Loading...
HomeMy WebLinkAbout9.1 Motion to accept bid for 2020 Water Main Replacement ProjectItem Cover Page 0" Mwbubject Motion to accept bid for 2020 Water Main Replacement Project in an amount not to exceed 648,705,85. Meeting September 1, 2020 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - ':1scal Impact truc Jbollar Amount $lf648,705-85 'W Ludget Source Water and Sewer Fund 1%.". a t e g o ry VILLAGE MANAGER'S REPORT Type Action Item In the current budget, funds are allocated to replace aged and deteriorating Village -owned water main. Pursuant to the findings discussed in the 2017 Water Rate Study, this year's proposed project is scaled to continue a multi-year process of reducing the life expectancy of water mains to 130 years. The improvement will increase the reliability and sustainability of the water distribution system. Analysis performed during the Water Rate Study indicated that our former rater of renewal approached 600 years. This project includes the replacement of 5,326 lineal feet of 6"" diameter water main, with 8"" diameter class 56 ductile iron water main. The project area is depicted on the attached map. Streets affected include South Owen Street, South William Street, South Albert Street and South Louis Street. The class 56 ductile iron water main will be installed in open cut trenches under the eastern drive lane of all eight (8) blocks. The project includes 13 valves in vaults, 19 Mueller fire hydrant installations, 129 water service connections,195 feet of storm sewer replacement, and various pavement restorations. The work shall be constructed in accordance with the 2020 Water Main Improvement bid documents. ars KA��� 1 Detailed plans,, and bidding • • '; . • facilitate contractual performance of this work were prepared by the Village's engineering consultant for this project, Burns and McDonnell of Downers Grove, Illinois. A copy tif the bid documents and project plans are attached. 0 The bid documents were sent to 20 area firms who have experience in water main replacement projects and to all firms that previously bid on past water main replacement projects. The work was also publicly advertised as required by tht; Village's purchasing !• On August 10,, 2020 the bids were publicly opened and read as required by Village Code. The following 14 firms submitted bids (ranked from lowest cost): Contractor Base Bid Mauro Sewer Construction (Des Plaines) $1,498,823.50 J Congdon Sewer Services (Carol Stream) $1,551,080.50 Patnick Construction Inc. (Franklin Park) $1,590,155.80 A Lamp Concrete contractors (Schaumburg) $1,644,927.45 John Neri Construction (Addison) $1,665,634.00 H. Linden &Sons Sewer &Water (Plano) $1,727,780.00 Gerardi Sewer &Water Co. (Addison) $1,770,481.50 DiMeo Brothers Inc. (Elk Grove) $1,897,492.00 Copenhaver Construction (Gilberts) $1,967,164.00 Vian Construction Co., Inc. (Elk Grove) $1,973,518.20 Berger (Wauconda) $1,986,339.45 Martam Construction, Inc. (Elgin) $2,235,181.00 Joel Kennedy Constructing (Chicago) $2,305,225.00 Rossi Contractors, Inc (Northlake) $3,471,681.39 Engineer's- of Probable•$1,500,000. All bids were reviewed to ensure that the documents had all appropriatc signatures and bid security. All bids were submitted with requisite documents, security,, and signatures on two addendum. Both addendum are attached. 2 Based on the review of the bids, reference checks and past projects, the lowest responsible bidder is Mauro Sewer Construction of Des Plaines., Illinois (Mauro). Mauro has performed work for the Village in the past. Most recently,, they constructed the 2019 Storm Sewer improvements on Forest Avenue. Work on the project was completed satisfactorily. In addition, reference checks indicated that Mauro has satisfactorily completed comparable water main replacement work in other communities. In 2019', Mauro worked with the Village"s consultant,, Burns & McDonnell, on street rehabilitation and water main replacement projects in Elgin, Illinois. The project consisted of the replacement of approximately 3,000 lineal feet of 8"" water main. Mauro also recently completed a 4,,300 lineal feet of 811 water main improvement ject for the Village of Northbrook. It is the opinion of staff that Mauro Construction is qualified to successfully prosecute this proposed project. Since the project includes underground work, there is a possibility of unforeseen repairs. Staff is requesting a 10% contingency ($149,,882-35) to address any of these unforeseen issues should they arise. A 10% contingency would bring the project award total to $1,648,705.85 (the $1,498,,823.50 base bid plus the 10% contingency of $149,882-35). Alternatives 1. Accept lowest responsible bid from Mauro Sewer Construction of Des Plaines, Illinois to construct the 2020 Water Main Improvements Project. 2. Action at discretion of VillageBoard. Staff Recommendation Staff recommends that the Village Board accept the lowest responsible bid submitted by Mauro Sewer Construction of Des Plaines, Illinois to construct the 2020 Water Main Improvement Project (Owen St,, William St., Albert St and Louis V St.) for an amount not to exceed $1,648,705.851 ATTACHMENTS 2020 LOCATION MAP2.pdf 2020 LOCATION MAP -pdf VOMP-2020 WM Planss—For Bidsdpdf [preview].pdf VOMP-2020 WM Specs—For Bid (1).pdf VOMP-2020 WM—Addendum No. 1.pdf VOMP-2020 WM—Addendum No. 2.pdf Mauro—Sewer—Construction wo financials.pdf Ell W+E 2020 PROPOSED WATER MAIN IMPROVEMENTS Fp Ros A ��IIIIIIIII C�.I ouomm �� ou� mlmuullll'01p°000lol uum lummmuwnmuuuuumwnmuuuuumwnmuuuuumwnmuuuuuuouuuuuuuuuuwnmuuuuumwnmuuuuumwnmuuuuumwnmuuuuuuo uuuuuuuuuuuuuuuuu � uuu"" o uml I uuuu111°u uuuuum . . . . . . . ............... ................ "I", �"'' uuuuuuuuuuuuuuumwnmuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuwnmuuuuuuuuuuuuuuuuuuuuum a uuuuuuuuuuuuuuuuuulllllllmmnuuuulllllllllllllllllmmnllllllllllllllllllllluummnlllllluuuuuuuuulmnmuuuuuuuuuuummmnuuuum o Immnuuuuuuummmnmuuumum uuuuuuuum !� uuuuuuuummmnuuuuuuuuuuuuuuuuuuumuuuuuuuuuuuuuullllllllllummllllluuuuuuuuuuuuuuuuuullmuuuuuu uummuuuuuuuuummmnuuuuuuIII, uuuuuuuuummmnluuuuuuouuuuuuuuuuuuuuuummnuuuum uuuuuuuuuuuuouuuuuuuuuuuuwnmuuuuuuuuouuuuuuuuuuuuuuuuuuuuuuuuouuuuum o uuuuuuuuuuuuuuuuuuuulllouuuuuullllllllllllllllllllllllllllllllllllllllllllllllllllllouuuuuuuuuuuuuuuummnullllllllllllluuuuuouuumuuum m uuuuuummnuuuuuuuuuuummnuuuuuuuuuuumuuuuuuuuullluuummnuuuuuuuuuuumuuuuuuuuuuuummuum I I uuuuuuumwnmuuuuuuuuuuuuuuuuuumwnmuuuuuuuuuuuuuuuuuuuuuuuuuuuuuumwnmuuuuuuuuuuuuuuuuuuuuuuuuuuuuuumwnmum Mllllllluuuuuuuuuuuuuuuuuullllmmnuuuuuulllllllllllllouuuuuuuuuuuuuuummmnuuuuuuuuuuuuu mmnu mmn uu mmn uullll uuum mmn uuuu mmn uuwnmuv 'wmlw ,mw^ � � � VIII uuum mmn uumm m uuuu m I mmn ummmnl m mmn ummmnl uuu ILII m �uumnmm '" "'N" '_... qm^ � ^� wn uuol uuummmn mmn uuuu mmn uuuu m mmmnml uuuu vs E COU NCI LTRL J� �I p Z' F- p1 _ W�� �� W C� �1 �� to V� ij '04 O� W Z J I LU W 0d14 LU a o W Z J — MORGAN OBRIEN ST Illm'II����������������������������������m����������������������������������������������llll �" Illllllllllllllllmmnllllllllllllll�lllll�llllm��������l�l�lllllllllllllllllmmn Illllllllllmmnll�llllllll III m mlllll���u�llllll I '+hr� �� m m � IIIIIIII aLU F v L uuMhmn or1 0 � m �� Im Him m�°��� III Illlllllmllmn ��� N = E IN Illlmll S BL III 111µL0. � .�.., 111 . o . ,. �,,,.. o� IIII L IIII III � ,�, ,,� ,,, � ,,, �. , n mmnuu mumu uum ism„wm m u u;, a �� �ar�, �,.. � �� � . � �, Weller _, _ SII m mml mml mml mml mmllllmml mml mml mml mmllllmmllllmml mml mml mml umm �� IIIIIII� "�»�� a u a.� m GOLFH U AV INN RST IIIIIIII VIII = IIIIIIIII IIIIIIIII �IIIII ���Immn I���� �m ���� IIIIIIII IIIIIIIII � ,,,., a �o r mlmuullu'01puoolo E SUNSET RmD 'Im ��mmmmmwmm"”"�,mrwmmuuummuuuuuuuuuuumuuuuuuuuuuuuuuuuuuuuuuummuuuuuuuuuuuuuuuuuum muuummnmuuuuuuuuuummnmuuuuuuuuuummnmuuuuuuuuuummnmuuuuuuuuuummnmuuuuuuuuuuuumuuuuuuuuu uuuuuuuuummmnuuuuumuuuuuuuuuuuuuuu �mmmmmwmm' ummuuuuuuuuuumuuuuuuuuuumnmuuuuuummuuuuuuuuuumuuuuuuuuuumnmuuuuuummuuuuuuuuuumuuuuuuuuuumnmuuuuuummu j�uI uuuuuuuuuuuuuuuuuuuuuuuummmnllllllllllllllllllllllllluuuuuuuuu uuuuuuuuuuuuuuuuuuuuuuuuuuuummnuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu uuuuuuuuuuuuumuuuuuuuuuuuuuummmnuuuuuuuuuullllllmnmuuuullllllllllllllllllmuumuuuuuuuuuuuummnuuuuuuuuuuuuumuuuuum 'I�uuuuuuuuuuuuuuu ummmn uuuuuuuuuuuuuuuuuuuuuuuuuouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuouuuuuuu uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuulllllllllllouuuuulllllllmuuuuuuuuuuuuuummnuuuuuuuuuuuuuuuuuuuuuuuuuuuu L W �I L6 J O �i00 � IIIIIIIIIIII W IVIE. .F... ...... Gl.... VIII mmmmmmmmmmmmmmmm mmmmmmmmmmmmmmmmmmm�mmmnmm1000,III IIIIIIIII �I m m mlmumumlmumumumummu mumlmumumlmumlmumlmumlmumlmu IIII4IIINiumI m mlmummmumumumu II "' m Imummmummmumumm u I ullu� mummmmmmmummmmmu II Immmmmm uumuummumllllmlllllmllllmlllllmlllllmllllmllllmllllmlllmllllmllllmllllmlllmllllmlllmlllmllllmlllmlu mmlmumumummmlllmlllmlllmllmlllmlllmllmlllmlllmllmllmlllmllmlllmllmllmllmlllmllmllmllmllmllmllmllmllmumumumumlmumumumlmuuuuuoomomum�mnmmm O � C uomlmwmumlllllmmmmummumml � � Fauum�.RD uuuummmlmuuuumuuum '""u' uuummuuuummuuuummuuuummuuuummuuuummuuuummuuuummuuuummuuuummuuuummuuuumiwimuuumuuuummuumm uoummnmmmnmmmuuuummummmum uuum. � ■ uummnummmnummmnummmnummmnummmnummmnuulmnmuulmnmuulmnmuulmnmuulmnmuulmnmuullmulllluumnmumuumumuumumuuml mnmuumnmummuuummnmuumnmuumnmuumnmuumnmummuuummnmuumnmuumnmuumnmuumnmuumnmummuuu uuuumumumlllllllmlllllllm°°°m°°°Im°°°m°°°mllllllmllllllmlllllmllllllmlllllmlllllm111°m°°Imummummummuumummummumuumuumuumuumuumuummmuummmuummmmm �IIIIIIIIIII�IIIIIIIIII�I� luum°olllmllllllllllmm�m 'uuumumummmumumn� uuuuuuuumuuuuuummuuuuummuuuuuumuuuuuumuuuummuuuuumuuuuumuuummuuummuuummuuuumuuuum uummmmnmiiilmlumiiiliiiimlioi"w��ml�lllll@!II �IIIIIIIIIIIIIIIIWN�IIIIIIIIIIIIIIIWN�IIWN�Illllllllll�l�i ummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuuuumuuuuuuuuum uuumumomem mmnummuuummmnummuuulllmnmulllmllllluumnmluumuuummmnummuuuuumuuummmn uumnmuumnmuumnmuumnmuumnmuumnmuumnmuumuuummnmuumnmuumnmuumnmuumnmuumnmuumnmuumnmuumuuummnmuumnmuu��uuouuuuuuuuummN" mmuuummnmummuuummnmummuuummnmummuuummnmummuuummnmummuuum F:\\\\WATER MAIN IMPROVEMENTS\LOCATION MAP.mxd Map as of January 2019 By JJP/PW 2020 PROPOSED IMPROVEMENT LOCATION 5 10 x E a: z 0 P 0 z W 2 LU 0 a:w CL V- 0 OC W ©a (L n CL n M Zl% u. a m co — Z6 Cc) ' soa xm d w o .c -N p._.;o� W w wnoM 0 aOSSH z Q U a UJ /Zz = z WF- 11z J V to r a P as 4JqPOOM r is " z Cl) Ns PIN IN XO - /i f r r� Uj �,� O �9�z �, O U a "rr aµ ; "v aaa r a oaf. arf� W /1 I ; W fir;,All Z jj w � ew�u aaa , ,r ) z CO Z •—� w ��,� r1, 4 ' w o w ti 0 co ',,°" Q as a 12 ,/1' �rft a 0 0 CL . O �`' ... II J .a aha ail 103dSO? d 1W r d J m "vc; 0041v B9 ,a Pullow ww cii ts POWYU-, w Q T' N /ii?✓Qf / a� �P ryj� r��lry _ .� ✓Ir � � AJ J w� M �p N W o iii J I1'r'd"�''.MUM'2 i'" 'gip .9a2 %' !`w T% rte^ Y c Z r v �' N wwN� ... M 77P CL r' r r r 0 �. 4. qua m 3)J ONS a O I�-Z i(!d ! yr r Jia '� to ow i 0aiaC VI CCM .1r ` n ' �k� "fir 0 _ az o Z 1S aaaamo ��lkm as - W i a t J w O U / ' v O F- is POMIS S w ry d. at ,% _O d ,a IV 545,aar C) 0 ( ) AD /baa , ga C 4` 0 _ L 0 CD Uaaa .. w. 0 Z o LLp Z z o�� U z 7V��( ,,:, „�� ar� r,�. n p .i ;,�Cr ad06" r `�+. W 8, � L� ip"Co � z �'�<Co 0 00 UJ Z i"'j H Wa0 r -- � � a b a s e i C 7 6 ;� W h "��`� m`'y '/ ms i 1 rr r �r �,, (7�I lS2Jf�HW13�a a, r� , � 0 AV PIRPH S, "Ohliv WWI W, a WOOD 00 N O CN U) F F- < ..� W c com a a z www www < JJJW-LLLL WJJJ WW - - - J J J LL LL LL Z 000a�a000��W Z O a.aaociaaaa000 ` J ) p p p Q <Z Z< q o ] z z z uSw a¢�zzzzzz¢¢a a F-D zzzgd<,' cz c<czzz m U pzw JJ�CLddQQgddd ° 0 ZJ= char✓ ciu~i°-0-0-�v~ic~n '� "- ai .:r c~nc~nc~n���c~nu�ic~nl—I—h uacnrn a) L s J www q�r z z z< Q Q wr/)UCC x w JJJ -p L 0wO`7 W W W JJJ���mmm Fd-I�-h<- rp c ♦+ �j ���->-y-yOOOJJJ www - - zw W 1�1 U Z z J O U C z Q p u W t7 000 r— NMS} t7 D1-W 670 -N NM U 000 00000000 Oa-. -r OQO U 000 U SoUUUUU000Qoo 0 'o � U U U U U U U U U U U U U U U � N u o -p N h- C U o u � u c ONI`.WHdWOOONIa33NION3113NN000W'8SNHns 6LOZ@iHDPJAdOO 8 ¢ m V o W LL (7 LU x — g m 0Z¢ (n Z O �zZ❑ a- w ¢ F F0 0r —Oa-, O wmY F J z m� J0 ry a 0 ❑CD ��_ UQ W �LuoIr ��'a [if CFnoW �HZ z° }}wwo a--mC7 00 �¢pWQ °w0 F- O V J � � o WO M LU4) a ¢ w U (n V) AZO W F w� 00 LL FD clLLOz X } ❑ W p W w U a- Cl) } U U) LL F¢ 0 F U F u) OuJ=FCnJQ w z a- X Q Q z z p FOQW QOOUOW N O ❑ = Df w z= W F LLI ❑ U) z U w❑ 0 w F¢ U 0�=-Y z== U W F� o 0 F m L6 o�LLOoWU FU) 2 z Z W W QQ= F ❑ F (n7} F 2mU Z 1 W ❑JOO UW�� N U 'FzJ Y N N 0 = O W 0 d Q m C �Fa-�OJ0 w 2 QUa-�FVFU— LL UZQ�=> ZQ X F W 0'< Wa- = pQ Y Q V) O❑LLIU�m=�Zw - F U— J_F=}ZFZ=a- wQUFQWU❑Uw LOU zm'p W WQ wJZ0 a Cl) �z ZG Mail U�M� acs-� ❑}wp a -m=— UFFU W Z v "�' � wC: z > LLI a O m 0 0 Z _o N U) a o �❑ O 0p}p J 0 = Q Z J z U J 0 w Q = Z—U Z a- j ULL � w O o O w Q w W w w U o a- w O w Q >=Cn U` ❑a- Y JJFU❑QJa-DU) U Q U w J Q Q w ❑= w m U=LLCnJ FoZJ = J _U� LL Z O O '� m ��CAW a -z z O U No No Y t Y o U m J Q W❑ Q w z Q n O ���11�� V IX W w (7 JJ _z WUQ w2 U=Q�O❑QP-U)z wZz LL 00- Oa- ly QO3 — JQ W_O= of WO[QF�Y FFC,) W 2 QaLL ❑ FO F W LL �" ' ❑ J J Q F- QO C (D N � J= QU CI W 0 0❑ w co z a- a- 0 o UU❑O>>00_JF ❑ N -a (\ Q W 0 w�FzW U) W w W m �Q O F FCCF� 0 0 0 2EZLLU Lu W J❑ o LL W O Q U F =w LLIJZW C)0' W -p C JF F� Q� ❑a- p N0 a❑0_J a-'U)F =(nQ❑ Fz❑W O C N N N M ZFFW W QQ UFOUQW Z W LL wZw JwlzF�z'n❑ ZOQFU zc�w❑ pw=UZ ZFQ— �00Fp ❑Ucna-w F02 O=QFF ozpj0 }U>a-� a -F O W UU 0F❑ -JU)—mWw uFjUwOUa- Z>QUF Z Z U J W F =Qa-w W F��=a-' LZLI>�Om zOa-FJ 0 2 (n❑ �O❑ =OF❑ FU 0=W a-wQQ WZ Of LU On - W FD J❑Qa- ZJ zF= =}zwzU)�z� a-'QZ= WoW(Qno `cam v0 E u) 0=Y CC LU ❑ z wz0 ❑ ❑0Lu w Q o�Q�wF�=a J U 0 Q z U)Q LL J J J cr w J U w W O o O >O w w z F F W of � U w w Lu ❑ J z J p OLL w w H w C7 } Y p (J LL ❑ 0 w w ❑ 0 U O OC F LL CO ui O ¢ w ❑ ¢ LLIU Of LU Z O F H � O 0- z Q W O LL p W = Z W O 2E w Z z w w O w U } a - Q ❑ ¢ w w ¢ w ❑ U ❑ O =a- Cn W wCl) W' o J w Q J z U U Q J a- a- a- w w W w W m ❑ U Z > z L w LL J o a- < o O ❑ o ❑ ❑ Q U T W Z U Q W Q Z Z J W > > W ❑ J W Q 7 > F Q Q W ¢ ¢ ❑ O w LL C7 C7 O U uJ CO F F a- ❑ u) U v) ¢ U) Z a- ~ J X O LU Z Q a- wO� Z F F O = Q Q z J > Z_ Q F 7 W U F F O J Z Z J 2 z O W m 0 0 W F zQwzz 0000❑ W Q 4 3 @ • 2 G p ® 1Q ❑ J ❑ Z W W W—¢F— (%% LLQ w # A 'f z F qw ❑ z L—JL FOO_ W m ti Z ZO_J0 m F W w F Y w w o m w z mQLU ❑O==CnmU2U W a = z Elf z a z Q = O z a U r ;❑ Z Z J 2 z O E E 0 0 0 F a- N W 00 = v F Qa m O W W z w z C 7 p O p (Y=�F¢ = LL U W w 0 Ofif— z U` a W zUp ZF=Z ❑= n O❑ z a w F zcn Ute¢ Q www w❑0 LU J Z W w O O W O w LL Lu Q W j m m 2 W Q J w O Q w w U Q w�F<Ldm=zvi m � z(n OUZ = J LL LLi oc o X Z w D U) z Q == 2 � w w m0 Fn F 2 O E Q ❑ Z w w 2 J J ❑ W } a- Z w Q z z 0C O p = } co 60 > z ai2i w zu~i J F W 2 F W = O J Z J mMLL2= a z W J Z�? O m z O } ❑ J O O LL O a- > U LL U m z v v U= OJT > F Q= ~ z w w z w~> W LL F � w W W W co = z ¢ OF w w w Q F ❑ Q ❑ O J J J � Q ¢ 0 Q — Q m U U ❑ w W W LL LL U` J 0 U u) F F F F ❑ > Q Fa- > CD u > w z LL m W o w w Q � a J ¢ a- z = F Q O U _z } Q U �0000 ❑ _ o w } Z w J fr LL F = 0 W N FO WF J F Q W Q Q J 2E F U x �z a- ¢C7 W = W Z F F aFOQ ¢pww W ¢ O F z W ¢ 0 w OJ F- W LL CO Z d' = Z (Y LL u) 2 O ¢ LL ¢ LL LL ¢ (nQ�a z z c~n Ua-O0 m 0 Elb 90 0 �g s �— ® a F=la (1) -,t F J W W— ¢ J F 3g '�' O z ¢ LL m m m zwgQrr O�w0LL w J O O O ❑ z 2 ~ m ❑ W W W Z W ❑ FO ❑ Q F U w w Q F ¢ _ ❑ W > U W U = ❑ O O Q w JO Q Q D _j X Z Z (D u) m U U U U ❑ ❑ ❑ W w LL 2 Z Ovi¢QW� U)Lu Q w V) ❑ F LU U) U a- F Y F ❑ ❑ F W V)z Fz ❑ZFO J Q W �J U) Oz=U H N za-z� zFw wQ =U z O �O ❑(n Q❑OU W Z W Fa- FLL 0 2 W FF❑ W Z W O F❑U2 0Y V)� W W Z C7 p iv O O w W o U F LL' O o =J — F = FOZ F O z ~>Z Q W U— 0 ¢ �❑ W LL Q(n J O z m 0z2 O T� Q z �❑ acz J W❑ JQo ¢ LL ❑ Cl)w o f = U z Z Q= N F w O LL J ❑ F❑¢0W?) U)F oOD �W F Om W W (YQ �W ZZ } ZLL U) (D QQ J w> O O J O�? O F O ? Of c) W W LL LL ¢ F Q F W ZO ❑ Qd JZ m ❑FQ > Q Q > Qw O O� J U)❑a-' otS Of W m J J Q J X Q LL ❑ pLL���LLwwcn❑ W O w wF U UgU = H=Q2(U7�0p O❑ (nz}—LLF 0 UY ❑ �� ¢ ¢�0 J M F0 ❑� U (9ozQOp w Qa- W r-, a_ LL j 6 ¢ m V o w ILL C7 x — g m Z Q Of w F O �, o � J oo Ln o a LU LU zILL t L) in ❑ O C) Z WO co W ❑J O Q U Y w > LU..