sanitary Sewer Linine Street Name ma location 8" Easement 10, 12 21" 24 Sanitaa Service Reinstatements Hea _cleaning Protruding Tap HUNTER RD (MAP #1} 10-A5 to 11-A5 283 4 11-A5 to 33-A5 125 4 11-A5 to 12-A5 165 2 12-A5 to 13-A5 155 4 13-A5 to 14-A5 I- 281 8 14-A5 to 17-A5 35 t HUNTER AT FERNDALE (MAP #1J_ 14-A5 to 15-A5 175 CHURCH ST 210-133 to 173-133 484 15 GREENBRIAR DR (MAP #3 32-C2 to 33-C2 343 7 39-C2 to 40-C2 269 6 32-C2 to 397C2 277 4 31-C2 to 32-C2 183 5 30-02 to 31-C2 168 2 145-C2 to 30-C2 93 LONGVALLEY W of WOODLAND (MAP #4) 4-1312 to 5-812 238 1 4 4-1312 to 3-1312 268 3 3-1312 to 2-1312 257 2 1-1312 to 2-1312 137 WESTFIELD LN (MAP#S) ,7-A13 to 8-A13 291 9 MIL ---- - . ................ .. 9-A13 to 10-A13 117 2 NOTE: USE LOW PRESSURE WHEN CLEANING 6-A13 to 9-A13 337 4 NOTE: USE LOW PRESSURE WHEN CLEANING 6-A13 to 7-A13 277 4 5-A13 to 6-A13 1 192 0 -NOTE: USE LOW PRESSURE WHEN CLEANING PEBBLEFORD LIN (MAP #6) -------------- 1 -Dl to 41 -DI 341 8 I-DI to 2 -DI 210 3 -------- COVERT RD (MAP #7) 116-139 to 117-139 300 5 RM and Cleaning only Heavy Cleaning 1000 8" (easement) sit loll 1211 21" 2491 Sanitary Service Reinstatements Heavy Cleaning Protruding Tap Total LF of Sanitary Lining 350 4547 884 210 0 0 108 1000 0 Street Name mai I tion 8" Easement 8" loll 1 12 21" 2411 Sanitary Service Reinstatements Head cleaning Protrudiniz Tap Street Name j map location 1 8" (easement) 81, 1011 Storm Sewer UnMg 1 121t I 21" (easement) 24" Sanitary Service Reinstatements Heavy Cleaning Protruding Tap DeVogier Dr. (MAP# 8 ,9C-9 to 9C-01 288 HARMS RD (MAP # 9) 78-1 to 7C-31C 133 7C-31C to 7C-318 I 7C-318 to 7C-31A 131 80 17C -31A to 7C-31 sa 8" (easement) 8 1011 1211 21 24" Sanitary Service Reinstatements Heavy Cleaning Protruding Tap 'Total LF of Storm Lining 0.00 0.00 394.00 0.00 288.00 0.00 0.00 0.00 0.00 Total Uning, 'uantities 8" (easement) 811 10" 121, 21-1 2411 Sanitary Service Reinstatements Heavy Cleaning Protruding Tap ro, Tot Totals for Storm and Sanitary 350 4,547 1.278 1 210 288 0 108 ---------- 11000 0 Page 2 VILLAGE OF MOUNT PROSPECT SEWER MAINS TO BE LINED 2020 CENTRAL RD U.1 co co D m CAMP MCDONALD RD EUCLID AV KENSINGTON RD GOLF RD (RT 58) J O SEMINOLE LN N W+E S SEWER MAINS TO BE LINED 2020 M 00 DEMPSTER ST 0 I— �� cn GO 6y 16 rs2� V*4 rl� �0 w co AKTON ST MAP INFO AS OF FEBRUARY 2020 Printed by JJP/PW F:\NNN2020SEWER-TOBELINED.mxd 2020 CIPP — MAP 1 r 708 r r r r r r r - 1100 709 14S01 8 8 d' 12 2413-CS33 24S-CS32 12 30 12 1.8 12 231304 8 131315 W LONNQUIST 1802 18 � 24S-CS30 BLV 'qw24S-CS36 24S-CS34 24S-CS38 24S-CS1 -- � ° M 800 800 ~ 801 M r c� N Lo MMo N N OO N r 800 N r 0 r 802 m O N r N r N r r N r N r r r r CNr Q3 802 w8Q2 803 2413-CS31 $Q5 804 804 N N o T 0o co - � � N o o �QA 806 805 cy o co O d. N 0 � 8 Q� sob 23S06 ROBIN LN 24_ 4 8 SCS 3 12 24S-CS4 � � 806 � 809 sos sos 23507 5 24S-CS6 15 811 s10 810 809 M N r N °' '` 24S-CS7 N r r N r Nv, r N N N O ti O 813 812 81200 811 N O C14815 814 814 814 813 C*4 T N C14 C14 � 00 cc T - N 0 00 816 _oro 817 816 N tN N O N cv CD 231309 8 24S-CS39IMF1 24S -CS 10 5 15 818 819 818 w SUNSE RD 900 ►2313 10 18 24S-CS13 18 90CN1N r N C) I,.-24S-CS11 24S=C_S14 902 ---------- — r r r r r M r N r r -N O ~ N o M r 900 > 901 900 00 903 !' N N a 904N N N N N CN 0p r' CO r 902 J LU L0 903 902 906 905 r r r � N r �- � O co N O w � a r 905 904 23S 11 g 23S 12 12 CV O N � N � 904 � 908 qovENAC GRE RES LN 2 1 907 906 24S-CS40A _ 24S CS18 12 910 909 M CN r � M 24S -CS 1'9 24S-CS20 909 os 9 912 r N V- N N V- o 0 C14 C14 o M 910 o c 911 910 N eN— N 914 911 N N N N oo co r 912 913 912 —23S13 GLENN r r N r N �- N r N r r O 00 N r 1 231 ON r CNN %" N c c 915 914 8 231315 � CN CN 914 2313 14 12 24S-CS24 917 916 - 24S CS41 12 24S-CS25 12 24S-CS26 N r W N N r 919 918 m o r N r 1 Lo N r M r NN r r O ti Lo 00 r 921 920 10 GOLF r r N N O M r r � N N 922 �+ 24,7-CS28 23S22 FRONTAGE RD S RD 231323 r r 923 922 o w Go LF o '� o ch � W 1 001 RD GOLF RD W GOLF RD p0 O 00 CD N 1003 �p r o coy o cv o ,� Lo 2413031001 241301 8 � o0 � 0 r I 1000 r ��4 00 ao co 0 _ 1005 � 241302 _ I February 2020 N wE Printed by JJP/PW ® SEWER MANHOLE ►--� SEWER MAIN CIPP F:\111CIPP2020.mxd s 2020 CIPP — MAP 2 coo j 15S -CS 2 502 518 � 00 0 601 w 15S-CS18 W SHA 130H IE TRL 600 603 504 15S-CS17 00 0 600 601 602 00 506 c o 605 603 1"5S-CS24 50f 61 604 600 co 15S-CS22 15S-CS23 607 51 � aaWa 605 604 605 606 — o0 609 a 15S-CS50 607 b,,m 15S-CS26 0 0o 15S-CS25 611 608 r' 609 608 00 615 15S-CS28 0o 615 610 L 611 610 T" 21 Zy 15S-CS65MWRD 15S-CS31 15S-CS73MWRDo 0 15SMWRD01 oowo L 15S-CS74MWa0 W COUNCIL TR 15S-CS30 15S_ CS29 j co 00T" 54 8 154w _^ 15S-CS64 0 15S-CS55MWRD . 15 S 1,55.7 5 M W R D .�� 15S-CS34'0 15S-CS61.MWRDw w .. .. .. .. .. .. .. .. .. .. .w 15S-CS60MWRDW�W—_,_. N �W AM 15S-CS36 �co 15S-CS58MWRD 700 `� `'' 1,5S=CS57MWRD 42 a 700 co Z 701 15S-CS59 c cv 700 ► 702 � � �� q 703 702 15S-CS71 15S_ CS38 �q W 40 N 701 r�'t � � 706 705 704 Ips 702 16S-CS60 15S=CS37 oM 707 706 707 704 703 co 708 1'5S ;CS49 15S-CS40 co 709 708 a 709 706 705 710 a 711 708 707 701 711 710 � j a N Z710 709 711 19 714 713 712 Lo 713 15S-CS41 15S-CS42 716 CD O N O O O 04 C 727 to qe N o oo to 0 0 o N co co to to CD ti ti 718 00 °o °o °o co, 1'5S-CS44 12 25.S-CS39 15S-CS48 36 25S-CS47 25S-CS48 12 12 30 30 12 12 W LON1-1 NQUIST BLV CS69 15S-CS56 15S-CS45 25S-CS59 15S- 25S-CS58 N a 25S -CS 4 "� c O o 800 801 800 801 M r 0 co 801 0 o Z co 803 802 803 _ N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\111CIPP2020.mxd s 2020 CIPP — MAP 3 - O O 803 25S1-CS7 j 802 255-CS50 26S-CS5 801 00 805 25S-CS8 j 803 802 804 N � 803 804 807 806 805 806 N 805 r 809 808 25S-CS52 0 0 0 0 810 807 811 25SCS11 26S-C�S7 Lo U) "' 26S-=CS8 - 810 N26S-CS 12 $ 809 813 15 812 25S-CS53 N co 815 N �r 26S -CS 11 �s CD NN 814 � ^6S-CS43 18 24 25S-CS56 24 21 2� 603 ^�O 2�6S-CS14 27 817 25S -CS 13 I CD _ ; j, _ I 26S=CS46 C%4 o 25S CS5, 0•r�S CS13 0 ~ 25S-CS46 15 25��CS5400 �I_ x•,55-CS48 _ __ _ a 901 819 21 2 22,7 C,j�- 1,8_ - 30 26S-C_S4,7 _ _ $_5 20,E _ 25S-CS2�2 � 25S CS19 25S-CS21 25S CS57 26S-CS20 W SUNSET RD 901 26S-CS50 26S-CS21 = 903 M r N 903 900 N Lo o CD 905 901 0 � `n 25S-CS23 26S-CS22 26S-CS23 903 905 907 Lo N 902 905 902 907 902 N 903 r Lo 904 26S-CS26 1 909_ _ 904 r' 909 I 905 26S-CS27 907 25S-CS27 n 904 906 911 vs- 911909 906 N r 26S-CS51 906 `o 255-CS28 8 25S-CS45 > 907 913 a 911 908 25S-CS44 j A909 908 913 910 0o a 26S-CS30 915 a 911 910 915 912 co `� 25S-CS43 913 917 r- r �-• 913 912 917 914 � co 919 25S=CS31 0 26S-CS33 26S_ CS52 919 916 I 915 2'5S-GS42 N N co w Iq N o Ln 921 921 o 0 0 0 o r M U) Lo Lo Lo Lo N o 25S-CS41 923 CD Q- �` 8 �` °p [25�S=CS40 26S-CS36 15 26S CS38 15 25518 12 25S-CS36 26S-CS35 26S-CS37 26S-CS59 COW GOLF RD 2Fc16 26504 25503 10 12 �S _ 15 10 5SO4"12 ryr' 26SHLS01 25505 2651�i.� 0o 26S15 v' inn I eI o N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0- * SEWER MAIN CIPP F:\111CIPP2020.mxd s 2020 CIPP — MAP 4 713 712 116S- N r 26S-CS6912 26S-CS56 26S-CS67 12 12 12 IN - 12 12 -CS70 26S-CS55 26S-CS3 26S �S 18 `a 2-6S7CS14 wm m J F 7' ant February 2020 Printed by JJP/PW F:\111CIPP2020.mxd $00 26S-CS4 cn' 26S-CS15 18 W SUNSET R �CO 26S-CS16 24 27 26S-CS53 co ann � 901 � � SEWER MANHOLE �► SEWER MAIN CIPP N T" N N N W + E s 714 csas 716 718 co CD t0 M CD 16S=CS5 M M 72O N r 26S-CS6912 26S-CS56 26S-CS67 12 12 12 IN - 12 12 -CS70 26S-CS55 26S-CS3 26S �S 18 `a 2-6S7CS14 wm m J F 7' ant February 2020 Printed by JJP/PW F:\111CIPP2020.mxd $00 26S-CS4 cn' 26S-CS15 18 W SUNSET R �CO 26S-CS16 24 27 26S-CS53 co ann � 901 � � SEWER MANHOLE �► SEWER MAIN CIPP N T" N N N W + E s 2020 CIPP - MAP 5 � r � O '7 M 805 800 26S-CS4 0 0 0 o O 802 N N N N N 804 r 27504 r r r r 802 -pr 8 806 26S- 10 c Lo o N o N r c o r r 0 r 0 804 0 0 0 0 c 0 N T" r �- r r r r r 00 O N 804 r 27504 8 27505 ORCHARD PL 8 27506 -pr 8 806 26S- 10 c Lo o N o N r c o r r 0 r 0 0 M 815 N N T" r �- C7 ►` p r 808 N ►27509 r 817 1 810 co j 0 > r 0 r 0 r 0 r c r TOM o 00 cfl N 819 , ��-' � 26S -CS 19 27531 N 0 24 coN N �O �' 27512 10 W SUNSET RD 10 27S14 10 26S-CS57 N 27S301-1 �� 27S-13 900 Irl Cb 8 27S11 Lo M 27S 10 )O Or Q r O r r O Lo r MTOM 902 00 `9 � 26S-CS25 0 N 0 N 904 � = 27516 �O 903 c a, h 900 00 c °p � a° A 903 �0 �� q 906 W 27532 902 905 902 1 N 27518 Z 26S-CS29 r 905 904 907 904 907 A 908 904 0M -27S-17 27S 19 z 907 906 90g 906 909 906 0 v 910 N T" co 908 g11 908 z 911 911 908 912 W o 26S-CS32-- - -- 910 27521 o g13 910 0 913 910 1-. 914 913 N 912 � 914 915 r 0 912 c 916 r 915 � 00 914 27523 27524 g 8 _ 27S26 917 OWER DR 27525 918 26S- S58 919 g#\ro N r 2752,2 �� o N N w co M N M 920 N is O O� cn O (n O O O 26S-GS42 N 15 265-CS41 W GOLF RD N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--�� SEWER MAIN CIPP F:\111CIPP2020.mxd s 2020 CIPP - MAP 6 175"18 8100 r 17S17 W HIAWATHA TRI. 17S19706 706 M 802 co 707 804 903 °�%' L M r 708 Z 713 r r O ti o M r co 709 010 V 18S 30 co 710 to 715 � co o � 711 r 717 712 N 0 � N O r r r o w I N 17927 100 0 17924 713 714 8 1 8 8S 36 O r o 719 r N lqw V,17925 904 18S37 8 W LONNQUIST BLV 28501 10 0 0 1 E LONNQUIST BLV 27920 912 28S02 r r O M 802 0o 804 903 c Z 901 a N Von0 O O O to qe co 905 N 8 27906 ORCHARD PL 8 M 0 O r O ~ O M 100 r i TOM0 I TOM� I Tm O I co �I � I N 00 10,E 10 W SUNSET RD 27S'1'3 M 27S 03 W 801 i- r800 c o Z r R 803 802 803 2 c 805 804 z 805 28S31 0 OAC 807 806 807 W 809 808809 27S 07 0 r 811 810 811 813 812 813 27908 28905 815 N d' Cfl o O F CD r � 817 10 10 28S30 10 28909 8 7S1 27S-1"5 O r r OO r O M r r M O ti d7 r r 0o 903 c Z 901 902 0 oh 900 co 905 903 0 27918 902 � 904 28913 907 907 0 0 1 905 27920 912 pp ,moo p Z 904 27S19 A909 W907 909 1 �� 28923 � 0 906 00 909 p� X/ 00 911 %9 p �6, 27529 908 %g,, ZZ February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd 800 802 804 806 808 810 812 814 900 902 904 906 908 910 N W + E s S� 503 505 507 509 511 IIra gr 1�.3-CS73MWRD 709 2020 CIPP — MAP 7 SO I � 505 508 510 17S'-CS33 � N 1 511 CIq5 -16S-CS25' 507 510C%4 Irl 514 504 i --R;1 509 512 �� 513 16SC.�C�S54 5 506 a N 508 510 512 514 d. N j 511 514 � 16S-CS2 513 516 16S-CS28 515 0 v Cq 516 518 16S=CS31 N r Ln 16S-CS72MWRD m k 16S-CS74MWRD 16S-CS35 16S -C'S 34 wo Q`v c � y 4Q' Q� X, N r 16S-CS65 12 '-16S-CS42 12 16S-CS66 yid GLos o �qG February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd N 515 0 5 518 N 519 520 r 16S-CS70 N 522 17S-CS35 16S-CS56 16S-CS68 N N ►� o 16S-CS71 MWRD m 16S-CS76MWRD 15 Lo 16S8.5MWRC� , 7S-CS37 16S84MWRD Lo 1 7 �h 6S- CS 5 MWRn 15 .