- O J N CO H �M NOQ�NO T L > (� (/) m Z Z� a��z =Cii ��O-W�W 7 G o z C) ¢ � W M J _ a z (i O V � �� � 7/,00 o Y d Q F- ' N rn LU c� �I o N LL J ❑ } J D Q 70 O cli r co (Q O "O N O N L! M O N N >3, N N C O CL M T N O T cO G w z o w � w � � r w w r r r r r r r J W N ti ;t in ;t c-1 CI' N N N M V M M N M c -I M N CY ci .-1 c -I N N c-1 M N M M N m ;t N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Z M O QY' M M O N O 0 W m ui lD N N t0 00 t t t t t t t t Z N M O N N C' m N N M d' O LD N m CO CO W N m N LO O lf1 to M V'I lft N h N V m I� N M M ci' N er lD W V 00 m LO N CO .I, r l(1 111 ID LD r, F n ti (� Q Gt Ir V CY V it CT Ci' tt0 + O t + w m + W m + IT tD O O + W t + d' oto 01 + + + wt + 'r + + + + + d' + 0 + + + + + + O O d' w wt 0 N t r V1 m iD tD i27 I� n n Op W W m m m m O O O O N N N N N M M M d' d' d' V N Ln m 1I1 tD tD lD n t� h W W W O w _ � N N N A N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O N O = I'w O Z 8 U L N W W m N w ID Lf1 M M N M M N N N Lll ` O W Ll1 L!1 w N N N N tf1 d. O V y. CY W N N N W N N N W O H m N H m y. V1 N N W N d' 00 N w tf1 N 1n r N N N N N N N N N N N N N M N c7' N N N N N N M ¢ W aw V,d F- _Q W p w p CG O Z F- 0 a a W(A ¢ u1 CO p J w J r r r r ct tD N M O V tD O t t t t n W w m CF h ST Ci N O W 00 N M N N r r r r r r r r r r r r �F-, r J r r r r rrJJJJJJJJJJJJ CC CG CL J D' J CG J 0` J N N N N N N N N N N N N N N N N N N N M 1'� W m N m o0 UJ m N I� N m et O <Y .-� Lr1 N cr L!1 0 O m I. W m M N N N to m O 1. l0 m M O N Ln 00 m M h h N Lf1 m O d' V' m O N NM. t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t m m m m O O O O N N N N N N M M M T :t <1' m m m m tD l0 lD LD lD lD f, I� Ci d' C V Ln Ln Ln 111 111 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln LI)L!1 111 111 Ln Ln Ln Ln Ln U1 u) N w O CI in 00 4' m N W N M O N N O W N O 00 l0 N LD w w W w O J' N -It N N N N N N N N N N M M N N N N M N N N M N N N M N M N W co w � r r w < Q Z h m m w w co ca D Z Z Q Q w w v1 � J } .............- co Ln M N } O cc W cc � W W W. r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r W rJ p' 0' WLL ryCC JN d J p Jr d cc w cc w w = 0o o' o' p' p' N N N M O m N O O cT Z I'� N It Lf1 I� O O tD W d' I� N m W lD O r� M W M N 0 d' N M W W w w N C m h N C LSD O M M O N l0 to w N CmY ���� t t t Ot � O O to N N M 111 O N tD N N N m N 1p N N N Ln to In I`+ 00 m w w n O N w m M Ch w t t t t t t t f t t t t 00 r 0 0 0 N H N N + r O O N N N N N N N M M M ntY Ir dt' L f 1. 1 I.tl1 L 1 IDD In IDD kDD I`t� I`t� t` Oto Oto W Oto a) m Ott O O O N N N N N N N M M .I. Q M M M M M M M t~ N N N N N N N N N N N N � N r N O W s H = u U Z 0= �} ` h L(1 W N O� N 'HLo 00 N d' M tD N '"� O0 N 00 Ct el' N O l0 W N 00 tD N N W N N N W N M W 00 lD 00 N cY c} O N M N O N N N 0 K N N N N W M M N M M N N M N N N M d' N M N N N M M N N M N N M M r W N N Q I— W W Z W Z W cr O a N a_ t~ _ Z V) V LL, u0 w w O p OccW J w w W CC F- I w w �G Z Z r r O m m m m Z Z Q Q cr w w N ui A d 0[ J d N N N N 7' Ln w w t� Ot t+� N N N M M M M M M M N O O Ll1 N N N N J CG J J CC rJ K rJ F-rJ rK 13 rK Jr rJ N N NNN N N N N N N N N Nrd r0[ NrJ NrJ Nrd NrLC rJ NrK NrJ NrOC rJ rK rNp Nr W m m m m J' W W ct N N W O 1* O 0 N N M 0 N w W w M w cr O m Ot t� t tt � t t� t t t Ot t t t t t� t t tLn � t+ tLn � t M cl' CI' ZT m m m LD w lD h h n I, W o0 m m m m 0 0 0 0 N N N N N M M M M M M M M M M M M M M M M M M M M cf d' V V ci c1' R V cY W O CY N tD N O N O aj' M O N N O O 00 O"0'o cY 'o 't d' M N N M N N N N M N M N M N N N M N N N M N 111111111 111111111 1 1 Hill lill 1111111111 Jill 1111111111111111 � 1111111 111111 jl� 11111111 1111111 11111111 111111 1� 1111111 111111 ji� 'ONI 'ANVdWOO ONIi133NION3 -n3NNOODW F SNdno OZOZ 0 1H9Ril.dOO Q m U O W LLLL W J J> LL7 O Lo O LO O Lo O LD O Lo r6 O LLQ Lf) V V Cl) co N N J LD (0 (D CD CO CD CD (D (D (D Go U0 Z Z Q LLI � o g Z O N CO O � W F Y � W � Zvi U 0 U � WO M Q U w � fn F z a � W � w � �+ w W — C � ~ o � Hl�JON LL Z U>"?�d� � °° Z � z � �w v,O Q�NO w r >W w v, Z Q a (�1� Z � p Q Z> t _ U (n o U W Z �tJl ��OMW z 0 O o OI O a 0 � mr 0� U o Y O Q d N U U � U N o � � �0 Q Q C7 Lu 0o ul c7 oc zz� W U (n z 0LL0 LL Ou7iu U)w0 Yea UO J W W mC7U Q CD Z W W Q 2 LU p z W ao — m LLJH 0� Z nl CID r a:, � O 'O N I` C O O � J�� -6 N (� C '6 p N U d � C 'O N N U) Q Q C7 Lu 0o ul c7 oc zz� W U (n z 0LL0 LL Ou7iu U)w0 Yea UO J W W mC7U Q CD Z W W Q 2 LU p z W ao — m LLJH 0� Z nl CID r a:, Q m U O W LLLL (D (D LO � V V Cl) co N N (D Z (D CO (D co co (D (D (D (D (D GO COOL `JMa EES ° o OO+N ViS ENI-IHDiVN g g Z p N CO O � W Fn Y � W � Zvi U 0 U � WO M Q U w � fn F z a � W � w � �+ w W - C � ~ o � Hl�JON LL Z U>"?�d� � °° Z � z Qz� H U CO W Q Z LU W O U N ZWO W�a O w LU O O J W J Y > U UJ 0 LU i CIL o Zm m 0 J o W _J Z0 2 Q= Jp U Z c Z Q W H O� Z (i') MATCHLINE STA 5+00 SEE DWG C001 rD co LO � o o N Y (n W � �w vJ, � v,O Z J �� 7 Q w � O r W O OI o � � Z ��pW l � U Z O a U O N � O I` C O o � � � m� O� U � �� J � o J � -6 Y Q N (� '6 Q d p N N U d U � C 'O U � N N Ul Qz� H U CO W Q Z LU W O U N ZWO W�a O w LU O O J W J Y > U UJ 0 LU i CIL o Zm m 0 J o W _J Z0 2 Q= Jp U Z c Z Q W H O� Z (i') MATCHLINE STA 5+00 SEE DWG C001 rD co LO � o o N Q m U O W LL g Z O N pW Q 0 o� Y w N L o H H J' o a U � (� J WO M Q U w LLI aa) w Z= W F m o -a CU c� o > C7 (n f1/ Z �Joo U a Q' LL LU �+ w W °�° N n, - — C 0~ o cl HiHON LL Z U>M� a U d U 00 z �w v,O QcfNO C Z Q w r W Y v W v, ZD a� Z o Q z M_ o m Z yup ��Mw Y z o O oJl az� O 0 LU 0 L Q O a CJ m O U o Y (J Q d N U U _ rn m N LL + �� J �Q N corn m O a) (� p 1 3 ) N CS N C N U C N OLL o 3 C O -6 '6 d 'C3 Ul N Q m U O W LL g Z p N Ow Q 0 o� Y w N 0 o H H J o a .0 W � � � T y D O U w0O M Q U O W W U aa) w Z= W F o -a CU ami o J Z �J�� °' __ W F co L O o� m = o Hl�JON LL Z U>M� �o v ° d 00 °° Q Z cn ZO a�N0 _Z o Q T Y U W acq�z O Q z J U U m Z =up ��-Mw r Y z p o /�/ M 0 LU p (� W U> U O Y U Q 0- 0 N V U _o OV � _ O N o � �� J J a t` � O N U p >O N -O N C N U C N t` O C O LL '6 '6 n 'O N H W W F = W U) o W U) 2 H U) 2 d U) H Lr) o ur) o u) o Irn o in o LO 5000 JMa ADS o� U) co CD CD Qo ID Cl) Cl) m � `° OO+OZ iS ANI-IHOiVN P � ` o I O 1-1 II I �,. co LU I II, o �u ji .�I"q 1 w l a wo U) O M w L LL LL ofO III " I 11 I V) Z U 0 F LUJ d U J H IT W Z W LL w Z — Ir r .t,1 C C * f 0 L F ILL U) 0 ((Y;. III., r" :�, I GGw of LLi " U IM �" Plx r �a •'1 � Slv ✓• 444 t . I �p� r C wl Il .. � w Ni 1I X n;lr � I w f 1 I t l Y fl M 7 fl M I',it„v 7 J w 1 I cod ,tib"' cc,... P f f r~ re I 1 II 0 y coUD Lu W U O C)) Of 0 O U F— > w0- J 1 ,: j 1 ;' , ( y ',:.. SII III 1 I. Ilu ,, 8 b..tiJ 11., '.... o tl1 W7W (ry V:, w, LU > w N 1 A 1 1 ' 1 1 I fl I I I N I It W w U D J w U) O F III ID . ;.;z1 r r o o r w [L -1 h , H w I° a 2 I I LuCn 2 2 1 a, a W ILL I O a LL 1— + Z i Ylf I V Il (�� f Irf � d R Lij 7 O 11 f I w LuF J v} ,r,., P W Q I� kr..I -,00 lY war., ILL Z Q li -- 0,..- JI _... U IIU ~ V tlfl ,�b O rty......... III �.I�. JN.L91 I: a R-"- V ry WLu D LU LU 0 X”. ':::� � U) M m X^^II• o.� flN,p m I O w ti VIII P III O I ! 1, ,. LL w W cQ a LO �+ 1 W � 0 > w� ;na J" ¢ �� a J�a w z� �. tl �> cn a fn J Y flfl:,', LU < III �,:,.In 4 n 0 ll.�� "ry 11) O—µ H ..,.." H ,.o V F. p U t`,,m N au.� �,", LU V M O F v' T LU z„I LU LU Of a d Z F h� U o LU o .I Q m U O W LL g Z p N OQ W 0 o� Y LU N O o LL J o a OV Wo M LU aa) w Z= W F O -a U ami o o� m = O Hl�JON LL Z U>M� �o v ° d 00 °° Q Z cn ZO a�NO _Z o Q � r Y U W Q a��Z O Q Z J Y/ U U o U m Z =up ��-MW r Y z p 0 /��// p LL O 'M - O LU Q (� W O> U O Y U Q d N V U _o OV � _ O N O � �� J J Q 00 � O N U p N O N C N U C N t` O C O LL '6 '6 n 'O N LU LO O LO O LO O LO O Ln O LO 2[o c0 LO LO V V M co N N 9000 `JMa SAS � m co c0 co co c0 co co co co c0 Z -i 00+5Z ViS �INI�HOiVN o � a LO0 �o I N f�I 7Pf, li,fU':7 J Z N N i F o (7 U 1v W O - - - + Lu d , N ."ro........ Uz Z Q O I C) LL t OmLU Y U U QiuLQi O J W (n i OC W H O� Z ..D w�a D Z as �.i. wry ........................ N" OD Q m U O W LL co LL7 O LL) O Ln O In O Lr) O LCJ m CO Ln Ln V co co N N 8000 JMa SAS Ln � to CD co CID CID CID (D 00+S£ ` iS A N I I H OiVN g Z p N CO O � W Fn Y � W � Zvi ,L � � o a tY y �o OV � WOM Q ". W Z O cn w�W6a�o = C O F c Hl�JON LL Z U>ch� (If � up 0 00 cn — � Z ZO grrNO � r W MM J Y � o � W `U) c> r Y � Z O O LL 0 r W v LL .0 J N u I .p w W _y W Z LU H WLLJ U O w z 1 r a U � O � O 'O N t` C O � o O� � O � m� O� U +� �� J r U U Q d p N N � U d U � C 'O OI U O � T N N Ul o J � '6 Y Q N i� C '6 r W v LL .0 J N u I .p w W _y W Z LU H WLLJ U O w z 1 r Fg. li ' p u r r U W d C) J m w O O w L) cr � i/ : ✓ .. 11 d r d rLU r Of LL cn I W + Y H o CO o 1 f.. , n " I J Y ^ W J O III 1 w F z a W F Cf) n 00 z LU O ~ > „ w :w W m; O r rrr r r r r .rrr rrrI _ J �� ' ; li "t I� 2ELULU Ln F J > Q Q J Cf)v Ca f) C7 z o O cn jai I I "I " " m I r I L, I "•nda t a co ��...i�,;�... Q rn OF Z ' I. ' iGpII �r7 is"ti W U > w cn , ' " LUW� w wQ �� � Loy > 2 O cn _ LLJILL� I _. ., tYH r w W (n W Q>< q r W> _> W O W V >_ W Q � > a w H n 1 /(Nw {u it �l a�(l�d �^ i�) IF ✓. N /(� ✓� N N /(l( i� �/l40� A II II VIII II IV,. rr II II I�I Ii Ii 's jlM"lilill I I I I I I N I I I I I flY Ill 11 1pl 11 law �11IIIIIII.... ra::: I I I I.. rl rlrl. Q W �a ILL _Q wa Q z � �w ww "I ocr a z o . w Ln 0 „ try. „ I' W 1 In 4 II r W C, = U) W I 1 1 i � f ii 4 � 4 �� S 1.. i�II I I�''. i U)...... rn � Z CO N .... o R o„ O > J Z N Pry W B q " O Ir z L ILU . / r" a m ._. f' �......� z00 , r ".LLJ .,._ ~ .. 06 D Q Y W m VY 1 i�.�� LL >>00 )I, x LU Cl) y W o O L`? fll.., ,, " II , �o , > 00- •".III Irrl`I.,.I" O W Q Ln +�.:, li 't j •I.,.. W F> O "� W CJ ",,, r tI (D < 04 YA 7�V Vti� 1 r,i lV r ,..,..� ,..,..� O O I tl V r pq ry{ a PN 1nPy � 06 E2 z o O Ir ^^ H A „ti LU li rd I it Q m U O W LLLL co Ln O Ln O Ln O Ln O Ln O Ln 6000 JMa ADS co � � � co co co 00+0t, ViS ANI�HOiVN a g Z p N CO O � W Fn Y � W � Zvi �o OV � WOM Q ". W Z O (n w�W6a�o = C O F c Hl�JON LL Z U>ch� a � up M 0 00 cn — � Z ZO g�No � r W MM J Y � o � W ( ���W r Y � Z O O 0 OI m� O� U o Y (J Q d N U U �N o O � +� ch OQ O � Q � N �7" OLL m O 'O N I` C O � O � p N U d � C 'O T N N U) � -6 N i� C '6 Q m U O W LL g Z p N Ow Q o� Y o wLO N L o H H J o a U U J WO M Q U W a wZ= �WJ �� o -0 0 w o> (n F Z J O O U � L.L ` LU LLI 1 �� m N = C O F c Hl�JON LL Z U> 7� �o v ° d to o0 o NO a�No Z o - r Y U w Cl)V/ ZQ a(.9r-Z O Q Z � C± U (� o U m Z cul ��Mw r Y z J O p aZ Z 0 LU 0 � Q V a U m� O� U No Y U Q d N o O ��coo rn O N o � �� J J Q N m o ami U c 13) p N C NLL U N N 3 N n O N N C O -O 'O n 'O N U) O LO O ED M LO LO co co O co LO O V V O (D LO M co O LO O LO M N N M O M co O N M V O O I _.. "'".-... fl,.fl,.N fl° _ + M V O O + N V O co N N � CN + N V O O LL LL O � N V O M O LU co _Z Q W O W W 7 N V Of O F O O 67 U U > a- m co I Z_ - + O o o 0 0 0 v CD + CD o N O O O LO O LO O M (D LO LO co (D co CD LO O V V (D CD LO co (fl + O V O LO O lO co N N (fl (fl O (D l Q m U O W LL g Z O N CO O � W Fn Y � W � Zvi 0 o O V J w o w >_ a> W Z= W � m o -a U -0c� .o > � � C7 � fn F Z CL w a: co � cLU l -o p U) � F Hl�JON LL ' Z U�M� 9 d F � o Of Cl)' O Q� N O f+H C Z �LLI � r 0] Y v W M Q a(9�z o Q z m O � U U)o U W Z =Up���w r Y M z Q r LL CN 0 JI O m� O� U o Y (J Q n- 0 N U U � O o O+� �� J J d G N �I m Z) p 0)T N N U C N C O LL -6 7 F W W 2 U) U) 2 F U WO JMa DDS �' �'S N QH \ Z 00+05 ` iS DNI-IHOiVN � ) _... M ��� n 7777 �.�.,. I. �{� a. .7777, r r 6:7 O w a Z 1, 1 I W " d / a^, ° w w, a In I f r�(�rfr�,ry r i i q. q f G LLJ r�� 6 11 �I �w. /r6�(/l� R�11 /r.X X 11 d 'O Ul � F W W 2 U) U) 2 F U WO JMa DDS �' �'S N QH \ Z 00+05 ` iS DNI-IHOiVN � ) _... M ��� n 7777 �.�.,. I. �{� a. .7777, r r 6:7 O w a Z 1, 1 I W " d / a^, ° w w, a In I f r�(�rfr�,ry r i i q. q f G LLJ r�� 11 �I �w. /r6�(/l� R�11 /r.X X 11 < m o o w LLo = - C) g z O , _ 0 L n / \ - =r } } L $ 0 ® Q - j§ / ® ° 2 ° } E z M E\ D= d 7 w > 0§ ± a / e /�S\ \ 2 z | 2 ± • z Lu\�2 ® ° %5 / _ ° 2 ± = e �@oN y ; /\\/ ° ƒ \ § - LU m 10 ° - Cl) zo \§CO) ° } < ® \� ± / ` C)\ 3 ° ƒ w F- � V \ 00 g / } o n- _ LL ;1 o \ ` <e K4 ) R �70 a _ ® \ ) Q m U O W LL g Z p N CO O � W F Y � W � Zvi 0o OV J WOM Q � W a> W Z� W F m o -a U -0cn .o > � � C7 � fn F Z CL w LL co � cLU l -o U U) � F Hl�JON LL ' Z U>M� 00 Of LLI Cl)' O 0] Y � W M D Z � o a Z m N U (n o U W Z =ULo p Z Q � � JI p a U � mLL r O� U o Y U Q d N U U � O o O� +� �� J J � O � Z) N U p >O T N 'O N C N U C N C O LL_0 (n O u') O (o (o LO (O O O O O LO O LO O «') O V V co co N N O O O O co O O O N + 00 Lo O O II' I.B.,ILO fl.fl.fl fd' C, + Lo LoI O co LO li') co LO O I— LO O N LO O O �I NIN MS'S LL J Cl) O N Z_ Q W Q a co _ LO O O LO o c0 + Lcro O �+ 0 N O Lo O O W W � O coH O Ol U U > LL c Z_ � O lS7 O O LO LO O O LO O _ + + U') a N LO O O ((7 O LO O (o (o LO LO O O O O LO LO O uJ O O V V co co N N O O O O O O O '6 d 'O Ul � (n O u') O (o (o LO (O O O O O LO O LO O «') O V V co co N N O O O O co O O O N + 00 Lo O O II' I.B.,ILO fl.fl.fl fd' C, + Lo LoI O co LO li') co LO O I— LO O N LO O O �I NIN MS'S LL J Cl) O N Z_ Q W Q a co _ LO O O LO o c0 + Lcro O �+ 0 N O Lo O O W W � O coH O Ol U U > LL c Z_ � O lS7 O O LO LO O O LO O _ + + U') a N LO O O ((7 O LO O (o (o LO LO O O O O LO LO O uJ O O V V co co N N O O O O O O O ZZ Q m U d W LL (D 2 — ❑ Z Q W [0 O d' W F O dW ❑ N o O J Do `n o a IX w N O❑ O C) LLI0 co Q w Q) LU Z W HO O -o U (1)� > U U (n Z 7J0� Y O Cn Z U�o� _0 �/�L —2 Lu 0 00 Q ,^ O Q� 'o ^� Z J r Q O Q Q O J rn m Z SNI �-Mw r a o �% a w cn o o r F C)LU O m U o Y U Q' ~ N C) ❑ o -i } d rn �I N N LL � ❑ J a s O O O ' N (� p O) N -O N O NLLco a) N N 0 O _0 70 n -O m N J Q M FW Lu O) D W w+ W o 0w m y d a QO z Z � o �J o_ W v J o W w U w p Y ° E v 1- (D Q1 a x OU Q a Q w� CL V% > F wa o W w w w +-' a;? �I in � � w a g aU z.o W Ow m mp H W aoi (.� J ¢y 4 O d p a) p z o� Fm m w vcc ww U Q V x¢ w >V E •Ci m C'lJ 0 w xU x m F W zm 007 z o$ W U 1-c4 CL V- a O o �mIz N U �LL U¢ w a o0 0� oZw '.t'o Ui as _ m a ao aIW- Ww gcw.7 w. ¢� w¢ pZ xa¢ �•°o �m mW d( ar m a w dz o0 0� w zOo zoo V0 w<w py° Z w =� �= S d yui N o ww W mw 1mj ui Cp wrt w¢ wW H W c 0z ro00 W 0 U > Y z a az mw Ow Ow zw z¢ vlx-m _ Z gw } �•.. .. .'{ �'S Q o r� �x �� zF !w (n �p aamm p I o C o Q m D W a= c�Z ffl w �O Z pz W m� r �QO w� wo w� Ln o¢ wz W�¢ Q N� J I ¢ ag,.. wz~ W¢'w �p �0 Zw �0 mWyya d _ �...:.a zp d Q R w a I- CL IP'- U N ^ m W 2 OUB 64.4 dm X6. of u. ZO 4 W CO LU 1 <LLw wx U' 0Q� wp .W wm W o 'Q 4 C• W / cc d s: N00 aW F= FxcD Wm a »3 o w ¢ w = ~cOU wQ W W SQ C) x-< �p aS > w ¢ w z 0e x m W x w Q J p Z 0 m p W- p m O - W Zm W z W F w6.> Ul4-Z OpZ Zx� m co a°om pwFa F_Z wWp �nF mal- m W w ¢ w^ ¢ CL za pw pwwm w cr omx wwm m z 0 Y a `L > p m U J M Z m mM w x _ N Ow N z Qwo =z mQ mwp O g=0 gFn oo WOg a , I Waz om F Wzm =a =xm c) x U x-0 mww , ,I ow> z w ww N f%i Ow0 2X ~ 2 t~i 6a- xQ > .. .' i>C Y m W F- W W m o w F- W Lll F- �- 0 a Q m U 'moi- m m in (.� m w mZ o R $`' XZo _ >jW Z r N M d' I° 'I dam (n M W W N gxa Z co zm F� pp z o m z m 0 z �-w 4 Do w 4 --- Z - p,, w¢ a0 w0 C)0W ccU)W U Q6- Z Z� W U i a w 6- W U) m > > m las '� 0Yo CC 0 u W > o Q> Zz mem x, w mF aW 7 00 zp1- ZWJ0 J = oz Nam W U I. •I F 4WY p° -g c > la'.''' z CL ��xo>J a> 1-�-'- 0 www!-OoCwcr OZ Jm a O oa az w W — a =m xxaW>maa zoo- o +r �'`'..'I w z0 Awa Iowa? 4 W 4 a z (D J z m ¢ cc¢ x a 4 4 aw 6w O �. '4 O 0Q 'S��px�x W W To w z x':- �z C ~ rn z UW 66 00 0., w¢a am� aw zo 0E "D d wW u>zmagOOm 0 P d CL � cc W Z .= cJ 16 4 W w T ..�., o w .i.. Q, W m o x z ' '-ry- m m z = N 'O = Zp F D mw d N d zZ w U w 0 a. m i (� •y OX w N .'• cc m um �' O O Q 0 W m cc z 14. L W cc rm� �y ww I- �V W—�—� ` U > 2El 0 cc- m U J ❑ O U D `�`� z N m z l w Z J w ❑❑ ❑ 00 o s a a ❑❑ ❑ w N rn I - m �j" w U)i w w G N C o w ❑❑ I (nU g z E•pd CO co r ❑❑ o w CL rte_ W g —�—� =az = o Cccao U Y a � o �" °zs U W U� wo g S a Z a Z z4-� [c o zJ U w o y d Q m w I..- �.I Z W � o q 4 m '''�I ¢ o ? ° Y Cl) 0 o O m d mom O �a a o U) d U w m 6- m z z a o _ m " W 4 0 a m �W, p (�j m .9/.' -...) I...- W = m F 0 U Q wry v Ir Z O = T Y. �w wz spm O ¢~x 0003: z DO� oom� °�o, 4¢ a � Qid � J .� cc z p p o w lyi o. o �QOO� o y Z - K �C c4i r :ii r ^1N wWF Hz Q avSZ mm h oo'`Jc�'"oO _ .. -�L UU ohm _ d d J p x ., - w -•-'T u m o oo w z o a w = z S '"•-.-� 1 w¢ J �' S 1' mwcn m m mwz JW w ..: UUao _ o W •a m w3:- w �j O Ow a> m =g ow - m cc a w m ¢F wa .sz-•- ��=off w�U a = - a M i#m Y W Wpm �w m LLO�¢�g 4U w W x�o OFO O W M M..._ _ = c=7 zaz zcmi W d W - U i- Zd Z z o< z a cc in w Z Z O�w 00 O z s �o v,:' a , W w a zzm z =o¢w u� o 02 W m oz 00 00 J zo O ¢ > >z W�v Wz �w 000ww om y IN W Z p m all JAW X I-� Xm OW -. ¢Woz w m 30 w Z '- W 1- a m W a (!J W a UU go�a ��' Og h I- Boz 1? z0 QO g wI__.I p Qw 4 g w¢ w Z .- (V M V to '2 ZOww " - >� N � a o O W o� oo ¢o a g z 44yy ropy `� z w ii w oowaa �d �� w s W Q ¢00 z0 (/) U O O Oz cv m v n m 0 z a O N = ¢ 4 N 1- a > w Ic W U z a w z I- m w� V a 6,Sma >w 0 ¢ =ZN w� CL a p~ 4 a F y U S x '?i = Oz0 zs ooF 0 y J o) a ¢xain =a N3a ^^L 4J�gg Q ~ =2p ICY t � (— N w�mg w0 °L,zmwb ++ C m W ro a�= w0 Dmw C 0 > =LL.p= aLL mem o y d n' H ro LL real- w0 ow- 0 '� m O> w w~ ¢ w ag a w p `aT* Q N o ., �, �, .. ., a.+ J OOw~ a0 zJdw g y. O mVy>d Q V M=W 6F Noz w 0 C, y o, p�Wr : mo �� CL W N e W Q m w = M d W 0 T ip•(, J A N o <� a =� _`>� p c 0 m J w w cii G w �w � M b P E~ww� d E'a Z m O (� b w w Y a cWn ,� a =ww :Q uM1' w<w' JN 11 = a�l C m c9 O I=-t=Q� Q O 7 W / ti O U U J z N M w ---T ----- 0 W ,A 2—I / 3 H 0 0 WX M z~m w E a CL amz 5 W 4 o w g '��-, Z N m w M J W Q p r U W 6m.¢> ry m V W �i 0 F- J .�. O`er--_ z ¢ e� o N U w � O w 0 � w o Z W Q> W Q> f M < z W z m ImIDAVH1 �O NOliODHIN 4 \ w H ?¢ � I- ----- ----- wM� G7 wF � m Nn 4 m w a wZPj lid owo d>z Ow mw w<aa0 Wa3 a <> 11 1 1 17 11111 'ONI 'ANVdWOO ONIi133NION3 -n3NNOODW F SNdno OZOZ 0 1HORil.dOO Q m U o LU LL (D x L o w -= rl - Z 0 W fno Z w 0 M ir 0 w C) Of LU CD a U) 0 z 0 w F- z w fr w it 0❑ Z A 0 cn F- crNz IL w w Lu Ld :21 >; - LIJ I b 0: < < 11 Z< > w (L 0 LU w (D 6 � < L z ILI, < 0 Iz -W, wm - - , ='w 0 wA M cr U, C6 M > x o 0 L) LL C) z w 0 (D 0 z U - F— 0 C) _j LLI 0 co LU C�L� < LU 0o IX 0 Z LU 2 LU I > (D wo w u) N 21 0 Q)V) LLJ U) Cn -j 0 > > (D Z Mo LLI E:- -o (1) L 0 .2 WOC v > U) (L w Z w> I < 0 �zl) F., Z o 'o zoo M wo w x C<I) w W> :U:)) 0 0 W W,> > W, < Ew n- cn u 0 > > w w, 8 s ub, -0 M Ow w< < 0 ZLu-a)-,-- U)o (- )o- 'o _0 0 < 121 o0 0 cr W < w oo 0 SgIHVA w &I F- 0 z 00 o X 2, c") � (D 2 <z < Q Z z 13) =) 0 0 cc P 3: 1-- - w 'o �w 0 w (ZD < - m L) '. 'w -w- fw- [Z . T T w 0 0 M Z Z - 0 ow 0 C) > �3 �; w < < - o o Q w Sp CC of 4 16 < - w �ny0 wo wm w< 2 1 T w, 2zt) < 01 Xw o < 'Z3 Z 0 C) �o Z an: Z Zvi . g w Z< '0' u 0 1w: m < . ,- >, 00 :) "w m- - - I - - 0 p o.1, w <1 1< w D- M 7. Z 66 M < < < < Z w MOO z w 5 ..1 w w<> - < w w —< 0 > n , H, mw 8 FL 6 1� c6 L) Cf) Z Z (D lr� Z up c:n:) (cJ2 -M L,L] 0 C) Z 04 < — < C-) o 0 (OU) o- wC) r Z Z LU M 0 L) 7/,00 N C> C14 LU y 0 0 LU F- LU p- C�' LL < cli k! -- 0 a) a) C: (D cli 1:1) N 0 co: LL Z6 _0 a) 70 CL 2 _0 a) LU 0 0' � < cr 0 - 0 MW (11) Il w cc 'l Z 0 LIJ Ca W. ED cr Ir F- a , < CC HCL < LLJ Z Z , :) LU Ji IN cc < < LLJ R 0) �e cc 0 0 (D 0 u _ 9 < Z00 0 7 z "0 00 I Jl Pj, E 2 Z t uj < UL a. < x 0 n cc 0 0 0 P m LLJ z N co o 0 Z w 4) > 0 2 , > 0 -0 alt Ilil 11 L111 WFr v.p :111[ OzN vU > < F- z 0 ❑ L 9 0 w -= rl - Lu W fno Z w 0 M ir 0 w C) IN J N Z 0 Z Ji < > z CD a CC U. 0 z 0 w F- z w fr w it 0❑ Z A 0 cn F- crNz IL w w Lu Ld :21 >; - LIJ I b 0: < < 11 Z< > w (L 0 LU w (D 6 � < L z ILI, < 0 Iz -W, wm - - , ='w 0 wA M cr U, C6 M > x W p cc w 0 o w 00 0 w 0, w W In C) z w 0 (D 0 z U - Cf) U) IZ- < t Z cc 66� >� LIJ Cr: 8 D < w <Co z -: oq aj �o o U) I W z F- < 0 F -C) U) m < 0- Q IN NI C6 E t CC LU m -E a bg w w < a. 4- a. ❑ 0 Z w Wz l- (D < < 0 uj Cc U. ce 0 LLJ 0 (D LLI eb w 0 z a . o C) CL - u 0 0 < w z < M -@ Z 1.2 (j) z M 2 uj 0 CL F < uj 0 0 �Z (D uj a p . . �5 Z 0 �< <, 0 4) 'o wo 3: o U) 0 Ld 0 CU)i LrIj 0- 0 0 Ji 4) 0 z U.J oz 7, G2 068 W, Lu < >- p Z 0) to 0 F- tZ < Z 'T (D < C/) 0 w m w Z 2 z ui Lu F- W ui 2 < < P- > CO Lj LU < 2 a. I 0 0 x :D 2 z < Z LU a . o y 00 lll 0 > < - l- � < 0 w ----j -L 0 �; �4FL E 1 - X1 cl� W W F� Z LU 0 Z Cc 0 a F- < !Z 0❑o , Lj 1: w z Cf) S:6 m CO < I w C) Z w w I) Lu w < Z - Z C, C.) M W M 0 JJ M Z > < l -f I < cf) F- LU co < cc Cf) OL uj (1) uj Aj - 7p a S s < w 0 �: 0 `- 7 7 - (t) a- uj m 66 (D C/) 0 co =, W zz� z< < < Z) z Cc uj 7 � LU z 0 aj UJ 2 0 CO > LU 0 U, 0- X o- WJ tr (1) ui Oa Z 01 IL -0 CL 0 p: C (n cc Nl,\", C) L - 0 o 0 X, LIJ ui Z Ir I Er cc z >- cc Lu < < C) Lu Lij Do o-, Z < LMII 01 W w a co co M (1) 2 U) Zi m 0 IL > cc: E (n 0 uj uj CL t x X Jm U=I) C\l 00- F x O W J W fno Z w 0 M ir 0 w C) D Z ti I Z 21 D � < cc I 0 — 0 cc W W >� < CL wt 0 Z o w � 7 cc Z 0: D 1- - C) P: Z 0 L� C) C) 0 m w, W< Z t E W> > (1) t =J u? I 0 (D < 9 W p cc w 0 o w 00 0 w 0, w W In OZ P, 05 cc w. D w < w > >w < 0 > M m E t CC LU m -E a 0 Z 0 < I-- < Z , , wr I LU > 0 w C6 (D cc F< C/) 0 < X wo w u) N 21 0 C) w x Z -j 0 > > (D w -j w w w N w > > w U0 0 .2 WOC v > 7 2 Z T 2 z 0 ¢¢ C6 6 .6 w Z w> I < 0 �zl) F., Z o 'o zoo M wo w x C<I) w W> :U:)) 0 0 W W,> > W, < Ew n- cn u 0 > > w w, 8 s ub, -0 M Ow w< < 0 Z @ _8 Z< Z < 121 �w E a Z 2 w lu 6< 0. cr W < w oo 0 SgIHVA w &I F- 0 z w =j wZ wD w-, Z' wo M C '< w w w > <- z > q w IwI < 3, w- -Z < Z:) 0, 00 0 P d ZZC) 2 M8 wo w -0 �; w � C) z �> Z w6 < 0 X > 0 N o X 2, c") � (D 2 <z < Q Z z 13) =) 0 0 cc P 3: 1-- - w 'o �w 0 w (ZD < - m L) '. 'w -w- fw- [Z . T T w 0 0 M Z Z - 0 ow 0 C) > �3 �; w < < - o o Q w Sp CC of 4 16 < - w �ny0 wo wm w< 2 1 T w, 2zt) < 01 Xw o < 'Z3 Z 0 C) �o Z an: Z Zvi . g w Z< '0' u 0 1w: m < . ,- >, 00 :) "w m- - - I - - 0 p o.1, w <1 1< w D- M 7. Z 66 M < < < < Z w MOO z w 5 ..1 w w<> - < w w —< 0 > n , H, mw 8 FL 6 1� c6 bg w w < a. 4- a. ❑ 0 Z w Wz l- (D < < 0 uj Cc U. ce 0 LLJ 0 (D LLI eb w 0 z a . o C) CL - u 0 0 < w z < M -@ Z 1.2 (j) z M 2 uj 0 CL F < uj 0 0 �Z (D uj a p . . �5 Z 0 �< <, 0 4) 'o wo 3: o U) 0 Ld 0 CU)i LrIj 0- 0 0 Ji 4) 0 z U.J oz 7, G2 068 W, Lu < >- p Z 0) to 0 F- tZ < Z 'T (D < C/) 0 w m w Z 2 z ui Lu F- W ui 2 < < P- > CO Lj LU < 2 a. I 0 0 x :D 2 z < Z LU a . o y 00 lll 0 > < - l- � < 0 w ----j -L 0 �; �4FL E 1 - X1 cl� W W F� Z LU 0 Z Cc 0 a F- < !Z 0❑o , Lj 1: w z Cf) S:6 m CO < I w C) Z w w I) Lu w < Z - Z C, C.) M W M 0 JJ M Z > < l -f I < cf) F- LU co < cc Cf) OL uj (1) uj Aj - 7p a S s < w 0 �: 0 `- 7 7 - (t) a- uj m 66 (D C/) 0 co =, W zz� z< < < Z) z Cc uj 7 � LU z 0 aj UJ 2 0 CO > LU 0 U, 0- X o- WJ tr (1) ui Oa Z 01 IL -0 CL 0 p: C (n cc Nl,\", C) L - 0 o 0 X, LIJ ui Z Ir I Er cc z >- cc Lu < < C) Lu Lij Do o-, Z < LMII >: z z cc < < Ji Z (1) 2 uj > >- z mi 0 LU CC < 0 uj uj z 0 Z U) cc < < 0 LLJ M Uzi E LU WW Z w a co co M (1) 2 U) Zi m 0 IL > cc: E (n 0 uj uj CL t x X Jm U=I) C\l 00- F x O W 0 aj 0 S, M- C) LLJ 0 IM F- z uj 0 Ii z >< w Z I LIJ IL fr 0 0 _j Ij 0 T WLL LIJ 0 LU Ir LLJ j C6 LU m f� Ii T T F - 1-- z mw w 4— s uj 0 111 0, 0. IL w it F- w < N 0 z Z z Ii uj LU ME Z w K B) < m ZWM w m < a I , 3: Z CL >: o co 0) fr 0 a) < 0 w T u C 0, m - 0 < (L uj Z >w OM) cu J) LU 0", cc 0 U) C6 w LU a 0 C) < UJ CC p: Z OZ Lm, m jE < < cc D a- < LL W T � 0 7 cL < < co 40 n , < I-- < Z , , wr �j < :r - 0 Q) 0 CC. a- 0 C/) 44 'NlVq A -S X W� La Z Y, mem cc 00- w x 0 CC U)) C6 (D cc F< C/) 0 < X w z w w �m m 0 W. < U) <Z uj 7 D w w Im M "i d) w 2OZ W, M W Z5; � Z 0 < co x z w m :rw LU 0 cc T cn 0 <n W. uj c > 0 U, > w I cc < w (L 0 U) W> < H IL cc F- I 0 Z 0 0 0 W w 0 0 g ZoZ V -0 1 cc 6 D w 7 w > 2 cf) w Z IL z 0 z < w o CIL w < CL z R 0❑ < 7 < X CIO .01 cn Ir Er z < r w 2 [L- X CC U) 00 cn < < C, cc 1 < U) UJ ::) W w - cc >- 0 2 X0 < cr w >: > U01 cc It < Iw < Z z w X, m b < 0 W Ir < 0 C5 Z 2 cc x �! I W U) w (D CL 0 cr F- F- x m cf) 0 0 z w 2 f) c) 3: Z - X W < W W U) W M Er C? 0 w o IL EL uw) - F- 0 < Ir 0 F - w0 0 2 0 uj UWw w F- M Y < 0 - < w a, co, xw 'o w CL LL 00 0 CL LU Im CC 0 c 0 a. I Z 0 - U) J 3: cwa � 0 < < w w z 3: z IL x CSX w w w 0 cc 0 < m x m 9 m 0 :D :5 C6 l-- w l-- (1) l-- z 0 0 C� cli L6 > 7 2 Z T 2 z 0 ¢¢ C6 6 .6 0 >: z Z CC cli < U) w (n co co W z < 1) >- w J) > Z 2 C) m A 0 w ui mZ cn z ILL U) Z 12 �? Lj > m0 w w cr �- < w g z 0 w cc < im < 0 W 3: l- z w -j C/) 0 CL a) R X O N z z2 w ;2� w w cr uric w 0 Z C/) CL cn 5 < Tw w w U, > ww w z 3 Wo W U- c = 0 Ww C) 'L L Z -0 :) C< - (D cc 0 ow- -M < (n uj WO < 5; Zw mw w M �- U) , . l.- WW z cc cr W�- W. WUI ui 0 -j m IL w a F- 2 .20 0 3 �: X 0 co W a ILL � m 0 J) - < W C6 0 0 cl) Fr (L c\l I-- W 0 to < F- 0 Z W co o 1wr LL LL 0- 'L IM a xvvy .09 0 w JA 00 M 0 U) Z 'NlVq,.94 UJ 5; Q U) z 0Www8 w cc U) cr w w w z In Z 0 < 00, w 2 11: Lu P: Z CZ, cc C) Z < < w ;c x 03 Im Im < < a Lu 'w w< L'i 0 > 1 0 > LO,, C) < 2: s L co OL CIL D < m 0 W X Z 6 C/) F3- 0< < z cr w C6 0 (a rn _3 WO Z W cn U) <wz w Tw (n M� < Y F-� (5 < 0 W Z n w ca 0 < CMD cr W, >C., w Z, w co < n W, ca M wo w x C<I) w W> :U:)) 0 0 W W,> > W, < Ew n- a. z- 8 CI) m w Zo W, z U) < CL 6 < 0 w 5) CL D U) LU 0 0 CC :E 0 W, OZ (L w w < Oro In o cc 0 a- X m 2 'Z cc F < z > � Z 0 < w f w w — T, U) am: < D -;y F- UI m > 2 LLj 0 �-, W X cl� <- c<r Tu > ") 1) Sn OWC 0 CP wl w < w a- D cc 110, 0 w CL LL o ui 2 X 5; () o CLUL 8er C) < w EL U LU u- < w z 0 < 0 CIL S KWW >- �i 0 7 F- > 0 CWO o 0 T rr T 0 L, ow� U) CL U) < > CE < I 00 ir W CC 02 M < (�5� -j o w W < z c) Z U) 5� Z CD (I M < b < 0 w Cc < 02 x> z U) Fr W, W, < uo- a a- 0 CO V) 2 Z Cb a- ?r w w z uj Z z IL W U, W 0 U2, �i LU Lt Z: 1 0 1 0 < , w z '00 CV C6 4 to - cc tr 0 0 I w 0 0 u- 0 fr W -j 0 Z) F tl 0 2 m : fn Z z m 0 � Cb << c6 n CO ai bZ ¢ m V o w LL C7 x — g m z O Of w F O �, o 0 0 L❑ OCA J oo `n o WOM W a Q ❑ IX w W N Q) LU (n U z W E:- o Z 7J0� -o" �( Y L o> _ U O J @ o — NZ Upon O a o 00 T❑ " `n m z g�NO Z yup c:n:) -Mw G O r z J— Q Q a M O J ¢ C)LU O O aW U O j � Cl)J O O Y LL O U Q ~ N W r C) F ❑ pI N LL ❑ } J a pcli k!-- N �-! O NC 1:1)ON N _0 70 n -O N N C6 acne ¢cn -a U JZWLL WU�O w ofNIW,Z WmW QLLJ 0Q cnJ Z=gym= wUw— m W F U w Q Q w LL U 0 Z O U co CD w Q Of LL M U Z N W r w W m 0 of Z_ LL W W J W Cl) p W J F o m N pJcncnC�0 _ > J LL D w LL Z❑ Q O O W= Y F J d F Z ~ U � LL — J JCOFp�Q C7 Q J N O w p O F U ? N 0 Q wwz=Z— m UO z w(nN�mw OJ O O (D F- D m z p� U z W❑ p 0 W Q W H- J J W~ _ �� cn Zcn �W�UH H a, �_ >F- ifZaW O F U w w a W ,.9 Q❑ LL W W ❑ W w LLOLL J 9 z�mLL a LL D V Y O Q W -j z LU U p U W 0m ZZZW(n J � O J}w0- D 0 Ox Fz C0=WW00O LL H _j U) W 0' m Z LL >>UJ�LL' O W LL' J z a LL' Q W Q CO w H>0cn�m m O 0 N T 0 z a� J m C7 Q J Q 00 w LO w0 w (If U) 2 F F z _ U) in LL Z� W W d m r 0 a Q = w z 5 N ❑ LU N Z LL LU a H 0 cn x a a F- O o6 0 a U� U ❑ G�z w z mm U Q LU m d � LL w U U z a cn cn a U d \ / F in d w r d `- F- a- x w a E a U � ~ W cn Q J LL O x m m a Z g Z a U J J a p F W Z F Y Q w O Q ri) Y 0 m QLL � O mLLJU F Jaz z w = i LL J = Q LLLLo C )f � of LL _ _ J :2 W0 F- a LU 2 W Of J W Of LL OU U O H F- Q z L�j W LL W J U W W Z J 2 > W a] D12fm d Of 0 O 2E U OUHWa z?cnof= Mount Prospect Bid Request For 2020 WATER MAIN IMPROVEMENTS OPTIONAL PRE-BID: August 3rd, 2020 — 11:00 AM Local Time BID OPENING: August 10th, 2020 — 1: 00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 _i 25 2020 Water Main Improvements Project Table of Contents Section Page Table of Contents 2 Notice to Bidders 3 Invitation to Bid 4 Bidder's Qualification Statement 5 Instructions to Bidders 7 Bid Form 12 Bid Sheet 15 Basis for Determining Prices 17 Affidavit — Bid Certification Form 20 Bid Security 22 Contract 23 Labor and Material Payment Bond 29 Performance Bond 32 General Conditions 34 Special Provisions 56 CCDD Information 95 Bid Submittal Checklist • Bidder's Qualification Statement • Bid Form • Bid Sheet • Bid Security • Certification Requirements • Affidavit — Bid Certification • References 2020 Water Main Improvements 2 26 NOTICE TO BIDDERS Bid for 2020 Water Main Improvements Project Sealed bids will be received until 1:00 p.m. on August 10th, 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 2020 Water Main Improvements Project". The project includes but is not limited to the following bid items: Installation of 5,326 feet of 8 -inch water main, 13 valves in vaults, 19 fire hydrants, reconnection of 129 water services, and all other pertinent work and material necessary to complete the project. The Work shall be constructed in accordance with the 2020 Water Main Improvements Documents dated July 2020. The work includes a Base Bid plus pricing for Optional Work that the Village of Mount Prospect may require the Contractor to perform during the contract period. There will be an optional pre-bid conference at 11:00 a.m. on August 3rd, 2020. The meeting will be held virtually and can be accessed by calling 872-395-3039 and entering the conference code 178 299 29#. Specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar website using the following link www.mountprospect.org/bids. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received after 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 2020 Water Main Improvements 3 27 INVITATION TO BID Bid Let Date: July 27th, 2020 Project Name: 2020 Water Main Improvements Project Location: 800 and 900 block of Owen and William Street. 