� �16S=CS84MWRD 16S-CS53 12 - 7 17S-CS43\ 1 6S C.S3 N 600 16S=CS36 w o c,0 w 602 16S-CS57 s 604 17S-CS42 606 o� 608 0 r M M 610 "�' 16S-CS38 8 16S-CS39 17S-CS41 04j W HIAWATHA TRL 16S -C S 82 �G 0 700 r, M 16S-CS43 N 16S=CS47 N r 16S-CS48 N • SEWER MANHOLE 0-I* SEWER MAIN CIPP 700 N 702 704 16S-CS44 �— 706 N r 708 710 16S-CS49 17S-CS40 712 714 N o r r 716 718 N W + E S 2020 CIPP - MAP 8 )1 300 301301 300 1f2 302 13 302 7S=CS52 � 303 Lo 303 302 303 302 303 5 304 r 305 304 co 305 304 r 304 _305 8S-CS84 7 306 r 305 -- 1 306 307 7S -C S 5 3 307 306 307 306 307 t 1 308 1 � 309 308 309 308 7S-CS55 309 308 309 3 310 311 310 7S-CS54 311 310 � 311 310 8S-CS196 313 3 312 �n 313 312 313 �N 313 312 Lo 5 314 r 314 312 12 314 r 315 317 0 315 �� t�S-CS56 315 316 317 7 316 7S-CS57 316 r 317 �7S-CS58 317 318 8S=CS1�14 319 921 318 4)) _ _ �y� 7S-CS59 319 318 319 IN 319 320 o, r 321 �S-CS-6-0 17S CS4 15 24 s ELnnHURST RD 17S- S6 24 E LINCOLN ST 24 24 8S-CS1.Os0� 33 �'�4 18S -CS 1 �17S-CS5 401 400 401 17S-CS7 400 17S-CS8 401 400 18S-CS9 �y N r 403 402 403 402 r 401 SWM H 113 g 405 404 405 404 403 405 402 403 r 3 17S-CS10 407 406 407 406 17S=CS1'2 N 405 SWM H 114 407 404 404 N 9 r 4 408 409 408 N 409 407 1 408 411 410 411410 r 411 408 409 r 41017S- S14 413 412 17S -C;S 15 412 413 410 18S4C�S10 g 17S -CS 16 412 N 415 414 N 415 r 414 N 415 412 413 3 j 416 416 417416 r 417 414 415 u 7 a 17S-CS18 418 17S-CJS19 418 419 416 417 9 418 1-7S-CS20 N 3 N 421 420 421 420 421 418 419 5 420 r r r 1 423 422 N 422 `V 18S-CS11 420 c 17S-CS22 W SHA BONEE TRL 17S-CS23 17S-CS24 10 E SHA BONEE TRL 24 501 500 501 o N 18S -CS 5 r 501 r 500 503 502 503 17S=CS26 502 17S =CS 27 502 503 504 501 504 505 504 505 504 17S-CS28 505 506 N 507 506 16 N 507506 507 506 507 508 509 508 r 508 N r 509 18S_ CS7 509 510 17S=CS34 511 5121 1 511 510 510 511 1 -7S -CS 3 1 511 � 511 512 514 17S-CS' 7S-CS' Z 513 17S01 513 512 N 513 514 O 515 513 514 r 515 516 17S-CS44 � N W J 515 516 I 515 516 F W 517 515 516 517 518 J — � 17S 04 - - 17S=CS36 17S02 520 517 518 H. 517 518 519 517 518 519 522 o 525 z, 519 18S-CS8 W z 17S03 � 520 � y o 522 523 e o W COUNCIL TRL 17S05 r E COUNCIL 1'8S'04-4 TRL N 600 601 o 0 r 601 600 601 600 1 RS 03 �r I an I February 2020 N wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd s 05S20 1 3 5 17 )9 1 13 15 17 L� 411 February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 18 20 22 N r 2020 CIPP - MAP 9 6S-CS21 W BUSSE AV 102 100 102 21 20 107 cszs 109 108 0 22 Lo 112 6S-CS21 W BUSSE AV 102 100 102 CN lv� 104 107 cszs 109 108 106 110 113 112 115 S30- 117 ss 116 108 118 121 120 123 a 110 121 N O w 112 114 6 V 116 118 120 lr� 122 101 103 100 102 105 104 6S -CS' 106 107 cszs 109 108 111 110 113 112 115 S30- 117 114 116 119 118 121 120 123 122 7 21 � N T 23 2 . 6S-CS22 tN 6S N r 101 200 103 0 105 204 107 206 109 211 111 113 115 •C537 117 119 121 N O a 6S-CS34 � 24 W EVERGREEN AV 6S-CS35 N 6S-CS38 �' 6S -C-S.39 200 202 204 206 6S-� 2OS N Ir, MAI 201 200 203 202 205 204 207 csai 209 206 208 211 210 201 203 205 207 6S-CS42 209 N r 211 • SEWER MANHOLE 0 -- SEWER SEWER MAIN CIPP 21 N W + E s 2020 CIPP - MAP 10 113 112 111 110 109 108 107 106 105 104 102 103 101 100 113 111 N T11 109 41 107 3 N -C -S-24 105 N 103 r 101 N-CS2715 15 15 3N-CS28 12 1,5_ s A 3N-CS31 21 20 4-cs 17 17 O 18 15 d'N 13 11 3N -C, Oo 16 11 14 9 10 7 O 8 5 6 :S38 p O O N N N O N O r r r r N 3N-CS32 O co 17 O pp 15 d'N 15 11 3N -C, Oo 9 N r 7 r 5 3N-CS39 O 3 A O p oc O C O co � Z r O r r r 18 LN-t��L1 18 3N-CS41 18 3N-CS42 18 3N-CS43 15 ® 3S-CS41 W CENTRAL RD N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd S O co CO O pp Co d'N p Oo CO d r O O O O O O O p O O C M M M M co) m N N N N N Vm N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd S co r 23 hl P AAKInc wN \oR� y�Fsr 04N 07 7-4- 8 04N08 0 04N09 roo 8 04N14 0 0 00 co 0 ti � Z 0o J a a W CENTRAL RD W CENTRAL RD 5S-CS1h.� 12 12 12 5S-CS2 12 5S-CS3 12 1 8 05501 WHITEGATE DR R iCS Z J F Lo qqT v 05502 R WHITEGATE CT P, LO a� � � rn � rn - F- 00 749 1� ti 5S=CS8-5S- O r O O O 8 05501 WHITEGATE DR R iCS Z J F Lo qqT v 05502 R WHITEGATE CT P, LO a� � � rn � rn - F- 00 749 1� ti Lo ti M ti r ti February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd 9 X05 co N W + E s hl 8--- 6S-CS1 a 6S-GS7.3 A C O w e � a L 6S-CS8 ALLEY 2020 CIPP - MAP 12 IN . • t. hq� mum U a 0 z a � aL 5N-CS48 Ujd N d' 5N-CS51 c„ wNo � �ryw4 ,s sr, 6S -CS 56 ;S9 9 co l F � 6S.I 13 12 10 14 CS15 17 FCN Irl 12 18 14 20 6S-� 76 18 20 2020 CIPP - MAP 12 IN . • t. hq� mum U a 0 z a � aL 5N-CS48 Ujd N d' 5N-CS51 c„ wNo � �ryw4 ,s sr, 6S -CS 56 ;S9 9 1 ss-cs 8 71 10 13 12 15 14 CS15 17 16 19 18 21 20 ENTRAL--RD � 6S CS6_\ a fJN J 10 � �h 5N-CS49 12 5N-S50 N 41 18 5N-CS60 5N-CS53 5N-CS54 0 cfl 6S-CS74 (01i 6S-CS72 6ss.csl1y 72 1� 6S=GS12 N O'� vllw 15 6S-CS16 17 16 N 19 18 21 20 February 2020 Printed by JJP/PW • SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd N W + E s II CD O r N 12 � 11 .O.W,AL-N,U.T—Sl 5 N -C S 50 9 10 r N O a O CD W N � � M 0 oc 15 5N-CS54 18 5N-CS60 6S-CS74 coo 2020 CIPP - MAP 13 a cn W Z 6N-CS42 0 v 4-CS41 W CENTRAL RD 6N-CS43 j 6S-CS3 7S-CS1 N r T 6S-CS4 O \ M N 6S-CS7 18 FY 7S-CS9 �l 6S-CS77 a O � co °C r � _ oRr W 4*4 6S-CS13 �Y 7S -CS I ' 7S-CS11 o ALLEY 16 6S-CS17 �N cr 4V 7? 6S -CS �y? 21 6N=CS44 21 Ab - 18 M C N � O � 6 ?� ti 7S-CS92 7 S -CS 13A co 7S-CS1,S'4 0 7;'cy' iS93 7S-CS91 J��7S-CS70� S-CS90 A N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd s 2020 CIPP - MAP 14 INI"'% ►._ ---- vWVIVII vWMH00 N 105 q<< 107 17 108 109 111 110 113 112 115 114 117 116 119 118 121 120 123 122 M N 200 203 202 205 204 207 206 209 208 211 210 CN r 7S-CS26 W z 7S-CS3 N r 7S rCS35 N r 7S-CS38 W EVERGREEN AV N r 7S-( N T" vr�nnvvv 1Z 7S-GS22 � SWMH009� WMH004 SWMH005 SWMH 00 3 7S-CS39 10 H t� W J J Lo r 204 7S. 206 Lo 208 r 210 7S=CS43 Ln AI A 1 r 7S-CS2 � =CS34\ 15 7S-CS40 N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd I s v N 315-321 CN' 0 N 0 IromN I N N N 2020 CIPP - MAP 15 203-205 202 223-225 0o 0 Iq o r 7S 208 216 218 N C14 4e C4 S81 0 �0 v U) U) 8S-C9S-CS24 FN °Rr � s r ti 00 Lo 9S -C qq N z W 0 P19S-C 203 207-209 205 204 207 211-213 0 20$ 0 x � 215-217 213 212 m 214 217 216 219-221 223-225 0o 0 Iq o r 7S 208 216 218 N C14 4e C4 S81 0 �0 v U) U) 8S-C9S-CS24 FN °Rr � s r ti 00 Lo 9S -C qq N z W 0 P19S-C 203 202 205 204 207 206 530 209 20$ 211 210 213 212 215 214 217 216 219 218 S31 221 220 222 E MILBURN" "*,0 AF qV 9S-CS34 320co \ sAFc Lo � r4 CD <<FY TOM r CD February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd Tm 9S-CS22 N W + E s 2020 CIPP - MAP 16 iso 75A 16 15B N r 20 N a5 19 18 N 21 22 Lo 10 0 27 8S-CS14 27 SWM HO10 27 E BUSSE All JL� - M, - B's-CS13 8S-CS15 101 o o� o o 90 100 8S-CS126 105-113 102 8S-CS125 104 106 Z 108 N 110 W LLI CD to N ■ cc 12 8S-CS119 8S-CS20 N O � M O 41T c0 8S-CS121 8 113 j O 7S-CS69 Lo O W W 8S Nq s23 11 11; 117 c� O 7S-CS33 O 119 ' 00 O �? an 8S -C- 10o 121 8S-CS12� 8 8S-CS124 T,q 8S-CS62 8S-CS68_ 716 � 22 10 08523 103 105 1 107 109 I 111 113 N Ir 115 8S -CS28 8s-cs27 118- N 8S -C 122 8S-CS31 N 210-20 O N O N 8S-CS 1 '2g 12 12 8S-CS37 8S-CS36 8S-CS35 211-2 k, 08515 8S C.S641 \ i3 ?y 8S-CS58 8S-CS69 O N TOM N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0-� SEWER MAIN CIPP F:\\\\CIPP202O.mxd s I I 2020 CIPP —MAP 17 Lo o 7S-CS14 N 7S-CS15 IL5 7S-,CS16 N 24 7S=CS81 W ._ "q I I 24 � z 7S-CS22 a 7S-8FS887 gS_C1�6887S-CS89 7S-CS83 42" 7S-C-70CS857S=CS86 N v7S-CS19 1 r SWMH008 12 P, IRW � r SWMH009• W Busse av SWMH004 #---SWMH003 SWMH005 *'- IV� O�� y�F sr ywY February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd N Irl F-0 SEWER MANHOLE 0--� SEWER MAIN CIPP i-CS23 S-CS24 1 E BUSS E " 101 105-' N W + E s 1 V4 "I UZ) W 102 3 103 z 100 1-1r- 101 6N -C829 4 2 6N-CS39 � o -6N-CS48 I �T" 2020 CIPP - MAP 18 1 -1 U4 I I I N W HENRY ST 105 102 I� I " JILO 103 w, 10 100 b AI 101 10 6N-CS85 N� 7N-CS24 g E HENRY ST 7N-CS49 7N-CS41 N 6N-CS47 12 ®7N-CS34 21 7LN'-CS38 r' 6N-CS46 12 1 15 7S-CS3 12 W CENTRAL RD 7S-CS68 7N-CS39 15 N -7S-CS7212r 7S-CS77 7S-CS4 N Z 7S-CS73 r a N `o r 7S-CS6 � 7S-CS74 0 5 1 Lo 7S-CS7 �? �7S-CS8 February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd 7N-CS40 N E CENTRAL RD T, 18 7S-CS5 N W + E s 2 W 3 6N-CS34 Z N r 6N-( 4 2 6N-CS39 � o -6N-CS48 I �T" 2020 CIPP - MAP 18 1 -1 U4 I I I N W HENRY ST 105 102 I� I " JILO 103 w, 10 100 b AI 101 10 6N-CS85 N� 7N-CS24 g E HENRY ST 7N-CS49 7N-CS41 N 6N-CS47 12 ®7N-CS34 21 7LN'-CS38 r' 6N-CS46 12 1 15 7S-CS3 12 W CENTRAL RD 7S-CS68 7N-CS39 15 N -7S-CS7212r 7S-CS77 7S-CS4 N Z 7S-CS73 r a N `o r 7S-CS6 � 7S-CS74 0 5 1 Lo 7S-CS7 �? �7S-CS8 February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd 7N-CS40 N E CENTRAL RD T, 18 7S-CS5 N W + E s 06N32CB go 2020 CIPP MAP 19 ' 7N -C14 GB390 co 6N-CS-IN407 T-- '°� 21 M 21 �, W THAYER ST 6N-CS89 7N-CS50 E THAYER ST 6N-CS26-IN408 6N-CS88 409 121 120 119 118 117 116 115 1141 113 6N -G 112 111 110 109 108 107 106 105 104 103TNOT: HISEPIPE CONNECTS ON THE SOUTH TO A CATCH BASIN 101 100 O6N 6NI'VI S-I 410 123 �IIN CB1 N � 121 N I 119 117 12 6N-CS86 S$' � 115 113 7N-CS20 6N -C -I2 B4 ,,,,. 7N. .Cg2042 1 1 1 109 107 Lo I 105 1 103 �$ 6N -C 85 101 9C 6N-CS30-C B414 N � 7N-CS41-I N363 6N-CS30-IN415 7N-CS248 W HENRY ST 6N-CS30-IN416 E HENRY ST 7N-CS4,,, 1 �- 7N -CS49 N t„� 7N-CS41-C B362 N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd I s 1 307 305 303 301 WmI'SABELE 221 219 217 215 213 211 209 207 205 201 2020 CIPP - MAP 20 February 2020 Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd 3 , Irl N 3 72 7N-CS44 Z 0 19 7N-CS11 A N I 7N-CS15 00 N W + E s 2020 CIPP - MAP 21 203 202 203 202 Ir, 201 200 C14 201 200 7N-0516 7N-CS77 E TXAVER ST 7N-CS16 123 122 21 120 119 118 117 116 115 114 113 112 111 7N -C' 110 109 108 707 106 105 104 103 102 101 100 23 zZ 21 20 19 78 17 16 12 15 0 106 February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd �co ►22 4 �co 117 116 115 114 113 112 111 110 109 108 107 106 105 104 103 102 101 100 h 7N-CS27 7N-CS28 T� 7N -C N r E HENRY ST 23 16 21 14 19 17 12 15 10 ssz 13 ■ Fo SEWER MANHOLE 0--� SEWER MAIN CIPP 203 Lo 201 t 27 F7N �T" W z C4I 7N'.CS23 . _ _ .7N-CS29 �r L 7N. N W + E S 2020 CIPP — MAP 22 oo X00 16N U664 401 _ co _ CS1 15 15 17N CS2 C S 5,166 _�NA17N 18 17N CS3 21 1.7N -C, 6:94 66 0o.1.6N-CS63 66 66 E-GREtGGRY—S-T�-4 1. 7N CS63 8N-CS1 N_ 2 8 CS 8N-CS3 8N-CS4 8N-CS5 7N-CS62 0 321 318 319 318 317 314 118 319 312 316 317 316 315 116 M 317 314 315 314 I F 0 313 310 114 315 308 312 1 F 0 313 312 311 2 313 7N-CS61 310 311 310 309 306 MO 311 8N -CS -19 308 309 308 307 304 08 309 302 306 307 306 305 306 307 300 304 305 304 0 304 305 303 0 M 8N=CS20 302302 303 303 302 W 301 � J ° 00 u; 301 300 301 300 Z z 84 84 8NCS68 - 84 8N-CS70 0 222 E-IS'ABE L-L-A—S-T 8N-CS6 � 7N-CS48 8N- S71 220 .20 221 218 219 218 221 J219 218 !18 219 0 216 217 216 Lc, 21 6 216 LO 217 cn Z r' 217 214 0 215 214 215 214 214 215 ' 212 213 212 .12 213 8N=CS27 1 213 212 210 211 210 210 !10 211 � 211 7N-CS13 208 209 208 208 !08 209 8N-CS65 209 206 207 206 206 '06 207 8N-CS26 207 204 204 205 204 204 205 205 202 203 202 D2 203 203 202 DO 201 200 201 200 201 200 7N-CS17 8N-CS33 8N-CS34 �S8N-CS36 E THAYER ST 27 8 N =C S'3"1 �s 30 30 �s 36 THAYER T � -7N-CS18 �, 8 N=C�S-32 Ln 8N-CS60 8N-CS35 LO - 7 N C S 19 �n February 2020 N wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP I F:\\\\CIPP202O.mxd s 2020 CIPP - MAP 23 E CENTRAL RD 9S-CS3 10S -CS 1 Aft2 4 6 N r 8 v 10 0 12 9S-GS6 14 16 18 20 22 100 104 106 108 9S=CS11 j 110 112 N r 1 2 3 4 5 6 7 8 9 10 1 os=cE. 11 13 14 16 1511 18 19 20 O 0 ti 22 9S-CS9 Lo 114 116 L, 118 N O C� 30 9S-CS14 30 36 N 9S-CS35 E BUSSE AV 8 101 100 103 102 105 104 107 106 109 108 111 110 113 112 115 114 117 18 19 119 118 123 N O ti 1 2 3 4 3 6 1t 7 8 9 10 11 12 13 14 15 16 31 17 18 19 20 21 22 110S-CS32 rr 10S-CS2 M N O S-CS5 15 N 3 r 5 W o�c 7 0 W t� 10S-CS9 15 N Ir, 21 101 OS-CS15 100 103 102 105 104 107 106 109 108 111 110 113 114 115 116 117 118 120 121 122 110S-CS11 101 103 �N 105 109 111 10S=C-S 1-6 115 117 N 119 r 121 O 0 O 1OS-CS18 27 10S-CS19 24 AV - 30 � 30 � 2 N r �,OS-CS36 1.OS-CS33 r N February 2020 wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP F:\\\\CIPP202O.mxd I s 0 9 N 59 0 09N58 00 �8 am o 4& wMN. 10S CS3 O O p O r r 15 10 3 2 10S-CS711 5 4 ,4 ' 00 gNu r u°uu 7 u 7 6 101 103 05 39 0 February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 100 100 N 102 104 106 108 109 —10S-CS17 112 10S 108 N 114 115 116 112 y 119 114 11r% 04&�l*5 W m a N 118 9. 101 100 1 02 105 104 109 106 111 10S 108 113 110 115 117 112 119 114 11r% 04&�l*5 Loo M„ Lo -CS14 Co F-0 SEWER MANHOLE 0--� SEWER MAIN CIPP N W + E s 206 204 202 200 124 122 2020 CIPP - MAP 25 LVy LVO 207 206 205 204 203 202 201 200 120 118 116 114 6N-0522 112 110 February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 119 117 115 113 iii I� 209 207 206 205 204 203 202 201 200 6N-CS70 4? W THAYER ST 6N-CS71 N TIT N r 120 121 6N-CS73 �2 116 6N-6, S72 114 117 N 112 r 115 110 4461 jos 106 104 102 6N-CS23 r 6N-CS78 4 6N-CS7S INN 6N-CS24 207 205 Lo 201 ►T"', r 100 1 V%J# I VIC. k 6N-CS28 101 100 / 6N-CS27I.,6N-CS29 y �QY � Q�=� W HENRY ST � � '� W J r 22 3 30 � 6N-CS32 21 6N-CS34 N N T 6N-CS35 2$ 6N-CS33 19 20 N N r T 18 17 18 Fo SEWER MANHOLE 0--� SEWER MAIN CIPP 121 117 115 113 111 109 107 105 WIX P, riZ N W + E s 2020 CIPP - MAP 26 U36 0 I 601 600 15N -36J 15N-CS33 36 45N=CS3616N=CS13 60 W-H�IGH�L-AND-STS s� 66 15N-CS34 15N-CS35 116N--CS12 15N -C: 0 B 6 N r 4 2 0 6 4 41 521 151 520 519 518 517 516 514 575 512 513 510 i45 511 508 507 506 505 504 503 502 501 tlq 0 15N -C 21 15N -CS9.7 i 15N -CS96 � 421 8 M 419 00 417 15N -CS95 415 0 M February 2020 Printed by JJP/PW F:\\\\CIPP202O.mxd 0 0 r 15N! 1 '-C 16 rT" 15N!C 16N -CS56 r 36 16N-CS17� 36 LAND ST 16N -CS 15 6N-CS14 523 522 521 520 519 518 517 516 515 i46 513 514 1'6N --G 512 16N -C: 510 N-CS24 511 509 508 507 506 505 504 503 502 >sz 501 500 0 Nmfl726N-CS30 W MEMORY LN 15N -CS716N -CS31 Irm i -15N-CS6 418 N n r � 416 15N-CS65 414 1 N T - 6N -CS27- z 0 0 19 W W z 24 16N -CS32 E MEMORY LN 16N-CS33 423 422 421 420 419 418 417 416 N r 415 A o1 0) Fo SEWER MANHOLE 0--� SEWER MAIN CIPP 16N -CS39 CD CD co 16N -CS37 414 wM N W + E s 70815N -C 706 t 704 702 700 622 20 616_ 614 612 610 608 606 Lo 604 602 600 115N -C 115N -C 2020 CIPP - MAP 27 510 709 70$ %07 %0s 705 60 704 703 E HIGHLAND ST 66 15N-CS1" 700 701 sas 623 622 621 620 619 618 617 616 615 674 613 672 sza 611 610 609 15N -CS: 608 607 606 605 604 603 602 601 6001� 00 r - o il E r �j O N 16N -CS4 �i I I 12 I 24 621 N-CS17 16N-CS5 2 14 I -.H Z 04N15 JUDITH ANN DR 16N-CS8 $ Z 0 16N=CS7 1 13 'm MEL 611-61 7 10 16N-CS1.0 17 I� 254 N 609 11 23 0 16N-CS11 I M 601 16N-CS56 4 iN*S37 36 15Nhpwa 36 15N -C 36 16N =CS13 36 -36 1.6N -CS,.1.i o E 60 60 W-HlG,M%AND-S•T 60 E HIGHLAND ST 66 15N -CS34 15N -CS35 0 16N -CS12 16N -CS15 15N -CS41 16N =CS14 �" 520 T-CS33 cq 521 520 523 522 February 2020 N wE Printed by JJP/PW ® SEWER MANHOLE 0--� SEWER MAIN CIPP I F:\\\\CIPP202O.mxd s 14N -CS;1 fASG roolm 14N-CS21 co T" bUZ a 600 N 2020 CIPP — MAP 28 701 700 CS,^ 623 622 621 620 619 618 617 616 615 614 613 612 OCS22 611 14N -CS 610 609 608 607 606 605 604 603 602 601 600 � 14N-CS16 623 -CS15 621 619 co Irl 617 D O O 3 613 N Q W � 14N-CS24 611 609 607 Iq 605 603 601 27 14N =CS34 27 14N -CS38 30 14N -CS42 30 42 14N -CS33 P, 42 14N-CS35 4g 14N -CS39 48 48 12 12 1.2�W=1:'I,1G_H.,LAN-D,ST 12 14N -CS41 14N -CS36 1 - 4N -CS37 14N -CS73 14N -CS40 N - I Lo 520 I 520 I 521 N February 2020 Printed by JJP/PW • SEWER MANHOLE 0--�► SEWER MAIN CIPP W E F:\\\\CIPP202O.mxd S 2020 CIPP - MAP 29 KENSINGTON RD February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 14/N-CS1 �1 of 0 II 0 T 14N-CS10 14N-CSIILo7� 14 W KENSINGTON RD 1M4N-CS2 719 a� 00 W p t� N 00 � 716 y N N N r p p 713 � 711 710 74N=CS6 708 L6 707 706 705 704 703 702 8 22N60 g 22N 590 622 KENSINGTON RD February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 14/N-CS1 �1 of 0 II 0 T 14N-CS10 14N-CSIILo7� 14 W KENSINGTON RD 1M4N-CS2 719 718 717 716 715 714 713 712 711 710 74N=CS6 708 -CSS 709 707 706 705 704 703 702 701 700 623 622 V a 3 W L 14N -CSI 7 Fo SEWER MANHOLE 0--� SEWER MAIN CIPP N W + E s N1 rl N Irl v a r m 14P 3N-CS1 ,3N-CS2 February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 2020 CIPP - MAP 30 N rl 13N-CS12 15 4N-CS4 N ® SEWER MANHOLE 0--� SEWER MAIN CIPP W+E s 309 4N-CS18 g 04N20 g February 2020 Printed by JJP/PW F:\\\\CIPP2020.mxd 2020 CIPP -MAP 31 308 co N o YM Q O 304 00 4N-CS13 4N -Cls 12 O 9N Nom\ 4N-CS22 4N-CS19/ '4N-CS27/'-' a� �o ,13 � 4N-CS28 4N-CS30 r r N 4N-CS32 N 206 12 WITHORN LN 4N-CS36 4N-CS34 n> Fo SEWER MANHOLE 0--� SEWER MAIN CIPP 4N-CS23 36— Z� 4N-CS24 W'SABELLA ST N W + E s Upstream MH Downstream MH PIPE TYPE 3E DIAMET LINEAR FOOTAGE LATERALS 25S-CS7 25S-CS8 VCP 8 52 1 8S-CS121 8S-CS26 VCP 8 185 4 27SO4 27505 VCP 8 353 11 27505 27506 VCP 8 346 9 27506 27507 VCP 8 350 8 27503 27507 VCP 8 295 9 27507 27508 VCP 8 139 2 27508 27515 VCP 8 180 0 27523 27517 VCP 8 320 12 27S17 27S11 VCP 8 285 7 10S-CS14 10S-CS13 VCP 8 325 4 10S-CS7 10S-CS13 VCP 8 333 5 4N-CS20 4N-CS21 RCP 8 207 0 4N-CS21 4N-CS24 VCP 8 172 0 8N-CS4 8N-CS19 VCP 8 311 11 27511 27512 VCP 10 145 2 27512 27513 VCP 10 244 7 27513 27514 VCP 10 290 9 27514 27515 VCP 10 125 2 27515 28530 VCP 10 231 5 28530 28509 VCP 10 194 5 14N-CS1 14N-CS5 VCP 10 321 6 4N-CS29 4N-CS27 VCP 10 116 0 7S-CS40 7S-CS39 VCP 10 169 3 15N-CS17 15N-CS25 RCP 10 258 5 15N-CS25 15N-CS37 RCP 10 249 6 15N-CS37 15N-CS46 RCP 10 316 6 15N-CS46 15N-CS52 RCP 10 330 7 15N-CS52 15N-CS77 RCP 10 39 0 18S-CS11 18S-CS5 VCP 10 199 0 25S-CS40 25S-CS45 VCP 10 427 1 8N-CS19 8N-CS70 VCP 10 332 11 16S-CS36 16S-CS35 CVP 12 201 0 6S-CS6 6S-CS11 VCP 12 178 7 14N-CS5 14N-CS10 VCP 12 196 4 15N-CS76 15N-CS65 RCP 12 122 3 15S-CS38 15S-CS57MWRD VCP 12 123 6 16S-CS34 16S-CS35 VCP 12 220 1 17S-CS10 17S-CS5 VCP 12 160 3 17S-CS12 17S-CS8 VCP 12 172 1 17S-CS14 17S-CS10 VCP 12 157 6 17S-CS16 17S-CS12 VCP 12 148 0 26S-CS26 26S-CS22 VCP 12 128 1 26S-CS5 26S-CS8 VCP 12 195 4 26S-CS58 26S-CS42 VCP 12 116 0 26S-CS69 26S-CS3 VCP 12 137 2 26S-CS9 26S-CS16 VCP 12 206 4 3N-CS35 3N-CS30 VCP 12 196 6 3N-CS38 3N-CS35 VCP 12 237 11 6N-CS87 6N-CS89 VCP 12 241 5 6N-CS29 6N-CS24 VCP 12 270 12 6S-CS22 6S-CS27 VCP 12 183 6 6S-CS38 6S-CS41 VCP 12 201 6 6S-CS4 6S-CS77 VCP 12 135 6 7N-CS30 7N-CS49 VCP 12 284 6 7N-CS33 7N-CS29 VCP 12 200 4 7S-CS22 7S-CS23 VCP 12 274 10 7N-CS30 7N-CS49 VCP 12 288 6 7S-CS35 7S-CS38 VCP 12 180 6 7S-CS69 8S-CS24 VCP 12 205 5 8S-CS36 8S-CS37 VCP 12 82 3 5S-CS1 5S-CS8 VCP 12 156 0 8S-CS24 8S-CS26 VCP 12 140 3 8S-CS35 8S-CS36 VCP 12 115 1 10S-CS3 10S-CS6 VCP 12 104 2 10S-CS8 10S-CS31 VCP 12 143 7 14N-CS21 14N-CS22 RCP 12 15 1 14N-CS73 14N-CS40 VCP 12 162 0 15N-CS77 15N-CS76 VCP 12 78 0 15S-CS44 15S-CS48 VCP 12 345 4 15S-CS45 15S-CS42 RCP 12 168 2 16S-CS37 16S-CS36 VCP 12 202 3 17S-CS23 17S-CS19 VCP 12 145 2 17S-CS32 17S-CS44 VCP 12 120 2 24S-CS26 24S-CS20 VCP 12 317 6 24S-CS40A 24S-CS18 VCP 12 71 2 25S-CS8 25S-CS11 VCP 12 205 2 26S-CS51 26S-CS26 VCP 12 109 3 26S-CS56 26S-CS55 VCP 12 136 2 26S-CS6 26S-CS9 VCP 12 204 7 5S-CS9 5S-CS2 VCP 12 165 1 6N-CS22 6N-CS17 VCP 12 360 13 NO I.D. 6N-CS87 VCP 12 359 6 6S-CS2 6S-CS6 VCP 12 208 0 6S-CS3 6S-CS4 VCP 12 51 1 7N-CS34 7N-CS30 VCP 12 292 3 7S-CS23 7S-CS19 VCP 12 121 1 7S-CS25 7S-CS21 VCP 12 230 7 7S-CS26 7S-CS25 VCP 12 211 5 10S-CS32 10S-CS15 VCP 15 295 14 14N-CS15 14N-CS23 VCP 15 314 10 25S-CS45 25S-CS46 VCP 15 404 0 4N-CS1 4N-CS2 VCP 15 202 1 8N-CS33 8N-CS26 RCP 15 220 9 8S-CS77 9S-CS24 VCP 15 241 3 9S-CS24 9S-CS25 RCP 15 134 0 4N-CS2 4N-CS3 VCP 15 220 2 7N-CS29 7N-CS23 VCP 15 196 6 5N-CS54 6N-CS42 VCP 18 191 1 7N-CS50 7N-CS51 VCP 18 325 4 7N-CS27 7N-CS22 VCP 18 298 15 7N-CS22 7N-CS16 VCP 18 339 13 6N-CS42 6N-CS43 VCP 21 244 1 180 196 cvnsoruu wOffiCeT& CHERRY SA NITA'4 TO IR -3 IM 11 0 0 0' B R _\\ 519 '53 a_bU I 0®0 1 nule -he ialls 1-4 ect\\- �. gym. � 1�-.��igv�-- ant- ���.--=��a sig �3.�.�;�3= =s�.��_.�����zs_.�=�3� �� -� .. �_.. _ _ _ _. _ _ - E .. - - -... _ -.. , �: _. - - _ _ ' �� ��`� ��E� �.� .�. �-�._,a`�=.� � � s �� �-, m._ __�E� ,��g :��.���€. �:`�=gig � @ �. �_ � �. �� �� � ��.�g .���.�..�.� � �� � �� � � s � .�_�.. .��g � � ��s� �. � €.�E��:��_.��� ��- �a���� ��� ���.� .� -s��a - � �� _sem ���a� �� _�.� � _ �g�� � � -��. �.��.�..®����� � � .�. y �.,-�.s�� v mac, �.���. � -E � ..>.. ��=a � ��,�.. - Rain MapOfficeTm ELDER GARLAND SANITARY Combm*ed SatT Sector and Manhole Catch Basin !Zw,a snctor 0 D a.- _ po�i Fittulf Sm-rary Line Other FIwedZEtvd-';&-tio=-r, I my-, S-awture Nletwork- Point sm inlet V1wholre 0 -_ owe" strw-ru're mm P, ;oma I I" Admire se—w-ef M-= Ac Pippee Aban&ned Active Ptessurized -Mam Abandoned ActIve Retention Wall- Headwan Retention Struct-we Uhdff nound Emdos-ure 1:1 Lird-e Strict Rain MapOfficeTm ELM SANITARY W-8 TO Y-6 San itary V Combined Sanitary Sector and Manhole V Di,whwpe Point Catch Basm Sanif-w-V St�-t-OT UjIg Fitt=' -Z- - 10-w, Sanit-iII:n- Mw - hole Othff 0 -.h --,T 7�7 Lme Fla �-AEE d&:---*IIADM U Manh,4e T arp S�wtnxe- Network ?,,ml 0 Unknown Strwtufe Itil-e-, Lateral f.fl: Retenvizon Vir-all G -ab -Ion, Lmse Stractire ?omt —H{ Bet onStn;crue Linted -Xiam-- Aban-imed Actw,e Rmana! Srewff -N Stu Active K-werNifa-M Aban&nee-dd C t IIVI e UhkwwnPip---- Abandmed Active Ptessurized Nimn A Active Uhderpound Enclosixe . . . ........ . [Lame S tf Wtiu-, Catch Basin aisclluge Pou''It Fitt,* Other FlaredEand dSectllon I I Plug Large, Stmccture NetNvrork- Point Inlet Manhole 0 k-n*NN,,-n, Structure Latexal, I— Rai gional'SeNver Nllain t Sem', er lviu,n 400 Abandoned *00 Active, ur&jlown Pipe, Abuidoned Active Pressurized IVIam Abandoned Active Retention V, l�in one=, 'Headvirall Retention Stnxctwe Undearound Enclosure L,w,ge Structure ZZEUM= HA, W HORN SA T KPT -26 consortlu_> ti\moo,■-� - mcdanp _ -� ...-�. �. ., ._.� E .. -- - - - - - -� .. _.. _ _ _ _. _ _ - E .. - - -... _ -.. , �: _. - _a`�=.� m._ __�E� ,��g :��.���€. �:`�=gig � @ �. �_ � �. �� �� � ��.�g .���.�..�.� � �� � �� � � s � .�_�.. .��g � � ��s� �. � €.�E��:��_.��� ��- �a���� ��� ���.� .� -s��a - � �� _sem ���a� �l _�.- Q _ �g�� � � '��. �.��.�..®a���� � � .�. -E � ..>.. ��=a � ��,�.. -Ef I ......... . ii M *Wow" WOMPAim f .... . ........ / . ... ........ . . . . . . . . . .......... .... . ..... .............. ....... . . . ........... ................... ...... M303"MM, 'Amm" US V.No .................... ...................... PIN . . ....... .. I FIN, 160) J, fill ........... 367 9 AN IS ladf ............................... . . ............ 00" . ........ ......... I. 01 1y.: oo� AM/ oq loo/ or / ' r /'' / / //!". / rte. / ry/'' /,ii'" y, ""� / / wp MM � ,. �I � � rr " Y�� t '000 V .rrrOV 0011" oo�, gg Iff1b f ("'i ................... . ...... . ........... IMP ..... . __,l ...................................... M IN )" Al' If ... . ...... .............. .... MyMMl my""Pow'' . ... . ... . wuyMwWiNwNNDiONNwMV III( . . ......... ... . . . . ........ . . ..... . . . ... ... ... ... fin . ... . .. ........... .... . .. ... .. . ... . . ASM ""1 91 M'MMMwUM le"m wt I ......... . ii M *Wow" WOMPAim f .... . ........ / . ... ........ . . . . . . . . . .......... .... . ..... .............. ....... . . . ........... ................... ...... M303"MM, 'Amm" US V.No .................... ...................... PIN . . ....... .. I FIN, 160) J, fill ........... 367 9 AN IS ladf ............................... . . ............ 00" . ........ ......... I. 01 1y.: oo� AM/ oq loo/ or / ' r /'' / / //!". / rte. / ry/'' /,ii'" y, ""� / / wp MM � ,. �I � � rr " Y�� t '000 V .rrrOV 0011" oo�, gg Iff1b f ("'i ................... San itary V Combined Sanitary Sector and Manhole V Di,whwpe Point Catch Basm Sanif-w-V St�-t-OT UjIg Fitt=' -Z- - 10-w, Sanit-iII:n- Mw - hole Othff 0 -.h --,T 7�7 Lme Fla �-AEE d&:---*IIADM U Manh,4e T arp S�wtnxe- Network ?,,ml 0 Unknown Strwtufe Itil-e-, Lateral f.fl: Retenvizon Vir-all G -ab -Ion, Lmse Stractire ?omt —H{ Bet onStn;crue Linted -Xiam-- Aban-imed Actw,e Rmana! Srewff -N Stu Active K-werNifa-M Aban&nee-dd C t IIVI e UhkwwnPip---- Abandmed Active Ptessurized Nimn A Active Uhderpound Enclosixe . . . ........ . [Lame S tf Wtiu-, 0 11J HILL LINDEN SA NITA RY FU SEC TOR a] 100 NOR", Aw —1mom OEM 1 0 1 1- wo 'Mme 071 mo a PIP Al gg l ;mrz ar; 3 02,01i- 7" ind XD in:, A' Ri -17 Qfl 1-04 L 1, al '1727 I iffi�ll i ME:v -1 , I C_a_t�n�ZM__Q KI ut m a: -17 E E f Hca ukzn— t i I - E - I , - ar a ti -n - na aim\ Tt' I Al Hcc 's t�E E�vid in ID- "'t -i shvu'" Ef -7 t e fmf E�:- I-% En= E LE� -2,- Bl= i�- tts;� f:�E --L� FM how -43 i ffff- N 1 J f ~" i I inch eqOs 63 feet 1 4Cx I 1 ,W P 1 � N^r air C a�F,Al, ��<a•«f ,« �o =. l�a� roa r �%-&, ,-�x�"M� k ww^�av'�[ ��+ w a�,m ,� � w � ro u�o.a� NW �'�� � Y� , ,� aw•� � Ir ,w, ! ,s ., wc'.�.: � i �.. �„�i. 1 ui :M'.w,.. i w.. v i� t �r J ' ,. ,. »wb , r� e , r�ri,.:,, ,9,.a, y-� o„ , k im ,, w� i �H ,. untom �mti � r J, �� „-a. �j J:.w I ,✓. ,'I ,;; ,� :wu /: ,m.., r!,",:":10 r r „; .� „,:;,�,w, l°'� ,, � "'� 11m, �,�r�.�d�^«✓`m�,�, �:rn,�l����m,����.a .��.�w+, �,.�.m/a «. Ma.v. �f „��w.@�iw�,w �a„a.,. m.. a,l �a .,� ✓ �.Ww.�,w �R�A MR r d:%waa�n�. �� ,�i ra:r�rn m-�R:�M✓ e �.�«<w�(.��, _ n - �: ::� I. . roti. r. w; :. ,:+. v r H, r,' Di vm m. � r m i ry r. m �r err e r, v ro, u � u � � >I �,, �., w<. �G a ',« , i. 9 ,v. / �. ,w , ,N� ,«., � ,. ,.,M.. r.. di" ;�v.. ��. i �, �. ,� . , ,µr �. ,�o� ,. �,. rna , wa ,���� �,. ww: "�",� , �� .,�, , �� - ,7 , aww ,w r. .wJ.. r �.. d�.�,w�wa.4«-,.�«•.���,e k wm.:�,w ry�,m�. �.„✓a('ti�y ..:�m,��,m.,.,a,�n��..��w���, .�o,w,�. o, fo ��t o: u�. ���.u.. �.���wr, ,:w w,��m.✓,. �,�. �o-r,�,.�x �,�w bu,..,.�ar�,�u�,ww��.r;.�a.,m�d 1. r�. ,��e, .���r �.r m,wa. m�, .,mr✓f�ta,�,✓'„m .��,,,G.�wc.» �. mw,. �.m.�,m�wrt .�wa ,,...�,�;.mo Www ,r�,.�r,,,w m,,,,.�,V,xo �r.�r. i���cw�, ��w wwl�mV,.r.,.r,.�oa„„w,,IN•��ma�ro,�,m �. ,N Leh � P ..,�, w -,��,. ;� „�, �.. Y�.: ,� ���...��. „�,., , � ��, ' � .mak � �... ,,.�, and � ,�, ..�,..' �y �, .: ,.. a w � � .y �ro A ,, r x � r q � "'� r... �. ,. �� i� ,�,. r .�. .a i ¢. ,� I ,� ,� ,, � w i. ir;. .� ,u. � ,.m. � a,w d�i"ww'i .„„ ,..W�� r ��: "H i. l� ar ; � � .w. ; , w ,... +m M" .. i. a .. � rrMi �. n� mi. , . ",:,;k .... , w , , �' r ; m� ,d �W. p ��... ✓„ f,. ei n .: m w'�✓ ,.r, l ;*" x�. im s r� .m.. ,� .., � , „ma i;, 1� w i:. r) / m; / � %; I. ,rvm!v :.. i,.. a m�' ,��m,!+, /„mmr✓ii »>,.,:�( ., -�' i �. .il'r. ��. .a, 1. l ,. � -, �..� f .,� ..rr' �i �.... �. i � not, 1, �,r. � ,, „�„ .. ;, � i� ;I. i, u � n� r .a. 1�.1 l �iaw w „„lN� v. awl+µ aw a� i � o �: „ r�Nr»w,: �l �,�' ;� �, � „ w �. a �, Ne �a ,. W. rt,.r , wd✓ a .�. «rw r .m �.w., Nwr� r wH rtw N awu' �. � �, m , two 4 a:. «�, � *. a✓ a ,. �a�,a ,. �u r ew s m. f v. a� w � �, ,w a ,� � m� o :� r. w. �, .� G w r .... "w”' r 4 N w ,.a m„ ,G �,. ,�,V �r o ,mr :� �. a� «!1,.� mw w a -:mow mm owP n � wd t �,' � o wo --� oa r�� w m. � r, �..� ;��,M� a �.?�wu a �w� a�rb �, a � a ,v w 6µr � . �W. „ r 9, i 790 28.5 #760 uf�fufuUrt Ald1���Nf���f6fiIRiIRiIRiINdi��uf'�a��N���N14��d1ul� � ' fufifiri�f�Vn' 1 j how -43 i ffff- N 1 J f ~" i I inch eqOs 63 feet 1 4Cx I 1 ,W P 1 � N^r air C a�F,Al, ��<a•«f ,« �o =. l�a� roa r �%-&, ,-�x�"M� k ww^�av'�[ ��+ w a�,m ,� � w � ro u�o.a� NW �'�� � Y� , ,� aw•� � Ir ,w, ! ,s ., wc'.�.: � i �.. �„�i. 1 ui :M'.w,.. i w.. v i� t �r J ' ,. ,. »wb , r� e , r�ri,.:,, ,9,.a, y-� o„ , k im ,, w� i �H ,. untom �mti � r J, �� „-a. �j J:.w I ,✓. ,'I ,;; ,� :wu /: ,m.., r!,",:":10 r r „; .� „,:;,�,w, l°'� ,, � "'� 11m, �,�r�.�d�^«✓`m�,�, �:rn,�l����m,����.a .��.�w+, �,.�.m/a «. Ma.v. �f „��w.@�iw�,w �a„a.,. m.. a,l �a .,� ✓ �.Ww.�,w �R�A MR r d:%waa�n�. �� ,�i ra:r�rn m-�R:�M✓ e �.�«<w�(.��, _ n - �: ::� I. . roti. r. w; :. ,:+. v r H, r,' Di vm m. � r m i ry r. m �r err e r, v ro, u � u � � >I �,, �., w<. �G a ',« , i. 9 ,v. / �. ,w , ,N� ,«., � ,. ,.,M.. r.. di" ;�v.. ��. i �, �. ,� . , ,µr �. ,�o� ,. �,. rna , wa ,���� �,. ww: "�",� , �� .,�, , �� - ,7 , aww ,w r. .wJ.. r �.. d�.�,w�wa.4«-,.�«•.���,e k wm.:�,w ry�,m�. �.„✓a('ti�y ..:�m,��,m.,.,a,�n��..��w���, .�o,w,�. o, fo ��t o: u�. ���.u.. �.���wr, ,:w w,��m.✓,. �,�. �o-r,�,.�x �,�w bu,..,.�ar�,�u�,ww��.r;.�a.,m�d 1. r�. ,��e, .���r �.r m,wa. m�, .,mr✓f�ta,�,✓'„m .��,,,G.�wc.» �. mw,. �.m.�,m�wrt .�wa ,,...�,�;.mo Www ,r�,.�r,,,w m,,,,.�,V,xo �r.�r. i���cw�, ��w wwl�mV,.r.,.r,.�oa„„w,,IN•��ma�ro,�,m �. ,N Leh � P ..,�, w -,��,. ;� „�, �.. Y�.: ,� ���...��. „�,., , � ��, ' � .mak � �... ,,.�, and � ,�, ..�,..' �y �, .: ,.. a w � � .y �ro A ,, r x � r q � "'� r... �. ,. �� i� ,�,. r .�. .a i ¢. ,� I ,� ,� ,, � w i. ir;. .� ,u. � ,.m. � a,w d�i"ww'i .„„ ,..W�� r ��: "H i. l� ar ; � � .w. ; , w ,... +m M" .. i. a .. � rrMi �. n� mi. , . ",:,;k .... , w , , �' r ; m� ,d �W. p ��... ✓„ f,. ei n .: m w'�✓ ,.r, l ;*" x�. im s r� .m.. ,� .., � , „ma i;, 1� w i:. r) / m; / � %; I. ,rvm!v :.. i,.. a m�' ,��m,!+, /„mmr✓ii »>,.,:�( ., -�' i �. .il'r. ��. .a, 1. l ,. � -, �..� f .,� ..rr' �i �.... �. i � not, 1, �,r. � ,, „�„ .. ;, � i� ;I. i, u � n� r .a. 1�.1 l �iaw w „„lN� v. awl+µ aw a� i � o �: „ r�Nr»w,: �l �,�' ;� �, � „ w �. a �, Ne �a ,. W. rt,.r , wd✓ a .�. «rw r .m �.w., Nwr� r wH rtw N awu' �. � �, m , two 4 a:. «�, � *. a✓ a ,. �a�,a ,. �u r ew s m. f v. a� w � �, ,w a ,� � m� o :� r. w. �, .� G w r .... "w”' r 4 N w ,.a m„ ,G �,. ,�,V �r o ,mr :� �. a� «!1,.� mw w a -:mow mm owP n � wd t �,' � o wo --� oa r�� w m. � r, �..� ;��,M� a �.?�wu a �w� a�rb �, a � a ,v w 6µr � . �W. „ r 9, i how -43 i ffff- N 1 J f ~" i I inch eqOs 63 feet 1 4Cx I 1 ,W P 1 � N^r air C a�F,Al, ��<a•«f ,« �o =. l�a� roa r �%-&, ,-�x�"M� k ww^�av'�[ ��+ w a�,m ,� � w � ro u�o.a� NW �'�� � Y� , ,� aw•� � Ir ,w, ! ,s ., wc'.�.: � i �.. �„�i. 1 ui :M'.w,.. i w.. v i� t �r J ' ,. ,. »wb , r� e , r�ri,.:,, ,9,.a, y-� o„ , k im ,, w� i �H ,. untom �mti � r J, �� „-a. �j J:.w I ,✓. ,'I ,;; ,� :wu /: ,m.., r!,",:":10 r r „; .� „,:;,�,w, l°'� ,, � "'� 11m, �,�r�.�d�^«✓`m�,�, �:rn,�l����m,����.a .��.�w+, �,.�.m/a «. Ma.v. �f „��w.@�iw�,w �a„a.,. m.. a,l �a .,� ✓ �.Ww.�,w �R�A MR r d:%waa�n�. �� ,�i ra:r�rn m-�R:�M✓ e �.�«<w�(.��, _ n - �: ::� I. . roti. r. w; :. ,:+. v r H, r,' Di vm m. � r m i ry r. m �r err e r, v ro, u � u � � >I �,, �., w<. �G a ',« , i. 9 ,v. / �. ,w , ,N� ,«., � ,. ,.,M.. r.. di" ;�v.. ��. i �, �. ,� . , ,µr �. ,�o� ,. �,. rna , wa ,���� �,. ww: "�",� , �� .,�, , �� - ,7 , aww ,w r. .wJ.. r �.. d�.�,w�wa.4«-,.�«•.���,e k wm.:�,w ry�,m�. �.„✓a('ti�y ..:�m,��,m.,.,a,�n��..��w���, .�o,w,�. o, fo ��t o: u�. ���.u.. �.���wr, ,:w w,��m.✓,. �,�. �o-r,�,.�x �,�w bu,..,.�ar�,�u�,ww��.r;.�a.,m�d 1. r�. ,��e, .���r �.r m,wa. m�, .,mr✓f�ta,�,✓'„m .��,,,G.�wc.» �. mw,. �.m.�,m�wrt .�wa ,,...�,�;.mo Www ,r�,.�r,,,w m,,,,.�,V,xo �r.�r. i���cw�, ��w wwl�mV,.r.,.r,.�oa„„w,,IN•��ma�ro,�,m �. ,N Leh � P ..,�, w -,��,. ;� „�, �.. Y�.: ,� ���...��. „�,., , � ��, ' � .mak � �... ,,.�, and � ,�, ..�,..' �y �, .: ,.. a w � � .y �ro A ,, r x � r q � "'� r... �. ,. �� i� ,�,. r .�. .a i ¢. ,� I ,� ,� ,, � w i. ir;. .� ,u. � ,.m. � a,w d�i"ww'i .„„ ,..W�� r ��: "H i. l� ar ; � � .w. ; , w ,... +m M" .. i. a .. � rrMi �. n� mi. , . ",:,;k .... , w , , �' r ; m� ,d �W. p ��... ✓„ f,. ei n .: m w'�✓ ,.r, l ;*" x�. im s r� .m.. ,� .., � , „ma i;, 1� w i:. r) / m; / � %; I. ,rvm!v :.. i,.. a m�' ,��m,!+, /„mmr✓ii »>,.,:�( ., -�' i �. .il'r. ��. .a, 1. l ,. � -, �..� f .,� ..rr' �i �.... �. i � not, 1, �,r. � ,, „�„ .. ;, � i� ;I. i, u � n� r .a. 1�.1 l �iaw w „„lN� v. awl+µ aw a� i � o �: „ r�Nr»w,: �l �,�' ;� �, � „ w �. a �, Ne �a ,. W. rt,.r , wd✓ a .�. «rw r .m �.w., Nwr� r wH rtw N awu' �. � �, m , two 4 a:. «�, � *. a✓ a ,. �a�,a ,. �u r ew s m. f v. a� w � �, ,w a ,� � m� o :� r. w. �, .� G w r .... "w”' r 4 N w ,.a m„ ,G �,. ,�,V �r o ,mr :� �. a� «!1,.� mw w a -:mow mm owP n � wd t �,' � o wo --� oa r�� w m. � r, �..� ;��,M� a �.?