600 and 700 block of Louis St and Albert St in the Village of Mount Prospect Owners: Village of Mount Prospect The project includes but is not limited to the following bid items: Installation of 5,326 feet of 8 -inch water main, 13 valves in vaults, 19 fire hydrants, reconnection of 129 water services, and all other pertinent work and material necessary to complete the project. The Work shall be constructed in accordance with the 2020 Water Main Improvements dated July 2020. Bid Documents available from: www.mountprospect.org/bids.... Question Cut Off: 4:00 p.m., August 5th, 2020 Bids Due: 1:00 p.m., August 10th, 2020 Bids submitted to: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, Illinois 60056-2229 (847) 870-5640 Questions to: Burns &McDonnell Engineering Co., Inc. Stephen Crede / (630) 724-3214 Email: screde@burnsmcd.com 2020 Water Main Improvements 4 28 BIDDER'S QUALIFICATION STATEMENT Project Name: 2020 Water Main Improvements SUBMITTED TO: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, IL 60056-2229 SUBMITTED BY: Company Name Address Principal Office Corporation, partnership, individual, joint venture, other Contractor license number and state EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for years and has performed work of the nature and magnitude of this Contract for years. Bidder has been in business under its present name for years. 2. Bidder now has the following bonded projects under contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and estimated completion date. 3. Bidder has completed the following three (3) contracts consisting of work similar to that proposed by this Contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company including name and address of agent: 2020 Water Main Improvements 5 29 FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: a. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: (1) Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). (2) Net fixed assets. (3) Other assets. (4) Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (5) Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). (6) Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 8. Current Judgments: The following judgments are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date Name of Organization: Title , 20 (OFFICIAL SEAL) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly authorized officer and with the corporate seal affixed). 2020 Water Main Improvements 6 30 INSTRUCTIONS TO BIDDERS 1) Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on August 10th, 2020. Envelopes shall be plainly marked, "Sealed Bid for 2020 Water Main Improvements" and with the following information: company's name, address, date and time of opening. Bids must be signed by an authorized official of the organization submitting the bid with the name of the official and his/her title typed below the signature. 2) Pre -Bid Conference. There will be an optional pre-bid conference at 11:00 a.m. on August 3rd, 2020. The meeting will be held virtually and can be accessed by calling 872-395-3039 and entering the conference code 178 299 29#. 3) Bid Deposit; Surety. A bid deposit in the amount of ten percent (10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package. The deposit must be in the form of a bid bond, certified check, or a bank cashier's check. All bid performance deposit checks will be retained by the Village until the bid award is made, at which time the checks will be promptly returned to the unsuccessful bidders. The bid performance deposit check of the successful bidder will be retained until surety bonding requirements have been satisfied and proof of insurance coverage is provided. 4) Alternate Multiple Bids/Specifications The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder from bidding because of minor deviations, alternates or changes. Bidders desiring to bid on services which deviate from these Specifications, but which they believe are equivalent, are requested to submit alternate bids. However, alternate bids must be clearly indicated as such, and deviations from the applicable Specifications should be plainly noted. The bid must be accompanied by complete Specifications for the services offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. There is to be only one bid per envelope. The Village shall be the sole and final judge unequivocally as to whether any substitute is of equivalent or better quality. This decision is final and will not be subject to recourse by any person, firm or corporation. If the bidder wishes to qualify its bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letterhead size sheets of paper, all attached to the bid form. 5) Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. 6) Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 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 2020 Water Main Improvements 7 31 delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8) Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 9) Error In Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation. 10) Withdrawal Of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel his bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 11) Bidders Qualifications. All bidders shall complete and submit Section 001153—Bidder's Qualification Statement. 12) References; Background Check. Upon request of the Village bidders must provide the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject a bid if the bidder does not provide produce the requested references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all information necessary to complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13) Consideration Of Bid And Contract. No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or had failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 14) Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit a site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the successful bidder for failure to inform or familiarize itself prior to bidding. 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. 2020 Water Main Improvements 8 32 Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price but may be used in an overall evaluation. 17) Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. c. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. d. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. e. The quality of performance of previous contracts of services. f. The previous and existing compliance by the bidder with laws and ordinance relating to the contract or service. g. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. h. The quality, availability, and adaptability of the supplies or contractual service to the particular use required. i. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. j. The number and scope of conditions attached to the bid. k. Whether the bidder has a place of business in the Village. 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 2020 Water Main Improvements 9 33 deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village will take into account the Base Bid as well as each Alternate bid item. The Village reserves the right to award any combination of the Base Bid and Alternate bid items including but not limited to the Base Bid plus all of the Alternates and the Base Bid plus no Alternates. The Village shall be the sole judge of compliance with the Specifications. 19) Other Requirements. a. New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material, Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. c. Data; Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20) Requirement Of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 21) Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended, Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, under oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. 2020 Water Main Improvements 10 34 22) Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to the contact specified in the Invitation, no later than five (5) calendar days prior to the date set for the opening of the bid. Any questions received after that time 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. 2020 Water Main Improvements 11 35 FROM: BID FORM 2020 Water Main Improvements Village of Mount Prospect Department of Public Works (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: 2020 Water Main Improvements The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — 2020 Water Main Improvements Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. 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. 2020 Water Main Improvements 12 36 The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed which starts the performance period. The contractor shall reach substantial completion by 60 calendar days after the date of the Notice to Proceed with final completion by 75 calendar days after the date of the Notice to Proceed. Substantial completion shall be defined as the completion of all work except for site restoration. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to 2020 Water Main Improvements 13 37 complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders'. This Bid Submittal contains the following: 1) Bid Form 2) Affidavit —Bid Certification Form 3) Bid Security 4) Bid Sheet(s) — 2020 Water Main Improvements Respectfully submitted: Name of Firm/Bidder: By: _ Title: Date: Contact Information: Official Address: Telephone: Email: (Signature) ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH THE AFFIDAVIT —BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT 2020 Water Main Improvements 14 38 BID SHEET 2020 Water Main Improvements UNIT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per Unit. COMPLETE TABLE AS INDICATED Item No. Description p Unit Approx ' Qty' of Units Price Per Unit Extension 1 Mobilization L SUM 1 2 Construction Layout L SUM 1 3 Traffic Control & Protection L SUM 1 4 Dust Control: Mechanical Sweeping EA 12 5 Dust Control: Calcium Chloride Unit 500 6 Trench Backfill CY 6,003 7 Water Main - 6" LF 15 8 Water Main - 8" LF 5,326 9 Cut -In Connection EA 8 10 6" Gate Valve EA 1 11 8" Gate Valve EA 12 12 Valve Vault, Type A, 4' Diameter, Type 1 Frame, Closed Lid EA 13 13 Abandon Valve Vault EA 11 14 Fire Hydrant To Be Removed EA 19 15 Fire Hydrant, Complete EA 19 2020 Water Main Improvements 15 39 Item No. Description Unit Approx ' Qty' of Units Price Per Unit Extension 16 Near Side Water Service EA 56 17 Far Side Water Service EA 73 18 Steel Casing Pipe, 18 -Inch LF 20 19 Storm Sewer, 8" PVC C900 LF 155 20 Storm Sewer, 12" PVC C900 LF 40 21 Pavement Removal, Full Depth SY 4,814 22 Class "D" Patch, 8" SY 37470 23 Sidewalk Removal SF 164 24 PCC Sidewalk, 5" SF 164 25 Detectable Warnings SF 30 26 Driveway Pavement Removal SY 371 27 Asphalt Driveway Pavement, 2" SY 172 28 PCC Driveway Pavement, 6" SY 180 29 Brick Paver Driveway Replacement SY 19 30 Combination Concrete Curb and Gutter Removal LF 215 31 Combination Concrete Curb and Gutter, Roll Curb LF 215 32 Epoxy Pavement Markings - 12" LF 64 2020 Water Main Improvements 16 40 SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 41 Approx Item No. Description Unit ' Qty' of Price Per Unit Extension Units 33 Inlet Filters EA 31 34 Sodding, Salt Tolerant SY 909 35 Landscape Restoration LS 1 36 Tree Protection Fencing LF 4,830 Total Bid= SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 41 BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. The approximate quantities set forth in this Bid Sheet for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place, measured on the basis defined in the Contract. 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Bid Sheet. Specific cash allowances, if any, are included in the price set forth above and have been computed in accordance with paragraph 11.02 of the General Conditions. BIDDER agrees that the Work will be Substantially Completed in 60 consecutive calendar days from the date of "Notice to Proceed" and Finally Completed in 15 calendar days thereafter. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. The following documents are attached to and made a condition of this Bid: (a) Required bid security in the amount of ten percent (10%) of the Bid in the form of a bid bond, cash, certified check, cashiers check or bank money order as stipulated in the Advertisement for Bids. (b) A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. (c) Required BIDDER's Qualification Statement with supporting data. Written communications concerning this Bid shall be addressed to: 2020 Water Main Improvements 18 42 The terms used in this Bid which are defined in the General and Supplementary Conditions of the Construction Contract, included as part of the Contract Documents, have the meanings assigned to them in the General and Supplementary Conditions. Submitted on State Contractor License Number (if any) Contractor Contact Information: Address: Telephone: E-mail: Signature , 2020. 2020 Water Main Improvements 19 43 IIII ire IIID IIII I� II' IIII IIID""°° MIDI!'°I 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 (Name of Company) 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 (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. 2020 Water Main Improvements 20 44 III IIIIIIII'°I IIII IIID° IIII'11II!°11,el AFFIDAVIT — BID CERTIFICATION FORM Section IV Tax Payment The undersigned further states that is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (I) the illegality of sexual harassment; (II) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Signed and sworn to before me this day of , 20 My commission expires: Notary Public Title: 2020 Water Main Improvements 21 45 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 DAY OF , 2020. SEAL (if corporation) Bidder: Bidder's Agent and Agent's Title Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of 2020 Water Main Improvements 22 46 CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this I day of , 20207 by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , an I (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its "2020 Water Main Improvements Project"; and WHEREAS, the Contractor submitted a bid to perform the work associated with the 2020 Water Main Improvements Project (hereinafter the "Bid"); and WHEREAS, upon its review of the submitted bids, the Village has awarded the contract to perform the work associated with the 2020 Water Main Improvements Project to the Contractor, subject to the execution of this Contract; NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertakings and agreements, the parties agree as follows: ARTICLE I — CONTRACT DOCUMENTS This Contract is subject to the terms and conditions set forth in the Contract Documents, which are incorporated herein as if fully set forth, and include the following Bid Documents with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: 1. Notice to Bidders 2. Table of Contents 3. Instructions to Bidders 4. General Conditions and Special Provisions 5. Specifications 6. Bid Submittals, including Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet (*Bidder's/Contractor's completed Bid Submittals) 7. Other materials or standards provided or noted by the Village 8. Contract 9. Applicable performance and labor and materials payment bonds, or letter of cred it. (Collectively the "Contact Documents") ARTICLE II — PERFORMANCE BY CONTRACTOR 1. The Contractor agrees to perform the work, including all labor, materials, equipment and services, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the "Work"). 