�wu a �w� a�rb �, a � a ,v w 6µr � . �W. „ Catch Basin aisclluge Pou''It Fitt,* Other FlaredEand dSectllon I I Plug Large, Stmccture NetNvrork- Point Inlet Manhole 0 k-n*NN,,-n, Structure Latexal, I— Rai gional'SeNver Nllain t Sem', er lviu,n 400 Abandoned *00 Active, ur&jlown Pipe, Abuidoned Active Pressurized IVIam Abandoned Active Retention V, l�in one=, 'Headvirall Retention Stnxctwe Undearound Enclosure L,w,ge Structure ZZEUM= mapoffice'rm MYRTLE SIAN KP3-4 TO KP3-2 Consortium I OP"", "'roa ,cy"ns"'artf 1, r,: .4, 11 R, r J,"'tar", Il �7.jC' �7n,"Ib, 7,si�, lif ",:":I sl;im pot", d" or, 4m al %vief n ra "it"or "c",",mr se 'c,,i A, I i 1ems,, i I i e "c" lt��;ea'1" 1, w,a,w i. „mas�',I,, ul be It"e(d" o d�, i i �wjiliall,431.V lit cdonswrtfum. MapOffice--A, ORCHARD SAN KPI -45 TO KPI -41 IR ', .............. IIIIMI M-1 MEN!\ Ism MINE - WM m A; M _5 IN g�\ 5 5 565 561 557 in nommim m \115 KP IM I ZI 580 -70 566 5156-01 1 4 -g� Ay I"mons- i, m-01-1 "M A 5 ISBN F \zmanti %- mm m m mm 'smWAR 1111mmosam, Monsoon \ MIMIMMINI Is, INS I ME RUIZ m m ANIE gmmmmm 3 MIM I NIIII immmom. M IMINIII Im IM E mmmom 1 mew M. ONION 4 503479 --75- 535 525 507 4 49 1 485 KPI gg 24- :510 1 -51 5\ 5 32 80 4 41 4-90 84 41 7-0 is m iis A 11M KP1 yy 31, MEN-\,\ 3 3 ME - \\\\\ po \Jj "'WE' 11" R A-m-aft—m- t \ME g- 0 , \ I'M I M ON ME INNER OEM - MEMO 0308-M-\ WIN No IN W MIN \ \ _ Ikk L \ g g \ \ \\, WINIMME11111,1111 MEMBER\& ME= ....... . . .. m m 47 \ \ 4K 5 \\\\33 5 523 56 491 3 529 4 -- -- --------------- -- M�, 111,111 M M M .. .... 477 I 'Z PhO -x-M and rm7 -xn\ a � m r -a- zc E, -n z- o-'-- -7--r b San itary V Combined Sanitary Sector and Manhole V Di,whwpe Point Catch Basm Sanif-w-V St�-t-OT UjIg Fitt=' -Z- - 10-w, Sanit-iII:n- Mw - hole Othff 0 -.h --,T 7�7 Lme Fla �-AEE d&:---*IIADM U Manh,4e T arp S�wtnxe- Network ?,,ml 0 Unknown Strwtufe Itil-e-, Lateral f.fl: Retenvizon Vir-all G -ab -Ion, Lmse Stractire ?omt —H{ Bet onStn;crue Linted -Xiam-- Aban-imed Actw,e Rmana! Srewff -N Stu Active K-werNifa-M Aban&nee-dd C t IIVI e UhkwwnPip---- Abandmed Active Ptessurized Nimn A Active Uhderpound Enclosixe . . . ........ . [Lame S tf Wtiu-, SUNSET MYRTLE ELDER SAN MapOff'l'ceT&l consortlu - --- - ----- -,", e-qaa ri, fee -t—,-, .................... �N:a:p cfsE isd mu02,01i- 7W I A-11 Ri --17- ti Rel -E P� 01%7� Ccci, Hil In ant NIGR h. if nol- z-, L mcdanp � m nit— Hcc u -n= In tt s imlvl-t-AL--l---- ::Jil FtQ Tti I Al zh F; Cc "i t�E t a4 t x -b j- - Tl 7- Ef not baBE - in Mi!�-Or-z En= Rita 2�71m- Bl= ej 1�-= i:� "Itt-6 Nacahc -b i a 10 ADDENDUM NO. 1 CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS umuu IIIIIIIII l III VuuNlpS puuu pu uu uuu Iluuuu �um IIIIIIIIII II uululuul ulllllulllllllu II VIII'' I I' Vuuullll uuuuuuuuuuuu uuuu vp uum G���e�rllicoe ��� puuu°u� a ,Vllpuuuu Iluuum lam°°011IVVl� puuuu uuuuuou,�Ileum°uIluuu°ioiIpuuuuulIIIIII�uuuuuuulllliIlUuuuuvulluu muuuuuuuumuy uumop mi �� � IVuuuIlW" IIID IIII uuuuu IlOuuumuVIIIIV" SIV" IIID �� � VIII �, um uum pummmu � �mumlll� uu uuumuVlu" Imuu�u �Ilu m�uuuuuV �II�� I uu IIII uuu �mm IIUu� uu Von, ul�u IIIIIIIV�IIIIIIIII a 'llllllom��muW I IIII Iluu II I lu DATE: 2/14/2020 BID OPENING: February 24, 2020 — 1:00 PM Local Time LOCATION: 50 South Emerson Street, 31 Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. The bid opening will be extended one week. The new bid opening is: March 2, 2020 - 1:00 PM Local Time same location. Page 1 of BIDDERS ACKNOWLEDGEMENT OF RECEIPT CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS IIII IIIIIIIII IIII,,,,I ��� IIII �� IIIIII IIIII�� IIII „II VIIIeime���r IIIIIIIIII �I uuumuull Ipum VIII ,VIIIVuuu Iluuu leu,,, IVum Vuuu1°luvu Mumu uumimu� puum Ileums� plVlllumuuuull', pllm"'°'�� 'II V' III puum uuu°° muumlllllllll�1 IIII u° uuuumllllllllilum uuuuulllllllll, °° uuuuulllll q IIIIII u Illuuuuum II ���� IUVllurmuu„uuuuul uuu luuulllllr II,,,,W uuu uuu Illuuuuuuulllur vp Illuuuuum ����� ������ uuuuu IIII IUVlluu o �uuuuVllul" hill IUVIIVu II Illuuuuuuullluu ,;1IIII IIIIIIIVI�IIIIIIIII 0 Ll, 1 o mmwW uu ° "'IIIlIlIlIlIlIlImIIV•. ,VIVu II ADDENDUM NO. 1 BIDDER hereby acknowledges receipt of Addendum No. 1 Company Name: Signature: Print Name: Position/Title: Date: Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Page 2 of ADDENDUM NO. 2 CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka DATE: February 18, 2020 BID OPENING: March 2, 2020 LOCATION: 50 South Emerson Street, 3'd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. Schedule of Prices on pg. 18 has an additional column called Grand Total for units: Page 1 of 5 Page 2of5 2020 2021 Item No. Items Unit Glencoe Glenview Mount Prospect Winnetka Grand Total Bid $ Bid $ 1 8" Curd in Place Pipe LF 1225 4,547 3,854 35175 12,801 $ $ 2 10" Cured in Place LF Pip 830 1, 278 3, 984 230 6, 322 $ $ 3 12 Curd in Place LF Pipe 210 10, 363 25506 13, 079 $ $ 4 15" Cured in Place LF Pipe 2, 226 638 1 2,864 $ $ 5 18 Cured in Place LF Pipe 1,153 15226 2, 379 $ $ 6 20" x 30" Brick LF 257 257 $ $ 7 21Cured in Place LF Pipe 288 244 532 $ $ 8 24" Curd in Place LF Pipe $ $ 9 27" Cured in Place LF Pie $ $ 9 30 Cured in Place LF Pipe $ $ 11 33" Cured in Place LF Pipe $ $ 12 36" Cured in Place LF Pipe $ $ 13 20" Storm, Sewer LF 398 398 $ $ 14 8" Easement LF 35 350 385 $ $ 15 Heavy Cleaning LF 1,000 1,000 $ $ Reinstatement of 16 Service- Sanitary Each Sewer 12 108 457 24 601 $ $ 17 Protruding Tap Each Removal 10 10 $ $ 18 8" End Seals Each 22 22 $ $ 19 10" End Seals Each 2 2 $ $ 20 12 End Seals Each 24 24 $ $ 21 15" End Seals Each 4 4 $ $ 22 18" End Seals Each 12 12 $ $ 23 20" End Seals Each 4 4 $ $ 24 21" End Seals Each $ $ 25 24" End Seals Each $ $ 26 27" End Seals Each $ $ 27 30" End Seals Each $ $ 28 33" End Seals Each $ $ 29 36" End Seals Each $ $ 30 20" x 30" End Seals Each 2 2 $ $ Grand Total$ $ Page 2of5 Appendix A pg. 55 Local Water Plan explanation. Question from contractor: Can each city confirm they will allow us to connect to a hydrant nearby the project site? The current language makes it seem like we need to leave cost in there for running back to public works or we won't know until the pre -con which is too late. Because we can only provide one price for 8" CIPP, if one city doesn't give us access to local hydrants all communities pay a higher price. a. Glencoe — "Public Works facility has exterior water hook up which is accessible from street and available between 7:00am and 3:30pm." b. Glenview — "To be coordinated at the pre -construction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device." c. Mt. Prospect — "To be coordinated at preconstruction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device."' d. Winnetka — "Any water required by the Contractor for operation such as cleaning or curing will be provided to the Contractor at the Village of Winnetka Yards Facility Located at 1390 Willow Road, from hydrant located at south end of Garage" Answers from municipalities: a. Glencoe: hydrant hook up will not be allowed. There is an exterior 3" hose hook up at the Public Works facility at 325 Temple Court. You can map the facility location and see that it is less than 5 minutes from the lining sites to the facility. b. Glenview: The Village of Glenview requires a onetime $750.00 refundable deposit for the meter with a backflow preventer and the contractor can pull water from any hydrant. The refundable deposit can be paid at our Finance Department in the Village Hall anytime Monday through Friday between 8:OOAM and 5:OOPM. The meter can be picked up at our Public Works Department Monday through Friday between 7:OOAM and 3:OOPM c. Mount Prospect: Mount Prospect will provide a hydrant meter to the contractor free of charge. As you mentioned, we do have some sensitive areas in town that Page 3of5 will be off limits. I will let the other municipalities respond to their water plan and create an addendum if they choose to answer. d. Winnetka: Depending on the location of the relining, the condition of the existing watermain near that site, and the time of the season the Village "may" allow the contractor to connect to a fire hydrant nearby. Because of these unknown variables for consistency in bidding we would ask that you assume that you will need to get water from the Public Works yard. Page 4 of 5 BIDDERS ACKNOWLEDGEMENT OF RECEIPT CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka ADDENDUM NO. 2 BIDDER hereby acknowledges receipt of Addendum No. 2 Company Name: Signature: Print Name: Position/Title: Date: Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Page 5 of 5 ADDENDUM NO. 3 CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka DATE: February 18, 2020 BID OPENING: March 2, 2020 LOCATION: 50 South Emerson Street, 3'd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. Schedule of Prices on pg. 18 has an additional column called Total for units. Please note Glencoe's totals shifted on the last addendum. They are correct on the new schedule of prices. Page 1 of 3 Schedule of Prices Company Name: Address: City, State, Zip: Ite m No. Items Unit Glencoe Glenview Mount Prospect Winnetka Grand Total Bid Unit Year 2020 Bid Unit Year 2021 Total 1 8" Curd in Place Pipe LF 1225 4,547 3,854 3,175 125801 $ $ $ 2 10" Cured in Place Pipe LF 830 13278 3,984 230 65322 $ $ $ 3 12" Curd in Place Pipe LF 210 10,363 2,506 135079 $ $ $ 4 15" Cured in Place Pipe LF 2 226 638 25864 $ $ $ 5 18" Cured in Place Pipe LF 1,153 1,226 25379 $ $ $ 6 20" x 30" Brick LF 257 257 $ $ $ 7 21" Cured in Place Pipe LF 288 244 532 $ $ $ 8 24" Cured in Place Pipe LF $ $ $ 9 27" Cured in Place Pipe LF $ $ $ 9 30" Cured in Place Pipe LF $ $ $ 11 33" Cured in Place Pipe LF $ $ $ 12 36" Cured in Place Pipe LF $ $ $ 13 20" Storm, Sewer LF 398 398 $ $ $ 14 8" Easement LF 350 385 $ $ $ 15 Heavy Cleaning LF 13000 15000 $ $ $ 16 Reinstatement of Service - Sanitary Sewer Each 35 108 457 24 601 $ $ $ 17 Protruding Tap Removal Each 10 $ $ $ 18 8" End Seals Each 12 22 22 $ $ $ 19 10" End Seals Each 10 2 2 $ $ $ 20 12" End Seals Each 24 24 $ $ $ 21 115" End Seals Each 4 4 $ $ $ 22 18" End Seals Each 12 12 $ $ $ 23 20" End Seals Each 4 4 $ $ $ 24 21" End Seals Each $ $ $ 25 24" End Seals Each $ $ $ 26 27" End Seals Each $ $ $ 27 30" End Seals Each $ $ $ 28 33" End Seals Each $ $ $ 29 36" End Seals Each $ $ $ 30 20" x 30" End Seals Each 2 2 $ $ $ Summary of Cost $ Page 2of3 BIDDERS ACKNOWLEDGEMENT OF RECEIPT CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka ADDENDUM NO. 3 BIDDER hereby acknowledges receipt of Addendum No. 3 Company Name: Signature: Print Name: Position/Title: Date: Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Page 3of3 BID FORM S,anitary-and Storm S,ewer ............. ....................................................... Lin'j 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") B4d For: Sanijta!y a,�nd for Sewer Uninig 4 0000.1.. 