2020 Water Main Improvements 23 47 2. The Contractor acknowledges that the Village reserves the right to add to or subtract from the estimated quantities. 3. The Contractor certifies that it will comply with all state and federal laws and regulations, and county and municipal ordinances, as set forth in the General Conditions. ARTICLE III — PERFORMANCE BY VILLAGE The Village agrees to pay the Contractor for its performance of the Work in the manner and amount provided in the Contract Documents. ARTICLE IV - CONFLICT BETWEEN CONTRACT DOCUMENTS In the event of a conflict between any Contract Document and the terms of this Contract, the Contract shall control to the extent of the conflict. In the event of any other conflict between Contract Documents, the preceding Document shall govern to the extent of the conflict based upon the order of priority set forth in Article I of this Contract, unless otherwise specifically stated. ARTICLE V — COMMENCEMENT AND COMPLETION OF WORK After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieved substantial performance by October 30th, 2020 and final completion by November 13th, 2020. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE V— NOTICE Unless otherwise provided, all notices required under this Contract shall be made in writing and addressed or delivered as follows: TO THE VILLAGE OF MOUNT PROSPECT - The Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTN: Director of Public Works TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deemed effective when received by personal service or registered or certified U.S. mail, postage prepaid and receipt requested, to the address so specified. Either Party may, by written notice to the other, change its own mailing address. 2020 Water Main Improvements 24 48 ARTICLE VI — PRIOR AGREEMENTS; SUCCESSORS This Contract supersedes all previous agreements, understandings and representations of any nature whatsoever, whether oral or written, and constitutes the entire understanding between the Parties. The terms of this Contract shall be binding upon and inure to the benefit of the parties and the partners and officials, successors in interest, executors, administrators, assigns and representatives and their respective successors and assigns, provided, however, that the Contractor shall not assign, sublet or transfer any rights or interest in this Agreement in whole or in part without the prior written approval of the Village, except to the extent that the Contract Documents provide otherwise. ARTICLE VII - DEFAULT BY CONTRACTOR If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 2020 Water Main Improvements 25 49 ARTICLE VIII - DEFAULT BY VILLAGE In the event of a material default by the Village under this Contract, the Village shall have sixty (60) days, from notice thereof by Contractor, to cure the default prior to Contractor's termination of this Contract. The failure to pay a contested invoice shall not be considered a material default. Upon termination, the Village shall be responsible to pay any uncontested payments due for work performed. ARTICLE IX —VENUE The parties hereto agree that for purposes of any lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. ARTICLE X - SEVERABILITY OF CONTRACT If any term of this Contract is held by a court of competent jurisdiction to be void or unenforceable, the remainder of the Contract terms will remain in full force and effect and will not be affected. ARTICLE XI - CUMULATIVE REMEDIES The exercise or failure to exercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture of any other rights and remedies, and will be without prejudice to the enforcement of any other right or remedy available by law or authorized by this Contract. ARTICLE XII - COMPLIANCE WITH LAWS Each party to this Contract will comply with all applicable state and federal laws and regulations, and county and municipal ordinances and regulations. ARTICLE XIII - DISPUTE RESOLUTION Should a dispute arise between the Village and the Contractor as to the terms and conditions of the Contract, or the responsibilities, limitations, or working relations of either Party, the designated project personnel will make every reasonable effort to resolve the difference in accordance with the terms and conditions of the Contract. If a dispute continues despite these efforts, it shall be referred to the Parties' Project Managers. If the above action fails to resolve the dispute, the Parties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting mediation, except that the costs, if any, of the actual mediation proceeding shall be shared equally by the Parties. The mediation process is defined as follows: The Parties shall select a mutually agreeable mediator from American Arbitration Association lists or any other agreeable list to aid the Parties in resolving the dispute. The mediator shall not be an employee or former employee of either Party. The first meeting shall be held ata location chosen by the Village. At the meetings, each Party may present materials and/or arguments to the mediator. The mediator's decision shall be not being binding upon either Party. 2020 Water Main Improvements 26 50 In the event that the foregoing steps fail to resolve the dispute, either Party may bring suit in the Circuit Court of Cook County, Illinois. ARTICLE XIV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided by Contractor to the Village and the Village's written approval. The Village shall not unreasonably withhold its approval of such assignment. In the event of an assignment, the Contractor shall not be relieved of its obligations under the Contract unless agreed to by the Village, at its sole discretion. ARTICLE XV - RECRUITING The Parties shall not, without the consent of the other Party, entice, encourage, offer special inducements, or otherwise recruit employees of the other Party during the period of this Contract and for a period of one (1) year thereafter. This clause is not intended to restrict any individual's right of employment but rather is intended to preserve the relationship intended under this Contract and to prevent the Parties from actively recruiting the employees of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in counterparts, each of which shall be an original and all of which together shall constitute one and the same agreement. ARTICLE XVIII - ENFORCEABILITY If any provision of this Contract is found to be invalid, illegal or unenforceable, that provision shall be severable from the rest of this Contract and the validity, legality and enforceability of the remaining provisions will in no way be affected or impaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall be the date of the last signature executing the Contract (hereinafter referred to as the "Effective Date"). ARTICLE XX - ADVERTISEMENT Contractor shall not use, in its advertising, marketing programs, or other promotional efforts, any data, pictures, or other representation of the Village, except with the specific written authorization in advance by the Village. ARTICLE XXI - CAPTIONS; HEADINGS The paragraph headings which appear herein are included solely for convenience and shall not be used in the interpretation of this Contract. ARTICLE XXII — ENTIRE AGREEMENT This Contract, consisting of the Contract Documents, constitutes the entire agreement between the Parties for the subject matter hereof and supersedes all prior arrangements, agreements, representations and undertakings, written or oral. This Contract may not be changed or modified except by a written instrument duly executed by each of the Parties hereto. 2020 Water Main Improvements 27 51 IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: Title: Date: ATTEST: Title: Date: VILLAGE OF MOUNT PROSPECT Title: Date: ATTEST: Title: Date: 2020 Water Main Improvements 28 52 VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to , as Principal (hereinafter "Contractor"), a written agreement with the Village dated the drawings and specifications prepared by: (hereinafter "Contract"), for in accordance with (Village of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof; and WHEREAS, the Contractor is required to furnish a bond in connection with the Contract to secure the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons as provided by law; NOW, THEREFORE, we, the undersigned Contractor and with main office at as Surety, are held and firmly bound unto the Village in the penal sum of Dollars ($ ), lawful money of the United States, for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly pay for all laborers, workmen and mechanics engaged in the work under the Contract, and not less than the general prevailing rate of hourly wages as required by the Contract and the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., and for all material used or reasonably required for use in the performance of the Contract, and all duly authorized modifications, alterations, changes or additions to said Contract as may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject to the following conditions:. 1. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is 2020 Water Main Improvements 29 53 construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of 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. 2020 Water Main Improvements 30 54 Surety's obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. Signed and sealed this day of Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF I, _ hereby certify that , 20 Surety 0 Officer Of The Surety Title Address: MC)TORY , a Notary Public in and for said county, do (Insert Name of Attorney -I n- Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 201 Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 2020 Water Main Improvements 31 55 VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND on=0 6,10C•�1 Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that Contractor ,as Principal (hereinafter "Contractor"), and with main office at , a corporation of the state of ,as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of in accordance with the drawings and specifications prepared by: (Village of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village; or (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete the improvements at Surety's expense. The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 2020 Water Main Improvements 32 56 additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, or, if no liquidated damages are provided for in the Contract, actual damages caused by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor under the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any suit under this Bond must be filed before the expiration of two years from the date on which final payment under the Contract is due or the applicable statute of limitations, whichever is longer. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Village or its heirs, executors, administrators or successors. Any proceeding, legal or equitable, under this Bond may be instituted in a court of competent jurisdiction in the location in which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of time in the Contract. Signed and sealed this day of Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF , 20 Surety By: Officer Of The Surety Title Address: NOTARY I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this Notary Signature: day of My Commission expires: . 20 2020 Water Main Improvements 33 57 GENERAL CONDITIONS 1) Definition of Terms. In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris. The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of credit. The term "Contractor," as successful bidder, shall mean the individual, firm or corporation who shall have entered into an agreement or contract to furnish all necessary labor, equipment, tools and materials for the performance of the work under its bid and the Bid Documents. The phrase "Director of Public Works" shall mean the Director of Public Works representing the Village of Mount Prospect. The term "EPR" shall mean the Village's Engineering Project Representative. The phrase "Final Performance Date" shall mean the date that Substantial Performance and the punch list items must be completed. 2020 Water Main Improvements 34 58 The term "Inspector" shall mean the authorized representative of the Director of Public Works assigned to make detailed inspection of any or all portions of the work or materials therefore. The phrase "Notice of Award" shall mean the written notice of award of the contract given by the Village to the successful bidder. The phrase "Notice to Bidders" shall mean the official notice included in the bid inviting bids for the proposed improvements. The phrase "Notice to Proceed" shall mean the official notice to the contractor that will start the performance period/ The phrase "Performance Period" shall mean the time allotted for contractor to perform the contract from start to Substantial Performance. The term "Owner" shall mean the Village of Mount Prospect. The phrases "Payment and Performance Bond" and "Letter of Credit" shall mean the approved form of security furnished by the contractor and its financial institution as a guarantee that it will execute the work and pay all material providers and subcontractors. The terms "Plans" or Contract Drawings" shall mean all official drawings or reproductions of drawings pertaining to the work provided in the contract. The phrase "Project Schedule" shall mean the critical path schedule submitted by Contractor to the Village, which includes targeted dates of completion through the Substantial Completion Date. The term "Punch list" shall mean a list of items to be completed after Substantial Performance. The phrase "Special Provisions" shall mean any special directions and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract which are not covered herein. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. Additionally, the term specifications will refer to standard practices as outlined in the Illinois Department of Transportation's "STANDARD SPECIFICATIONS FOR ROAD AND 2020 Water Main Improvements 35 59 BRIDGE CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" prepared by the ISPE, CECT, et al, latest revision. The term "Subcontractor" shall mean any individual, firm or corporation other than the contractor supplying labor, equipment, tools and materials for use in the work of the contract. The phrase "Substantial Performance" shall mean the date that the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. The phrase "Substantial Performance Date" shall mean the date that substantial performance must be completed. The term "Village" shall mean the Village of Mount Prospect, Illinois. The terms "Village Manager" or "Manager" shall mean the Village Manager of the Village of Mount Prospect, Illinois or his duly appointed representative. The terms "Work" and "Project" are used interchangeably and shall mean the improvement advertised for letting, described in the bid form, indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials and incidentals necessary for the satisfactory completion of the project. The term, 1/2 stick" shall mean one-half the standard length of pipe, typically this is seven (7) feet. 2) Award of contract; Performance; Payment. a. Award of Contract. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) days of delivery of the Notice of Award, by personal service or registered or certified U.S. mail, posted prepaid and receipt requested, Contractor shall execute the Contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. b. Notice to Proceed. Upon the Village's receipt of the executed Contract, required bonds and certificate of insurance, the Village will issue and send to Contractor a Notice to Proceed. c. Start of Construction at Project Site. Contractor shall not mobilize to the project site earlier than August 21St, 2020. d. Substantial Performance; Final Completion. i. The Contract shall be substantially performed by October 30, 2020 (the "Substantial Performance Date"). Substantial Performance is when the 2020 Water Main Improvements 36 60 entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. ii. Final completion shall be by November 13, 2020 (the "Final Performance Date"). d. Project Schedule. Within ten (10) days after the Contractor executes the Contract, Contractor shall submit to Village a Project Schedule to include targeted dates of completion of all construction and other requirements of the Contractor through the Substantial Completion Date. Contractor shall monitor schedule progress and provide monthly updates and revisions of the Project Schedule, as needed to Village. e. Liquidated Damages for Inexcusable Delay. i. Time is of the essence. The Contractor agrees that all work included in connection with this project must be completed by the Final Performance Date, or sooner, after receipt of Notice To Proceed. It is hereby acknowledged and agreed by both parties that the damages to the Village are not readily ascertainable but that the failure to timely complete this Work will materially and significantly damage the safety and well-being of the Village, its staff and the public, and that therefore a sum of $2,300.00 per day is a fair and reasonable damage estimate to compensate the Village for any such delay. If the Contractor fails to substantially complete the Work by October 30, 2020, or reach final completion by November 13, 2020, then and in this event, the Contractor further expressly agrees that, for each day this Work and this contract shall remain uncompleted after that date, the Village may deduct the sum of $2,300.00 per day after the Substantial Completion Date, from the contract price as payment to the Village, by the Contractor of the liquidated damages sustained by reason of failure of the Contractor to complete the Project on or before the time aforesaid. ii. Provided, however, that if the completion of this contract is delayed by the Village, by general strikes, acts of God, or casualty beyond the control of the Contractor, then and in such event, the time of completion of this contract shall be extended for such additional time as shall be caused by such delay. iii. Provided, always, however, that the Contractor shall, at the time of such delay, if any, demand of the Village, in writing, such additional time within which to complete the performance of the Contract. The Contractor will be required to notify the Village within three (3) days of such delay, stating the reason for same. If the Contractor does not notify the Village in writing, within three (3) days of the delay, no request for extension of time will be approved. 2020 Water Main Improvements 37 61 f. Measurement of Quantities. All work completed under the contract will be measured by the Village according to United States standard measures. g. Payment. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 I LCS 505/1 et seq. h. Payment for Items Omitted when Partially Completed. Should the Village cancel or alter any portion of the contract which results in the elimination or non - completion of any portions of the work partially completed, the contractor will be allowed a fair and equitable amount covering all items of work incurred prior to the date of cancellation, alteration, or suspension of such work. Awritten change order may apply. i. Partial Payment. When requested, the contractor will make an approximate estimate, in writing, of the materials in place completed, the amount of work performed, and the value thereof, at the contract unit prices. From the amount so determined, there shall be deducted ten percent (10%) to be retained until after completion of the entire Work to the Village for payment, except that no amount less than $500 will be so certified unless the total amount of the contract is less than $500. In addition, an estimate may, at the discretion of the Village and upon presentation of receipted invoices and freight bills, be made for payment of the value of acceptable materials delivered on the Work or in acceptable storage places and not used at the time of such estimate. Ten percent (10%) shall be retained from the value of such materials until final payment. Such materials, when so paid for by the Village, shall become the property of the Village, and in the event of default by the Village, shall become the property of the Village, and in the event of default by the contractor, the Village may use or cause to be used such materials in the construction of the work provided for in the contract. The amount thus paid by the Village shall be deducted from estimates due the contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provisions of the contract. Partial payment will only be granted if in the opinion of the Village sufficient labor and materials have been expended to warrant it. If partial payments are requested, the Contractor shall submit with each payment request a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and for every party listed a full or partial waiver of lien, as appropriate. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit Contractor's Affidavits and partial waivers of lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. 2020 Water Main Improvements 38 62 j. Acceptance and Final Payment. Whenever the Work shall have been completely performed on the part of the contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the contractor as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the contractor as soon as practicable after the final acceptance, provided the contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance prior to Final Payment bond and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Work or for any act or neglect on the part of the Village relating to or connected with the Work. k. Punch list. The Contractor shall notify the Village when it believes substantial performance of the entire Project has been achieved. The Village, and/or any independent consultant engaged by the Village, shall then inspect the Project site with the Contractor, and prepare and deliver to the Contractor within five (5) days thereafter, a written Punch list indicating items of construction which are not in material conformity with the Contract Documents. The Punch list items shall be completed by the Final Performance Date. Pending completion of Punch list items, the Village may withhold from amounts due to the Contractor an amount equal to but not greater than one and one-half (11/2) times the estimated cost to complete Punch list items. I. Final Policing of the Sites. Before the completed work will be ready for the Village's final inspection, the contractor shall have removed from the project sites all surplus equipment, machinery, materials, debris, barricades, and signs. The contractor 2020 Water Main Improvements 39 63 shall leave said project sites in the best possible condition to the complete satisfaction of the Village. m. Final Inspection. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time of such inspection, the Village shall inform the contractor as to the particular defects to be remedied before final acceptance can be made. n. Alterations, Cancellations, Extensions and Deductions. The Village reserves the right to alter the plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A written change order may apply. All Work shall be done under the supervision of the Village's Director of Public Works, or a designated representative who shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between contractors under the specifications. I. Change Orders. The Village may from time to time require changes in the Work. Such changes shall comply with Section 33-E9 of the Criminal Code, 720 I LCS 5/33E-9. m. Right of the Village to Terminate the Contract. i. If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. ii. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work 2020 Water Main Improvements 40 64 site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. iii. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 3) Performance of the Work. a. Accident Prevention. The contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous, in the opinion of the Director of Public Works or his authorized representative, shall be immediately discontinued by the contractor upon his receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. b. Barricades and Warning Signs and Lights. The contractor shall erect substantial lighted barricades to protect its work at all points deemed necessary by the Director of Public Works; said contractor shall place at such points the necessary warning signs, amber lights, caution tape, and other suitable devices to protect his work properly and to provide for the convenience and safety of the public at all times. The contractor shall maintain such barricades, signs, lights and protective devices until the need for them, in the judgment of the Public Works Director or an authorized representative, has passed. Contractor shall provide warning signs and barricades to safely mark any hazards or detours caused by the work. All such warning signs and barricades for work in, or affecting Village of Mount Prospect streets, access roads, and state highways shall meet all applicable requirements as stipulated in the latest edition of the Manual for Uniform Traffic Control Devices published by the U.S. Department of Transportation. All costs for barricades, signs including all labor and other associated materials shall be incidental to the fixed unit price bid for the pay item TRAFFIC CONTROL AND PROTECTION. 2020 Water Main Improvements 41 65 c. Cooperation with Utilities. It is understood and agreed that the contractor has considered in its bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by it due to any interference from the said utility appurtenances either by the utility company or by it, or on account of any special construction methods required in prosecuting its work due to the existence of said appurtenances either in their present or relocated positions. The contractor shall insure that prompt repairs are, to the approval of the inspector, made to any utility appurtenances damaged by it without compensation from the Village. During performance of the work, Contractor shall protect all utilities and property from damage. Contractor shall spot all utilities prior to any excavation work. Contractor shall call J.U.L.I.E. one Call System (1-800-892-0123), and request utility locations as soon as possible for emergency repairs and within forty- eight (48) hours for non -emergency work prior to excavation in strict accordance with J.U.L.I.E. one Call System operation procedures. d. Clean-up. After all work under each task phase of the work is completed, the Contractor shall remove all loose debris and other materials not incorporated in the work from the site of the work. Any clean up or restoration to private property will be the responsibility of the Contractor. e. Construction Noise Restriction. All construction activities or alteration operations within the Village shall be performed only between the hours of 7:00 a.m. and 7:00 p.m. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way." Working hours outside these times must receive prior approval from the Village. f. General. The work to be performed under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary for construction, in accordance with the Contract Documents. g. Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. 2020 Water Main Improvements 42 66 The contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the contractor shall restore said portion of the work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the contractor. h. Materials and Equipment. Except where the Specifications indicate otherwise, the Village is not responsible for providing any tools, equipment or storage under the contract in order to permit its completion of any contractual obligations under the contract, which may be awarded as the result of the bid. i. Personnel and Equipment. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and contractor shall provide identification of its personnel if requested by the Village. Any contractor's employee whose employment is reasonably detrimental or objectionable to the Village shall be immediately transferred from the work -site upon the Village's request. The exercise of this option shall not be construed as placing the Village in charge of the Work or making the Village responsible for safety. All on the road vehicles or equipment shall be identified by the contractor's name for purpose of identification. All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Contractor, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The Village reserves the right to inspect the equipment that will be used prior to award of Bid. j. Property Protection. No vehicles of any kind shall be placed, parked or operated upon or over any sodded areas. k. Protection and Restoration of Property. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder except as otherwise herein provided, shall do the Work necessary for such relocation, reconstruction, and repair and shall bear and pay 2020 Water Main Improvements 43 67 all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as good condition as the same existed at the time of the commencement of any such Work or relocation. It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Bidder for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the Village, upon demand by said owners, or upon demand made by the Village upon the Bidder for the payment thereof. I. Public Convenience and Safety. The contractor shall notify the Director of Public Works at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the contractor shall at all times conduct the work in such a manner as to insure the least obstruction to vehicular and pedestrian traffic. Whenever possible, the contractor shall provide and maintain at his own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. In no case will the contractor obstruct entrance ways into private property without first seeking the Village and private property owner's approval. m. Public Relations. The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property and business owners along the project route. Contractor will distribute written public work notices to businesses and residences as required by the Village. n. Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the contractor in a manner approved by the Village at 2020 Water Main Improvements 44 68 the contractor's expense. Upon failure of the contractor to comply promptly with any order of the Village made under this provision, the Village shall, after giving written notice to the contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the contractor. o. Scheduling. The contractor shall consult with the Village's Public Works Director or an authorized representative concerning the details and scheduling of the work contemplated herein and shall be governed by the decisions of said Director or representative. p. Supervision. The contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be authorized to accept and act upon such directives. Such person shall be fluent in the English language. q. Traffic Control. Contractor shall maintain traffic flow(s) and accessibility to private property(s) as close to normal condition as possible. Contractor shall notify residents, Village of Mount Prospect and state/county officials, as appropriate, of any driveway or road closure. The contractor shall abide with the Illinois Department of Transportation's Standard Specifications for Road and Bridge Construction, latest edition. The Contractor shall also abide with the Manual on Uniform Traffic Control Devices, latest edition. Contractor shall also provide sufficient flag persons to assist with traffic control during operation. All applicable state standards for traffic control devices, lane closures and traffic control staging shall conform to current IDOT standards at all times. This item of work shall include the furnishing, installing; maintaining, relocating and removing all traffic control devices used for the purpose of regulating, warning, or directing traffic during the construction or maintenance of this improvement. When traffic is to be directed over detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices and signing along the detour route according to the details shown in the plans. The governing factor in the execution and staging of work for this project is to provide the motoring public, residents, and business owners with the safest possible conditions along the roadway and in the construction zone. The Contractor shall so arrange his operations as to keep the closing of any lane of the roadway to a minimum. All operations which require a reduction in the number of lanes of traffic shall comply with the aforementioned standards including a flagman posted at each end of the lane closure at all times. "stop" and 'slow" paddles shall be used to control 2020 Water Main Improvements 45 69 traffic. Flags will NOT be allowed as the sole means of traffic control. Minimum lane widths shall be 10 feet. Single lane roads will not be allowed without flagmen, and under no circumstances will a one lane condition remain overnight unless approved by the Village of Mount Prospect. Type II barricades with working steady burn light units shall be used whenever the change in pavement height exceeds 2 inches due to any construction activity and at all butt joints. The Engineer reserves the right to stop any construction activity when traffic control is neglected. Traffic control devices include signs and their supports, signals, pavement markings, barricades (with sandbags if necessary), channelization devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of guiding traffic through or detouring around the construction zone. The Contractor will be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times. The Contractor shall cover or remove all traffic control devices which are inconsistent with detour or lane assignment patterns during the transition from one construction stage to another. The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and Holidays. The Contractor shall be reachable on a 24 hour a day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch personnel, materials, and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Village concerning a request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and not against the flow of traffic. These vehicles shall enter and leave work areas in a manner which will not be hazardous to or interfere with traffic and shall not park or stop except within designated work areas. Those vehicles belonging to the Contractor or his employees shall remain on Village property only and shall not pull into, park, or block any access to private property. Any drop off greater than three inches, but less than six inches, within eight feet of the pavement edge shall be protected by Type I or II barricades equipped with mono -directional steady burn lights at 100 -foot center to center spacing. If the drop off within eight feet of the pavement edge exceeds six inches, the barricades mentioned above shall be placed at 50 -foot center to center spacing. Barricades that must be placed in excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirement of Standard 702001. Vertical panels or other delineating devices may be substituted for Type I or Type II barricades with the approval of the Engineer. 2020 Water Main Improvements 46 70 Delays to the Contractor caused by complying with these requirements will be considered included in the price of the pay item TRAFFIC CONTROL & PROTECTION and no additional compensation will be allowed. Traffic control costs to close the street or ROW is to be included in the "all- inclusive" unit price of the pay item and considered as incidental to that pay item and will not be considered an extra line item. r. Tree Protection. All tree protection shall be incidental to the contract and shall be installed and maintained in accordance with the Tree Protection Ordinance and Tree Protection Detail (see construction drawings) as specified by the Village. REMOVAL PROHIBITED UNLESS AUTHORIZED: All trees shall be maintained, saved, and protected from damage unless removal is approved by the Village. Trees that may be caused to be removed are called out on the Plan Sheets. Coordination with the Village should be made for final determination if these trees can be saved. If they are to be removed the cost of the Tree Removal shall be considered incidental to the contract. CRITICAL ROOT ZONE: To prevent unnecessary damage to existing public trees during construction, proper tree protection guidelines must be followed, particularly in the root zone where major support roots securely hold the tree in the soil. This Critical Root Zone (CRZ) is defined as the entire ground area within the vertical projection of the crown of a tree. This is also commonly referred to as the area within the drip line of a tree. Power equipment may not be used to excavate soil, change grades, or dig trenches in the Critical Root Zone. All soil excavation done within the CRZ must be done by hand, except as authorized in these specifications. Exceptions to the above shall be granted only with written permission from the Director of Public Works. FENCING: All unpaved ground on public property within the Critical Root Zones (CRZ) of existing trees subject to construction damage shall be fenced before any work is started. This Tree Protection Fencing will be paid for as specified in these contract documents. Once assembled, no fencing shall be removed without prior approval of the Engineer, and there shall be no construction activity or material including storage, stockpiling, and equipment access within the enclosure. Fencing material shall be orange polypropylene snow fence supported with metal posts, and installed according to the detail which will be provided by the Forestry Division. CHANGES TO EXISTING GRADE: No changes to original grade shall be allowed inside the CRZ. ROOT PRUNING DURING CONSTRUCTION: All tree roots greater than two inches (2") in diameter that are encountered in any construction process shall be cut cleanly with an appropriate saw or pruning shear or other tool specifically 2020 Water Main Improvements 47 71 designed for cutting wood. Axes or other such chopping tools shall not be used. Shovels or other tools designed for digging shall not be used. Contractor shall contact Forestry for a root inspection before backfilling. ATTACHMENTS TO TREES: No signs, placards or other objects may be nailed or stapled to trees. BRANCH REMOVAL: Tree branches shall not be cut, pruned or trimmed by the Contractor. If parkway tree branches interfere with the Contractor's work, he should contact the Forestry Division to request pruning. If Forestry deems the request reasonable they will endeavor to promptly prune the branches at the Village's expense. PENALTIES FOR TREE DAMAGE: Where limbs, trunks or roots of trees not approved for removal are damaged, the Village shall determine whether the tree can be repaired or must be removed. Repairs may include, but are not strictly limited to, pruning of broken limbs, removal of loose bark and proper shaping of wounds, thinning of the crown to compensate for root loss, fertilization, straightening and staking. Repairs shall be performed by the Village. The cost of such repairs shall be paid for by the Contractor to the Village, using rates listed in the current edition of the Village's Equipment and Labor Rate Charges. Additionally, the Village may fine the contractor for unnecessary tree damage according to the schedule listed in Appendix A, Division III of the Village Code. If in the opinion of the Village, the amount of damage warrants removal of the tree due to safety or aesthetic concerns, the Contractor shall remove the tree, along with its stump to a depth of 12 inches below grade. The Contractor shall pay the Village for replacement of the tree. Replacement cost will be determined by multiplying the diameter of the damaged tree, as measured 4-1/2 feet above the ground, by the rate of $150.00/inch. The Contractor shall be responsible for being familiar with and complying with all aspects of the Village of Mount Prospect Tree Protection ordinances and Arboricultural Standards Manual as they relate to the various site locations. Any questions regarding tree protection shall be directed to the Village Forestry Division and their response or direction shall be considered as the final word/decision on tree protection issues. Any costs for tree protection fencing, posts, labor or other associated labor or material shall be incidental to the fixed cost per unit bid. s. Work In Street Right — of —Way. All of contractor's construction work in street rights-of-way shall be done in strict accordance with the applicable controlling public agency's construction specifications, permitting, bonding, rules, and regulations. 2020 Water Main Improvements 48 72 All costs for necessary permits and bonds shall be borne by the Contractor and considered incidental to the fixed item price of the applicable work. Contractor shall coordinate with the proper public officials and receive approval from said officials prior to any street closings or detouring required due to the work to be performed. Contractor shall protect existing vegetation from removal or damage wherever possible. Contractor shall confine construction work to specified construction limits as shown on the drawings or defined in the specifications. Should Contractor damage or remove any vegetation outside the construction limits, Contractor shall restore the affected area to its original state at no expense to the Village. 4) BOND; INSURANCE; INDEMNIFICATION. a. Performance and Labor and Material Payment Bond. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against loss. The Contractor shall also furnish a labor and materials bond to ensure payment for all labor and materials, including compliance with the provisions of law relating to the payment of the prevailing rate of wages. The premium of such bonds is to be paid by the Contractor. The surety must be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company. All payment and performance bonds shall name the Village of Mount Prospect as obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid bond/Letter of Credit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. b. Insurance Requirements. In submission of a bid, the bidder is certifying that it has all insurance coverages required by law or that would normally be expected for bidder's type of work. In addition, the bidder is certifying that, as successful bidder/Contractor, upon execution of the Contract, it will provide Insurance of such types and in such amounts as may be necessary to protect itself and the interests of the Village against all hazards or risks of loss contemplated by the Contract. The Village and Burns & McDonnell Engineering, CO., Inc. shall be named as additional insured on all applicable insurance policies. Satisfactory certificates of insurance shall be filed with the Village upon execution of the Contract. The certificates shall state that thirty (30) days advance written notice will be given to the Village before any policy covered thereby is changed or canceled. Insurance coverage shall be in the following minimum amounts: 2020 Water Main Improvements 49 73 Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability Bodily Injury $1)000)000 $310001000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $11000)000 $310001000 Automobile Liability Bodily Injury Property Damage Workers Compensation Employee Claims Employers Liability $1,000,000 $11000,000 $1X07000 $11000,000 Statutory for Illinois $1,000,000 per accident c. Indemnification. The Contractor shall indemnify_and save harmless the Village, its officers and employees from any and all liability, losses or damages, including 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 any way resulting from or arising out of the operations of the Contractor under the Contract, including operations of subcontractors; and the Contractor shall, at his own expense, appear, defend, and pay all fees of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Contractor shall, at his own expense, satisfy and discharge same. The Contractor expressly understands and agrees that any bonds, letters of credit or insurance protection required by the Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village as herein provided. Contractor agrees to defend and hold harmless the Village from and against all demands, claims, suits, costs, expenses, damages and adjustments based upon any infringement of any patent relating to goods specified in the contract, and on account of the Village's use of any copyrighted or uncopyrighted, composition, trade secrets, secret process, proprietary rights, patented of unpatented invention, article or appliance furnished or used under the bid Specifications. 