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 Schedule of Prices Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet Contract Document 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 acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. 37 Sanitary and Storm Sewer Lining The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below., may Cent grounds Failure to acknowl4ldgereceip,, as provided above, ay b, considered su 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 of 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) business days. The Village will then issue a written Notice to Proceed. 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 38 Sanitary and Storm Sewer Lining is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) BID SHEET(S) — Sanitary and Storm Sewer Lining Name of Firm/Bidder: By Lito : fv"Q (Signature) Title Date' Contact Information: A ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS (Pages 37-43) ALONG WITH THE AFFIDAVIT —BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT 39 Sanitary and Storm Sewer Lining AFFIDAVIT - BID CERTIFICATION FORM Bidder: Company/Firm Name: COOL:! . . ....... T=nC Address: '6C�.L � t.,T As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perju and possible termination of c ' Arights and debarment, the undersigned, bei t 4M..e h m ng first duly,, 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 requ I ired by this affidavit SectionI 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 11 Biid- 'ing and Rotafin The undersigned further states that�C,-L.- VIMP-m �q'A-�to' L is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III p1rum,free, WoEtaLacel I The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 1 LCS 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 ILLS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. -A Section IV Tax Payment. . i The undersigned further states that is not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILLS 5111-42.1. 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 Pilio 40 Sanitary and Storm Sewer Lining Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act).,' A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002)1 The undersigned further states that ............ �Od�(�d`v�C�U�has a written Am 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 cont- j , ned in this Affidavit is true and correct. information Signed by: Title: f' Al natureig Name Printed - '2020. Signed and before me this day of[�kolg My commission expires: Notary Public OFFM WA AOL FOWCCA C SCOTT MOTAW PWIC - STATE OF LLIWIS ]MNQO I COMM18 "EMMES121030 AL -ALA& AIL,ML If- A6LW& j%k.0L dAL.Auh, Ak AL A& AN 41 Sanitary and Storm Sewer Lining S h of c Company Na Address: City, State, Zip AANU I'll . . ..................... Ite m Items Unit Glencoe Glenview Mount Prospect Winnetka Grand Total Bid Unit Year Bid Unit Year Total 2020 2021 No. -118" Cured in Place Pipe LF 1225 4,547 3"854 3,175 12,801 ,,,, .,,. »w.» ..:.:..............9-11,11,11, i.. i.i r ni r ... i.. rvie rrrvrcrvrvmmry mmimmmmin OR 0"` Cured in Place Pi e230 p 12" Cured in Place Pipe L F LF 830 1,278 3984 210 10363 2,506 6,3222 13079 : r tt116 .............. ^^^^.tt 1 A m.rcrcn r r �3 Ito ....>............ 4 15" Cured in Place Pipe LF 2 226 6138 21864 � �� 0� 5 1" Cured in Place Pipe LF 1,153 1 226 2 3799 -000 U 6 201P x 30'" Brick ' LF 257 257 ' -V eW 7 P1 Cured in Place Pipe LF 244 288�.::. 534 eeee g 24" Cured in Place Pipe LF " g 27" Cured in Plane Pipe LF 9 30" Cured in Place Pipe LF .................................. ......... .._........_._._.� , 11 33," Cured in Place Pipe LF 12 36" Cured in Place Pipe R LF 13_398 0.' Storm, Sewer LF 398 ,....'........... . ix � Ie, 14 ' " Easement LF 350 385 s 3) OD s 3S,,00 s.............. 15 He MCleaning LF 1,000 1 1 000 0 Q�' 15 Reinstatement of Service- anit S a. SewerEach 35 108 457 24 1 6101 " roo!xtoo. 17 Protruding Tap Removal Each 10 $ 3902� �SOO. $ �������� , ������,������ ��._._ " . 15 " End Seals Each 12 22 22 AL �. 19 10"' End Seals Each 10 2 2 $ �� ��$ rvrvrvry �� 20 12 End Seals �� Each 24 24 " w rc,o,o.. . .. .. . .., eee»rv�<<u 3 "00 21115 End Seals Each 4 Vb5 $ 22 [18- End Seals Each 12 12$ RLI;,00 $ . ..........._... _ 23 20" End Seals Each ..._� .............� . 24 21" End Seals Each .„� . ������.. ......, 25 24" End Seals Each 26 27" End Seals Ea ch". . . .. .. .. .. .. ..err .�: 27 30" End Seals Each 28 33" End Seals �«R 29 36" End Seals Each � 30 20" x 30" End Seals Each 2 2 Ls 9OU 00 r Summary of Coat 1 AIA Document A3 I Otm 2010 Contractor: (Name, Legal Status and Addres Hoerr Construefion Inc P 0 Box 65 Goodfield IL 61742 Owner: (Name, Legal Status and Address) Village of Mount Prospect 50 S Emerson St Mount Prospect, [L 60056 Surety: (Name, Legal Status and Principal Place of'Business) West Bend Mutual Insurance Company 1900 S 18th St., P 0 Box 1995 West Bend WI 53095 Bond Amount: Ten percent of bid Project: (Name, location or address, and Project number, if any) Village of Mount Prospect Sanitary and Storm Sewer I-Aning in Mount Prospect, Glencoe, Glenview & Winnetka The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and give such bond or bonds as may be Specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof-',- or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to rennain in full force and effect. The Surety hereby waived any notice of an agreement between the Owner and Contractor to extend the time in 'Which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyand the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deerned to be Subcontractor and the term Owner shall b* deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement ir- the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefi-orn and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. AIA Document A3 10 — 20 1 Otill 'Yhe American Institute ofArchitects (Converted to form by J. L, Hubbard Insurance and Bonds) ADDITIONS AND D E LF '-FIONS: The author of this document has added information needed for its completion. The author may also have revised the text of tile original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed, A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. The document has important legal consequences, Consultation with an attorney is encouraged with respect to its completion or modification, Any singular reference to Contractor, Surety, Owner or other party shall be considered Plural where applicable, "t;igned and sealed this 24th day of February, 202Q AIA Document A3 10 — 20 1 Otm The American Institute of Architects (Converted to form by J. L. �Hubbard Insurance and Bonds) Hoerr Construction Inc (Contractor av Principal) (Seat) (Title) West Bend Mutual Insurance Co (Surety) (Seal) Blake E, Wo, Attorney -in -Fact on 24th day of February, 2020 before me, Catherine L Ater, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Blake E Allison known to rne to be Attorney- in- Fact of West Bend Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrume in behalf of the said corporation, and lie duly acknowledged to me that such corporation executed the same. I IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. . . ....... . . . . . ................................ . . .. . .. (Notary Public) OFFICIAL SEAL CATHERINE L ATER NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISS"SSION EV"OPFIE5 �444, 017', 2023 T ,pqoll WES,T8,E,N01 A MUTUAL INSURANCE COMPANYl Z01YJ Z 0 -A 6 us] 1111M i 101IMP -1 2430505 -Vond No. Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: Blake E Allison lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of s,uretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in yam: amount the surri of:, Ten Million Dollars ($110,000,000) This Power of Attorney is granted and is signed and sealed by facs-I'mile under and by the authority of the following Resolution adopte#' by the Board of Directors of West Bend Mutual Insurance Company at a meetli,'ng duly called and held on the 21 sl day, oll"Decernber, 1999. Appointment of Attorney -In -Fact The president or any vice president, or any other officer of West Bend Mutual Insurance C(�),tnj)onY,1,77qY 01,7,1yl Attorneys-In4l"act to oct ort behalf'ofthe compa,tty in tlie execution oft�ind ottesting bonds ond ren dert(Aings and other, written 01iyatory lnstrtimenB- ofhh,*,i)wtarv� The, sigrwtulli-el of'ony qj ter outhorized hereby and 04e (,:,oiy)or(,'l st�,v] moy be ffixedb y, fticsitri ile to atty s u, ch, 1,)ower of 'a ttorn ificate, relating therelbreotid any ,j�, or to cry cert sti ch p o wer of (v:to rnejr o r cerujica te, bea ring su ch, 16 Csilln, i161 s4gn,a tl�'U res o r fixl rii de seal sh o 11 be va licl an d b in din g up o n the con,ipart y, end a ny, sorb p o we r so exe,cu ted a i�'i, d cerhfteo d kyfiti csini il e s igri,ia t ures und ffi c sitn ile seia I sh a/1 be va It'd u ti d b I n d) ng upon t'he.cot,i,ip(,ttiyinti,it�ftiti,,ii��,-c>wit,li,�i-e,sp,e,cti.,,-oati, bon,40* undertoking or,'other''wrIly o15,fig,atoy in, nattill,-el to which it is attached. 'Y I'll Any such appointment maybe revoked, for cause., or without cause, by any said officer at anytime. In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se ternber, 2017, 07 N - ll v, Oil, Attest Al ORAT P Christopher ,"gart Kevin A. Steiner FA4, L Secretary S EChief Executive Officer/ President Ila, State of Wisconsin County of Washington On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto, by like order,. T A uli, nedtlrn, Iv. IN te Attorney Se C 1110 r4,to rp 0 r a, Notary Public, Washington Co., W1 My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this 24th day of l=ebruar 2020 ry JORPI ......... . .. . SEAAL ........................................................................................ . .................... 4P Heather Dunn Vice President — Chief Financial Officer NotIce:, Any questions concerning this Power of Attorney may be directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company. 1900 S, '1811Ave,, WestllcndW1 55095 ph (262) 334-6430 1 1-800-236-5004 fax (262) 338-5058 1 www.thcbsilveiiiiiiiit,,con-i BID SHEET Sanitary and Storm Sewer Lining SCHEDULE OF PRICES: Submitted this -L' day of . . .......... 2020. Mark outside of envelope: "Sanitary and Storm Sewer Lining" and deliver to the Village Manager's office at 50 South Emerson Street 3rd Floor, Mount Prospect, Illinois, 60056, by 1:00 p.m., MONDAY, February 24, 2020. Name of Company/Firm Date submitted: 2020 Also note any exceptions to the specifications. COMPANY OWNER ADDRESS CITY, STATE, ZIP PHONE# 1 202 SIGNATURE DATE Note: All bids to remain firm for thirty (90) days. Be sure to mark the outside of the envelope, "Sanitary and Storm Sewer Lining." 43 Sanitary and Storm Sewer Lining 50 Sanitary and Storm Sewer Lining CONTRACTOR REFERENCES Please list below five (5) references for which your firm has performed similar work. 1. Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 2. Name: Address: City/State/Zip,k Contact Person/Phone: Dates of Service: Project Cost: -------------------- 3. Name: Address: City/State/Zip: Contact Person/Phone: ................ ---------------- Dates of Service: Project Cost: 4,, Name: Address: City/State/Zip: Contact Person/Phone: Dates of Service: Project Cost: 5. Name: Address: City/State/Zip: 50 Sanitary and Storm Sewer Lining Contact Person/Phone: Dates of Service: Project Cost: 51 Sanitary and Storm Sewer Lining 4 A- D6 Total: 36,028 Taal: 46,983 00 Nit .... -Ism EKL= IBIZA III Peoria. IL Dan 09) - Ell East Peoria. IIL Jackie'Flwmann 397AD25 2232 E6 East a[IM!"I'l 321111111111111111 D6 Total: 36,028 Taal: 46,983 UTILITY CONTRACTORS PO. Box 65 Office: (309) 691-6653 1416 County Road 200 N Fax: (309) 508-7990 Goodfield, IL 61742 C11YISTATE CONTACT COMPLETED CIPP LINING PROJECTS ADDRESS LENGTH SIZE 'OMPLETEI Water/ Ambient Kho, IL !2WSoper, (3-09) 343-9282 8CZ tx, 188 East --Simmons St. PO��, IL 61A02 1,664 T- & ir v -1 No0 s .Wndota11. -E!NwKw Tim nM -M- L(81 5 53"-- W7 607 8th Ave. Mwwko� I L 61-342 31,25- 0 8- & ir- Dec -10 s Portfiec. IL Todd ��" J8-16 )844-5-574 1024 K Pqnfiaq� IL 61764 -3 '72 80 Dec -10 s-10 Total: BrO& E!n �-f Caterpftr ed Nk-;Sknov �� 5784495-- 1604 SW Adamis St, Popfia, IL 61602 397 6" —DeoAl-0 S 94,519 Fekim tL Joe WL*Ww 477-Z300 111 & Co 4 apw St—Pe-k-1. IL 6 156 174 36-0 janw, 11 - -s _2RLm�bSaritary District HWM Sabrb-- (309' 343-9W7 2700 W. C -4"p IL_ 6 1401 17 - D- 4r jarv- 11 H Dam Houk I Urkversq of IL (UIUPJ john Kw---unw-ek., UIUC (21ZI=33-3---5876 _n 150 1 S. Oak St. C te- _ an I L 61 x20 60D 4a- fr 11 S, AMB netAL Jeck Kttse*, EMkver (815� 433-2080 _, F&C-Itire 1'1 -38 Coki mbas St. Oftam. IL 61350 242 1 cr- My- s Wckinaw, I L Mike §Sq2EEL-3-09) 2315-7-5- 821 4DQ- E� FaSL IV4a0V-iqwIL 61756 r& 120 -4-1 � -til s 8WMtQ!n I L I Stark Dain, Cokipsure. ic L309 -5034 1 a0s W. st� 'Mom IL 61701 790 12t* -11 s Q IL P ad V 424-2747 — 1 gjRjj K. Ander-s-cm P I a-za-. Decattr, I L 11,874 r _ 2g4 1 s Galva, IL G _ - 2RM -!M son M--) 932-25-:735 210 F(wA Street, Gz&va. IL 61434-0171 — 40D2 w - 1(r -AMI-1 Jtgv- 11 s Crew Goew� IL JWShefffer(30!9)69"101 — 995Aq�y,Rpzd, Creve- Coeur, I L 61610 sw 80 jLo- 11 s Ubkw, 1L C Mark OM - M 524-2341 Bob Sffj� �309) 477-2325 36-35, 4th Aver Moline, IL 6126-5 12013 Koch § L Pektn� ILfij!�A - 5 am 273 fr, 12- jurr 11 jtffv-1 1 S, S 11 Total: 136,037 t A UTILITY CONTRACTORS FA— P.O. Box 65 Office: (309) 691-6653 1416 County Road 200 N Fax. (309) 508-7990 Goodfield, IL 61742 COMPLETED CIPP LINING PROJECTS CITY/STATE CONTACT ADD IR M- LENGTH -SIZE -.O LE Water/ Ambient 12G,raq'�qe- Park. Brendan 2ghbn (708) 3524922,exl 100 937 Barnsdale Rvadi La Park-, Park-, IL 60526 5,145 1 r, 157% 21- 2�M13 s TcrNn Brothers - Whomet, I L We Ti 2010 NE EeM Memo. Peo6a� 1L 61603 75 6r Aug1 - s IL Arnv�ican V -Vater Co. HanAd- i Lq2L) 73%4=0 1000 IrdeMabOrl8le E!!!!qM_W00!g!tM� IL 60517 25,944 w _3 Sep- 13 s Germanumn I -M, IL Rich are!�j� 216 HOR" Rd. GvMaM-0von Hft. IL 61548 1,029 8" ICCI - Liesure Acm-s. Was-t!22!2L La qEqm� M 4a Aamfin (309) 6- 94-42-22 4, Mark Bross (573) 22 1- W-20 420 Pinemst Dnve, East Peoria, IL 6 1611 & A-ssm- PC . 4510 Paris Gravef.Rd. Ha-nnb- W, MO 6340 1, 6�852 6*1.w.lr k13 s s Savarwo - IL Matt Hansen @ 1 -5) 284-3M I _"ner Wilett Kofin am & Assm. IM 809 E, 2nd St. Dixoni, IL 61201 8�400 8X10",12- 41-5m -Stp-13 4 Knnoxvft. I L g_Me SOW�, E2� '309) 34M= neef jan!� BGZ Inc. 188 East Simmons St. Galin" . IL 61402 1.161 8 Qc�--'13 s Borne Brw ForestMwmr � uita- Distria IL Amwican Water Raul St, Atftyn, r Harold Smith_M 7-39-8830 _- AEG= 303 E, Wacker Dr. Stite 14W — CttMo� I .L 60601 1,000- Int-Imo-PaLk �,Wl�qpdr!oge. tL W51-7 21-43 2.542 80 80- 1 oc-,113 cct-43 s T*IL T. Art -!Sqand_j2n 275-1687 2W N Eureka St Goodfield, IL 61742 62 1 Qct43 s Pabick , �PE - �,- 4�4679E�7 4=5109 West Bftm-A&�mq-�Cowl. Brimf*W15, IL 6 7 ? 14 519 ir� 1-F oiat-13 s Lft�ne IL Ratdi* PE_M 446-9W-7 15109 Weg BitterswW Cotst Sri mft0d� IL 61517 105 ir 00-13 s Komatsu Pete WN 02&512-7-369 2= NE Adams St. P- earfa, 11L 61603 232 247 Oct -13 s C40 Ron Ham Et J109)_ 467-5249 1427 CR 700N. Eureka, IL 61530 so 42-- Oct -13 s 3 Total: 193,823 Vill - - - C- ISTATF UTILITY CONTRACTORS P.O. Box 65 1416 County Road 200 N Goodfield, IL 61742 CONTACT Office: (309) 691-6653 Fax: (309) 508-7990 COMPLETED OIPP LINING PROJECTS ADDRESS LENGTH SIZE ;OMPLETEI Water/ Ambient IL = Mike 357-5,821 100 E. Fas, NWdChriaw. IL 61755 3.288 8 !!nt15 S _ Kerr 17-2 ISO Fortg Dr, NaMm IL-5, Z.,, "i ir. 21"y 24* JuTO5 Unit 5 sdlool Disvid johns2L(30275-1453_ 1 R , IL 17 1 18261 J-10-115 S S o- L p _ r P 7 15 _ t IL 61517 - 1 15 S H, Park.- L7t 21150 11= - R Park, IL 1 6t 8 9 10" u 15 O I 1515 w Dr. Peonaj IL 5112 282 2 30 S IL _ _ 1 17 S. _ ®' L 1 _ 8 1 S vi-IL PaWA P 15109, West Bdusvvee! Cowl, Brmfieki,IL 61517 110 18T 15 L-Mestone T IL P = c- r. PE 07 15109 West Bittersweet - , S .. , IL 61517 3 - 1 Forest, IL Bernard Igo _ t _ 7 1 - e Forest, IL 5 5: 15 S m€ IL w , .e KeM , PE 1 2 74 367 S_ _Schyr&r Ave, IL e 0901 5-, _"10" � 10-oa 15% 18 15 S L2mg�!-WAaleo IL North Ctt e = IL - _ facul0p M 891 Joh = 22 387-9891 1, 3 r b , IL 6-DI9'3 1 &50 Lewis Avwuje NorthC` 1160064 1.476 1 A15 1r 8, 15 15 S _ . IL M � =7 7 0 325 N. CYPtaine d,. - , IL WMI 4e0 15 L T _ 6 IL Pa" s _ - n PE 4-46-9W7 151 est f3ittemweett __ IL 51517 1 15 S g"em w -le. IL UTILITY CONTRACTORS 10.75 T Dr. V s i , IL 110 4.957 � 1 , 2 .o 16 _ - P.O. Box 65 Office: (309) 691-6653 759 1 be -c-16- S , IL 1416 County Road 200 N Fax: (309) 508-7990 6.757 - 15".1 ...21 .24 D 16 . . IA -r P >> P - 3 - - Goodfield, IL 61742 18, L 1 _ ,_IL Mc Berl 4-67-60-14 121W eka,lL 61 COMPLETED CIPP LINING PROJECTS 15 16 nE IL3 = 3 _' -1 114 E. SL, - : IL 41a 7 V, Dec -16 S Water/ CITYISTATE CONTACT ADDRESS LENGTH SIZE :OMPLETE Ambient B1wm!2gtin, IL Ward Snarr f V 287-3334 115 East Stmmt, BWm�gwrv, IL 61701 7� _ 53"-AW,�12'-I5% 24"E- Oct -16 S P - Co a ,i . m n, IL e e 251 S v .,� � ons IL 61517 125 4 - 16 S E Pep IL k _ �� 397-1025 2232 -' to t Peo0w I L 61611 304 61' - 16 S kn._IL r 4 1 _St..Pekin. I 61554 29 1 N_ 16 S _ t o IL Susan Chen 7 716-3532 510 Green =_ Rd, V = n.� - -, IL 60093 -5 V 1�g � JUTI-16 S _ IL fAke'SFLiqpg (309) 2 1 E_ East . . IL 61755 3 _ .ft 15 S . IL E t 1815 87 5505 121 N� Mgm- Ave. _ _ IL 61329 405 24!* 16 S R -* IL Malt 6 S _u. - �_- m - = ,_I . __. s 2 b m = IL 6 Z 311 17 6 P s I I_ -Mars - 8 Woodord Co ]mad Mohamed > 671-3657 IDOT - `e -V4 Offte. F eo ria& 1L 276 24t, W Jun -16 _ / IL Jori 7- - 61 X15 171124 g IL 1 77 810",2�2_ _ __16 _ D Ghaffinat 4534473 - - -- 47 - - - -- �� � _ Rd - R = _ _ �� e IL 5.2 . 10", 1 15 S ht IL _ � ^, � E , (84? N A- _ 10.614 8 .12727 _ ,. S C _ `_ °. IL _MnqN C 3217 70 _ _-4723 702 Dr#- C ° ° �` L,61 M 21.472 10 12. 1S� 18®.21'# 15 S Glen UE IL - 1547 5512 30 S. Lambad Rd, G-I� 1L X1 7 14,61]9 S- -121* a 15 S. 3 . / 1AWC t -1 1 1 I nti t e� IL 17 26 6 .8 10 12 1 16 S _ I1t 1L O _G -__ _ 45 3 715 Lincoln be -n IL 61 278 115 15 S Mon!g2M Tm, IL Alit WiTigand 2751 _ _7 Z t rg�� �� 61742 141 1x18 -16 Peke IL Uke 13 4 -Z3-0D- - 111 S. Capitol St„ g IL 6-1 1,M7 8r= 24--18-. - 6 16 Lg -. �s I Tim E 21 _ 622=9-479,_ 700 Vit., - , IL 626 5� - 6ft� 12- & 1 16 East Peoria. IL Jack*, _Harrmann (309) 397-1025 2232 E. -. Y fr . , IL 61611 1 -16 m -- _ ..3 IL- � S - 38-3-22-00 216 - a� H � 61 1-3 .€ 15�� 18- 16 Lake , IL Hea#w Gaien 7137 7-714/ 5 W� � d - IL 41 . 1 ", 12 16 S Lam - H -. IL e I 7 1 5. St , .. IL 6 i. 1 1 1� 24 6 s ,IL/Pat Pa r_PE -� 15tC g _ _ IL 61517 15 24 :s.-� . - 1 S Ne * -St _ I 42v 5 1 . Dr�IL - 16, '7 ".1 "9150.18- 1",24 15 Mount P - f IL tt veI 7) 392-60 . .E or St., P . IL - _ _ _8,725 I 1 e IL Te 91 71 - nt Rd L hWwc I 4 v 12.1 _ a1 - k W Fe- _ P IL _ 53-8-1041 1= _O IntenmItiorm-de IL X17 , � =1 --16 8 s / Pam m To14 _660 7455 W Dtivain Dr-, T'n I L 60477 365 12� Nom 16 S Wa-Nton, IL Kevin - 745-- x 303 1 W , W IL 61571 1. 1 NOV-46 Ido - U Pat C _ 7 2 - 6 Lake Ave � IL -1 1.617 12% 15M. 1 N 16 S a E- t_;Dave- n 69-6-0485 21308 IL Route 9 Tr me IL 61• 3! 1r � 24 30�. 842*% -16 Aff -s / IAV Mount Ps P 2 _ a 538-1041 1000 /ra r rParkway, Woodrifte IL 517 15,761 "� Dec -16 S g"em w -le. IL b224 2 1 � - 10.75 T Dr. V s i , IL 110 4.957 � 1 , 2 .o 16 S � IL Loftus. C BEL TI 62 9575 W. H � . ... " _ R ., I L � 1 759 1 be -c-16- S , IL Matt _ P 73 - Sc _ Rd.. IL _ 107 6.757 - 15".1 ...21 .24 D 16 . . IA -r P >> P - 3 I 538-1041 _Neat 10001 = mo- t`_ P IL - 17 18, L 1 _ ,_IL Mc Berl 4-67-60-14 121W eka,lL 61 2 15 16 nE IL3 = 3 _' -1 114 E. SL, - : IL 41a 7 V, Dec -16 S East Iftfim IL _Q30-9 I � rim Karnmier (309) 752-1595 1tt 1 1612 1200 13thA - ast Wfi _ JL 6-12 23 9 T 9 "A Ar.24 16 Deo -16 S S 16 Total: IL i ) 792-91 1 121 1- St. S' - . IL x1282 _ 1, 67 - 16 373,560 P _ �- = IL jake _. X6151 -5574 1024 - R St= P tL 17 40151 17 Gemini Con Streator. IL P . _ P _ 8151 72-2517 S_ ' _ tioSt3, IL 61 6p j 17 Garden _ - . SD. enHames, IL � 6 11 _ 3701 16Garden St, , IL 22W 8*12 17 Streator, IL - CaE2_ - U Pskn 18151672-2517 204 S. - ton St., Stmatof, IL 643154 7� -- 24 ,41"Ar 17 C � IL _ : k 815 35&3-=700 x4Q41 100 W. Woodstock SL - Lake. 1L 60014 6. 6 Feb -17 S 1310 } fr IL Ward S _ _ RE) 287-33 11-5 t W ton Street m_ ra torL IL 61701 18 3 ,IU%I r 1 5w,18"-2C,� 17 S Park : -` , ILEfr-en Solis I 7 384-5467 Butter PI Park a- IL 12 3� 12 1 15Z 17 P s I -dwamm (708) 361 -1 _ 7607 K , Paf*,s K -e`_ h IL 60463 Q4 12" 17 _ / IL Jori 7- - 55 W. St L 61 S 1 �23� _ 1 ��21�.24 X17 S IL D Ghaffinat 4534473 _ 715 Lk=ln Road, Marqueftel I1-61 1J71 1 - -17 S Ercteded hkbde Hum Pa - a � 3€-3% 5 -` E � IL 61 r�-17_ f tPT _Park M Sm 6121 17 10DO W,Lir _ t Pro$OW,IL 60056 360 - -12"e -n -17 UTILITY CONTRACTORS PO. Box Office: (309) 691-6653 , 65 1416 County Road 200 N Fax- (309) 508-7990 Goodfield, IL 61742 CITYISTATE CONTACT COMPLETED CIPP LINING PROJECTS ADDRM LENGTH SME �OlylpLETp_,. Water/ Ambient Gfts, IL Jeff Ift- -Curnber±pq) 26D -6M 300,C-N-fre C-erner Plaza. 64andale H!!qhts7 I L 60139 261 42" OCt_ j'f7 Shis, I L TM Graftm 792-9 181 1211 Ith Sl_ . S -#vis-. I L 61 M 1�� 8 oCt-17 Ed DOW4 (W OV4380 101 N. PWasanz St-, g2Tb6dd2e-IL 61238 975 12 Nw.1-17 s Cit jofPeor�a.IL Beth Undemood, - 4"14 3505 N. Dries Lane,PeorIL 61604 274 1z"A51' Nav-11 0�jp�e co!�A Ryan Siow (6 -'An 42 1 N. CouW Farm Rd.. _ - £ IL 60187 947 24"1 42� Nov -17 s Lincolnshire, IL Gurnee,'IL tns _a913-2383 IsnHw*- L�4 David (847) 599-7550 One- 01de Half g�y Rd. Lincofthire, IL 60069 325 N. O'Plaine Rd., Gurnee. IL 60031 4,767 2D6 122" lar Nov -17 Nov -17 s s SL Charles, IL Dave Todd Lq2a762-707 I � hftn W � St Charles. IL 60174-1984 5®7 -jan- 18 s T> CQqve,5-I%xmTwpm Qq& 6WAMS 21308 IL RoLft 9 Tremor -a, I L 61568 1.416 24-.W�W Nov -17 s Geneva. IL Jan*s-, Childress. (M232-1-551 18M SoiAh SL Gemwa, IL 60134-2547 5132 6"ArAwIr Dec -17 s n. IL Ward Srorr M 287-3334 115 Eas! Aq!�-�-Ipq Streel, BW 2a!n IL 61701 3270trMV.,124.15".20" Dec -17 s Batavia. IL Tim C4irnM-L-(630,)_454-2756 200 N. Raddant Rd, Batavia, IL 60510 5,041 Dec- 17 s IDOT Vw1ous Locations 1L 00 Hao� M L -) 671-3M ft -7 Bfad Sduaderi (815) 6371-66M 401 Main St, PeOM- IL 64602-1111 1605 Ave L, ed�, IL 61081 2.OVT 1 fr. 2W'. Wj, 36r. W 196 Jap -48 Dem -17 s s FraMfort, I L ~e, X8151 469-2177 432 W� Ngbraska&, Fankfud, IL 60423 6,M w- Dec -17 117 Total ARY-st Horner Gkm IL Tom Lw -d (708) 42MM 7455 W.- Duv-a-n Dr, T' r-* Pak IL 60477 140 36" Dt-,-- 170 s 303,975 \ _ UTILITY CONTRACTORS P.O. BOX 65 Office; (309) 691-6653 1416 County Road 200 N Fax. (309) 508-7990 Goodfield, IL 61742 CITY/STATE CONTACT ADDRESS LENGTH SIZE kOMPLETEI Water/ Ambient Danville. I _ _. David 21 431-2288 1155 East Voorhees, DanviRe. IL 618-32 174 84 Dec -18 S 408,893 LkTwsjoine Towashio, IL r P_- _7 i Court, 1L 61517 1€252 1r- � 1r- J : 1 S ��ueft He -s. IL - 7 5 E R e IL 616 8 Jan -19 La IL _ 9 m tL Pe- r " � - 111 Ward 287-3-334 5th SLS IL 61 115 t a._ n S t o IL 61701 X82 25&53 8 6 4 1 War -19 S m _ , IL Matt_ m P� . 736-480, e_ 5 _ = S} tt Rd .. g L 601,07 _ - 10{ 41 1 Jan -19 '._ C R O - 1 X702mly Road . IL 81 1 227 1 1 !L200_ 1 7 7 N EuTeka t ®lL 617 1 1 1 St- C x . IL. D T X632) 762-7871' 2 y 5� S , t C _ L 1 4-1 - 1 � = - 214' - _1 S IL t397 1 SL W. ton.IL 81671 1 16 1 S East P s. IL O iBarron_ 6 716 j t t o . IL 51611 17 - 1 1 Mirdele4n. IL R _ 71 3 64 440 E, Cle'n, IL 60060 4,331 fr 1(r Mar -19 S Cretev"d£ IL I Pedormancen L= A - jLaJO 918-1237 217 W Jolun St, Piano, IL 2.283 r - 16 --18 Ore'—da, IL Nal Sys BCS r 1 Eg SIS- =- Stg IL 61401 311 =15 1 S CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS a a San"Itary and Storm Sewer Lining For the municipalities of Glencoe, Glenviej, Mount Prospect, Winnetka I DATE: 2/14/2020 BID OPENING: February 24, 2020 — 1:00 PM Local Time LOCATION: 50 South Emerson Street, 3'd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. The bid opening will be extended one week. The new bid opening is: March 2, 2020 - 1:00 PM Local Time same location. Page 1 of A 61 1 111! q���''-gjjio, qill :4130U0 I —1—TM4 *01 4L-1:111, 1, 1 VILLAGE OF MOUNT PROSPECT, ILLINOIS San'Itary and Storm Sewer L"ini"ng For the municipalities of Glencoe, Glenviej Mount Prospect, Winnetka I BIDDER hereby acknowledges receipt of Addendum No. 1 Company Name: Signature: Print Name: Posi A q 970, 1 ................. CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka DATE: February 18, 2020 BID OPENING: March 2, 2020 LOCATION: 50 South Emerson Street, 3rd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. 0 Schedule of Prices on pg. 18 has an additional colunm called Grand Total for units: Page 1 of 5 Page 2 of 6 2020'7'_'­"2021_ Item No. Items UnitGlencoe I e Glenview e Mount Prospect Wi n netka grand Total Bid $ Bid $ 1 „ Cured in Place Pie LF 1225 4547 3,854 3 175 12.801 10" Cured in Place 2 LF Pipe 835 1 278 3984 230 6,322 '12" Cured i n Place 3 LF ------------ .mmrmrm��n�rnnmmmmmmmmmmmm�� Pie 210 10,363 2,506 13 079 15" Cured in Place 4 LF Pipe 21226 S 538 2 854 18" Cured in Place 5 LF Pie 1 153 1 225 2 379 5 0" x 30" Brick LF 257 ............. 257 1 "Cured in Place 7 LF Pie 288 244 532 8 4" Cured in Place LF 7" Cured in Place 9 LF Pie 30" Cured in Place 9 !Pie LF 3 3" Cured in Placennnnnnmmmmmmmmmmmm 11 LF . . ................................................................ Pie 11$ 35" Cured in Place 12 LF � ------ ---- --- Pie 13 20" Storm l Sewer LF 398 398 14 8" Easement LF 35 350 385 m mmm m 15 IlHea,vly ,,,,Cleaning,LF 11000 11000 ' Reinstatement of 15Service- unitary Each 'ISewer 12 108 1 457 24 j 501 17 Protruding Tap _._._.__w. ............................. removal:ach 10 10 18 8" End Seals Each 22 22 $ $ 19 10" End Seals Each 2 2 20 12" End Seals Each 24 24 21 15" End Seals Eachl 4 4 22 18" End Seals Eachl 12 12 23 20" End Seals Each 4 4 24 1" End Seals Each 25 24" End Seals Each 28 7" End Seals Each 27 30" End Seals Each 28 33" End Seals Each 29 35" End .Seals Each 30 20 x 30" End Beals Each 2 2 Grand Tota Page 2 of 6 Appendix A pg. 55 Local Water Plan explanation. Question from contractor: Can each city confirm they will allow us to connect to a hydrant nearby the project site? The current language makes it seem like we need to leave cost in there for running back to public works or we won't know until the pre -con which is too late. Because we can only provide one price for 8" CIPP, if one city doesn't give us access to local hydrants all communities pay a higher price. a. Glencoe — "Public Works facility has exterior water hook up which is accessible from street and available between 7:00am and 3:30pm." b. Glenview — "To be coordinated at the pre -construction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device." c. Mt. Prospect — "To be coordinated at preconstruction meeting and water fees are waived upon receipt of Village supplied water meter/back flow device." d. Winnetka — "arty water required by the Contractor for operation such as cleaning or curing will be provided to the Contractor at the Village of Winnetka Yards Facility Located at 1390 Willow Road, from hydrant located at south end of Garage" Answers from municipalities: a. Glencoe: hydrant hook up will not be allowed. There is an exterior 3" hose hook up at the Public Works facility at 325 Temple Court. You can map the facility location and see that it is less than 5 minutes from the lining sites to the facility. b. Glenview: The Village of Glenview requires a onetime $750.00 refundable deposit for the meter with a backflow preventer and the contractor can pull water from any hydrant. The refundable deposit can be paid at our Finance Department in the Village Hall anytime Monday through Friday between 8:OOAM and 5:OOPM. The meter can be picked up at our Public Works Department Monday through Friday between 7:OOAM and 3:OOPM c. Mount Prospect: Mount Prospect will provide a hydrant meter to the contractor free of charge. As you mentioned, we do have some sensitive areas in town that will be off limits. I will let the other municipalities respond to their water plan and create an addendum if they choose to answer. d. Winnetka: Depending on the location of the relining, the condition of the existing watermain near that site, and the time of the season the Village "may" allow the contractor to connect to a fire hydrant nearby. Because of these unknown variables for consistency in bidding we would ask that you assume that you will need to et wate gr from the Public Works yard. AMOMOM BIDDERS ACKNOWLEDGEMENT OF RECEIPT VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka BIDDER hereby acknowledges receipt of Addendum No. 2 Company Name: Signature: Print Name: PositionfTitle: f -14k, Date: OL I Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the Page 5 of 5 CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka DATE: February 18, 2020 BID OPENING: March 2, 2020 LOCATION: 50 South Emerson Street, 3rd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid documents. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. Schedule of Prices on pg. 18 has an additional column called Total for units. Please note Glencoe's totals shifted on the last addendum. They are correct on the new schedule of prices. Page 1 of 3 Schedule of Prices Company Name., Address: City, State, Zip: Ite Items M Unit Glencoe Glenview Mount Winntka e Grand Bid Unit Year Bid Unit Year r Total No. 0. Prospect Total 2020 2021 1 8" Cured in Place Pipe LF 1225 4,1547 311854 31.1 75 121801 $ 2 - 10" Cured in Place Pipe 11 - 11,1111, 830 1,278 31984 230 61322 $ .................... . . . . . ........ . F 3... 12" Cured in Place Pipe LF 210 10,363 2,506 13o079 - $ . .............................. 15" Cured in Place Pipe LF 2,226 638 2s-8--6-4 5 18" Cured in Place Pipe LF 1,153 1,226 --- ----- ------ 21379 6 20)) x 30" Brick LF 257 267 $ $ $ 7 21" Cured in Place Pipe LF j 288 244 532 $ $ . . . $ ..................... 8 24" Cured in Place Pipe LF .............................................................. $ 9 27" Cured in Place Pipe LF ................................ . 9 Po" Cured in Place Pipe LF $ $ 11 W Cured in Place Pipe LF $ $; 12 `36 Cured in Place Pipe .......... ........... LF $ 113 20 Storm, Sewer LF398 . . ........... 398 $ $ $ ..................... 14 8" Easement LF 350 385 I $ $ 151 Heavy Cleaning ��LF 1000-- A 11000 Reinstatement of Service -i _16 i. Sanita!y Sewer Each 35 108 457 24 601 1'Protruding Tap Removal 7 Each, 10 $ 18 8" End Seals 8 Each 12 22 22 $ $ 19 �10" End Seals 19 Each 10 2 E 2 $ $ --20 -12" End Seals Each24 Wi ---------- --- 24 $ $ 21 115" End Seals Each4 .......... ..... 4 $ 22 18" End Seals �Each 12 1 12 $ 123 .20" End Seals Each 4 4 24 21 " End Seals Each� $ 25 24" End Seals Each $ 7" End Seals Each $ 27 30" End Seals Each $ 28 33" End Seals Each $ 29 36" End Seals Each $ 30 POPP-x 30" End Seals Each 2 11 2 $ Summary of Cost BIDDERS ACKNOWLEDGEMENT OF RECEIPT CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Sanitary and Storm Sewer Lining For the municipalities of Glencoe, Glenview, Mount Prospect, & Winnetka BIDDER hereby acknowledges receipt of Addendum No. 3 Company Name: Signature: Print Name: Position/Title: Date: )erf �6�.4iYv Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Page 3 of 3 ATTACHMENTA VILLAGE OF MOUNT PROSPECT SEWER MAINS TO BE LINED 2020 CENTRAL RD w co D m N W9 CAMP MCDONALD RD DEMPSTER ST _q4Go �Ns�SRR46 EUCLID AV KENSINGTON RD GOLF RD (RT 58) J O SEMINOLE LN N W+E S SEWER MAINS TO BE LINED 2020 M c0 F- cn 0 I— z J cn AKTON ST MAP INFO AS OF FEBRUARY 2020 Printed by JJP/PW F:\\\\2020SEWER-TOBELINED.mxd E mo t CIPP MAINS AS OF FEB 2020 C-1 co DEMPSTER ST %moo, U) LLJ MAP AS OF FEB 2020 ST BY JJP/PW