5) Compliance with Laws. a. Collusion. If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any proposal or proposals, unlawfully colluded with any other party or parties, then the Contract so awarded shall be null and void and the Consultant and his sureties shall be liable to the Village for all loss or damage which the Village may suffer thereby, and the Village may advertise for new bids for said work. 2020 Water Main Improvements 50 74 b. Observance of Laws, Ordinances, and Regulations; Certifications of Compliance with Applicable Laws. The contractor shall, at all times during the life of this contract, observe and abide by all federal, state and local laws which in any way affect the conduct of the work and with all decrees and orders of courts or agencies of competent jurisdiction. Likewise, said contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The contractor shall indemnify and save harmless the owner, its officers, agents, and employees against any claim or liability arising from or based on his violation of any law, ordinance, regulation, decree or order. The bidder and contractor, as successful bidder, shall comply with all applicable state, federal and local laws, including, but not limited to the following: i. Bid Rigging/Rotating. By submitting a bid, the Contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. ii. Tax Payment. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILCS 5/11- 42.1-1) iii. Drug Free Workplace Act. The Contractor will comply with the requirements of the Drug Free Workplace Act if the contract is $5,000 or more and it has more than 24 employees at the time of entering into the contract (30 ILCS 580). iv. Preference to Veterans Act. The Contractor will comply with the Preference to Veterans Act (330 I LCS 55). V. Substance Abuse Prevention Program. By submitting a bid, the Contractor certifies that the company has in place, to the extent not covered by a collective bargaining agreement that deals with the subject of the Act, a substance abuse prevention program that meets or exceeds the requirements of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq. vi. Non -Discrimination. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) vii. Equal employment Opportunity. The Contractor will comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), including establishment and maintenance of a sexual harassment policy as required by Section 2-105, and the Rules and Regulations of the Illinois Department of Human Rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, which is a material term of all public contracts, as follows: EQUAL EMPLOYMENT OPPORTUNITY 2020 Water Main Improvements 51 75 In the event of the contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Act, the contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: 1) That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 2) That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas from which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by him or her or on his or her behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 4) That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the contractor's obligations under the Act and this Part. If any labor organization or representative fails or refuses to cooperate with the contractor in his or her efforts to comply with the Act and this Part, the contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5) That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 6) That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 2020 Water Main Improvements 52 76 7) That he or she will include verbatim or by reference the provisions of this clause in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, viii. PREVAILING WAGE. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website, www.state.i1.us/agency/idol/rates/rates.HTM. The Contractor and all subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. All bonds provided by the Contractor under the terms of this Contract shall include such provisions as will guarantee the faithful performance of the Contractor's obligations under this clause and under the Prevailing Wage Act, 820 ILCS 130/1 et. seq. Contractor shall comply with all applicable provisions of the Prevailing Wage Act, including, but not limited to, the requirements of Section 5 of the Prevailing Wage Act, 820 ILCS 130/5. The Contractor, and all Subcontractors and Sub -Subcontractors participating on the Project, shall make and keep those records required under Section 5 of the Prevailing Wage Act in paper or electronic format. In conformance with the Act, each contractor and subcontractor, or other entity performing work on the project, shall maintain records of all laborers, mechanics and other workers employed by them on the project, including the following information on each worker: (1) name; (2) address; (3) telephone number when available; (4) social security number; (5) classification or classifications; (6) gross and net wages paid in each pay period; (7) number of hours worked each day; (8) starting and ending times of each day; (9) hourly wage rate; (10) hourly overtime wage rate; (11) hourly fringe benefit rates; (12) the name and address of each fringe benefit fund; (13) the plan sponsor of each fringe 2020 Water Main Improvements 53 77 benefit, if applicable; and (14) the plan administrator of each fringe benefit, if applicable. These records shall be kept by the participating contractor and subcontractor for a period of not less than five (5) years from the date of last payment on the contract or subcontract. No later than the 15t'' day of each calendar month, each participating contractor and subcontractor shall submit a monthly certified payroll to the Village consisting of the above - referenced information as well as a statement signed by the participating contractor or subcontractor that certifies: (a) the records are true and accurate; (b) the hourly rates paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act; and (c) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. ix. Compliance with Freedom of Information Act Request. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILCS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village of Mount Prospect will have only a very short period of time from receipt of a FOIA request to comply with the request and there is a significant amount of work required to process a request including collating and reviewing the information. The bidder/contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/contractor agrees to indemnify and hold harmless the Village of Mount Prospect from all claims, costs, penalties, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide public records to the Village of Mount Prospect under the contract. X. Work Guaranty. 1. Maintenance Bond. A maintenance bond or a maintenance letter of credit is required. This maintenance bond or maintenance letter of credit amount shall consist of ten percent (10%) of the final project cost; it shall be posted by the contractor with the Village upon completion of all Work; and it shall be valid and effective for a period of two (2) years after the final acceptance of such Work by the Village for the purpose of guaranteeing against and securing the correction of any defect in material or workmanship furnished for such improvements, latent in character and not discernible at the time of final inspection or acceptance by the Village of Mount Prospect. 2. General Guaranty. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work embraced in 2020 Water Main Improvements 54 78 the contract by the Village or the Public shall constitute an acceptance of work not done in accordance with the contract, or relieve the contractor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those contract documents. Unless otherwise expressly provided in the Specifications, in the event any defects or imperfections in the materials or workmanship to be furnished by the contractor herein appear within the period of two (2) years from the date of completion of all the Work and acceptance thereof by the Village, the contractor will, upon notice from said Village (which notice may be given by letter to said contractor to the business address of the contractor shown in the proposal), repair and make good at his own cost any such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to said Village, and furnish all such new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of said workmanship or materials said Village may do so or have same done by others, and said contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay. All details of warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. A. Miscellaneous Contract Requirements 1. Contract Alterations. No amendment of a contract shall be valid unless made in writing and signed by the Village President, Village Manager, or their authorized representative. 2. Licenses and Permits. The Contractor shall procure at its own expense all necessary licenses and permits in connection with the work under the Contract. 3. 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. 2020 Water Main Improvements 55 79 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. 2020 Water Main Improvements 56 80 SPECIAL PROVISIONS STATE OF ILLINOIS SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016 and the "Supplemental Specifications and Recurring Special Provisions", to be adopted January 1, 2017 (hereinafter referred to as the Standard Specifications); the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD); and the "Manual of Test Procedures for Materials" in effect on the date of invitation for bids; and the "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein which apply to and govern the construction of the Isabella Drainage Improvement Project in Mount Prospect, Cook County, and in case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. CONSTRUCTION LAYOUT Description of Work Construction layout shall conform to article 105.09 of the Standard Specifications. The Owner will provide survey/ project control points. The Contractor shall set all construction information stakes that mark the location, alignment, elevation and grade of the work. Requests for control information must be made 48 hours prior to the date needed. Basis of Payment The cost of construction layout will be paid for on a lump sum basis for CONSTRUCTION LAYOUT, which shall include all layout the Contractor or any Subcontractors may need to complete the work. No additional compensation shall be given for re -staking any aspect of the work for any reason. TRAFFIC CONTROL & PROTECTION: This work shall be done in accordance with Part IV of Illinois Department of Transportation Reprint of the "Manual on Uniform Traffic Control Devices" published by the Federal Highway Administration, the appropriate articles of Section 1084 of the Standard Specifications and the Standard Specification for Illinois Highway Standards for Traffic Control adopted January 1, 2017 by the Illinois Department of Transportation. All applicable state standards for traffic control devices, lane closures and traffic control staging shall conform to current IDOT standards at all times. This item of work shall include the furnishing, installing; maintaining, relocating and removing all traffic control devices, including but not limited to, signage, barricades, temporary striping and barrier wall used for the purpose of regulating, warning, or directing traffic during the construction or maintenance of this improvement. 2020 Water Main Improvements 57 81 When traffic is to be directed over a detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices and signing along the detour route according to the details shown in the plans. When a maintenance of traffic plan is including in the contract documents, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices and signing along the detour route according to the details shown in the plans. The governing factor in the execution and staging of work for this project is to provide the motoring public, residents, and business owners with the safest possible conditions along the roadway and in the construction zone. The Contractor shall so arrange his operations as to keep the closing of any lane of the roadway to a minimum. All operations which require a reduction in the number of lanes of traffic shall comply with the aforementioned standards including a flagman posted at each end of the lane closure at all times. "stop" and 'slow" paddles shall be used to control traffic. Flags will NOT be allowed as the sole means of traffic control. Minimum lane widths shall be 10 feet. Single lane roads will not be allowed without flagmen, and under no circumstances will a one lane condition remain overnight unless approved by the Village of Mount Prospect. Type I I barricades with working steady burn light units shall be used whenever the change in pavement height exceeds 2 inches due to any construction activity and at all butt joints. The Engineer reserves the right to stop any construction activity when traffic control is neglected. Traffic control devices include signs and their supports, signals, pavement markings, barricades (with sandbags if necessary), channelization devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of guiding traffic through or detouring around the construction zone. The Contractor will be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times/ The Contractor shall cover or remove all traffic control devices which are inconsistent with detour or lane assignment patterns during the transition from one construction stage to another. The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and Holidays. The Contractor shall be reachable on a 24 hour a day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch personnel, materials, and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Village concerning a request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. When traveling in lanes open to public traffic, the Contractor's vehicles shall always move with and not against the flow of traffic. These vehicles shall enter and leave work areas 2020 Water Main Improvements 58 82 in a manner which will not be hazardous to or interfere with traffic and shall not park or stop except within designated work areas. Those vehicles belonging to the Contractor or his employees shall remain on Village property only and shall not pull into, park, or block any access to private property. Any drop off greater than three inches, but less than six inches, within eight feet of the pavement edge shall be protected by Type I or II barricades equipped with mono - directional steady burn lights at 100 -foot center to center spacing. If the drop off within eight feet of the pavement edge exceeds six inches, the barricades mentioned above shall be placed at 50 -foot center to center spacing. Barricades that must be placed in excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirement of Standard 702001. Vertical panels or other delineating devices may be substituted for Type I or Type II barricades with the approval of the Engineer. Delays to the Contractor caused by complying with these requirements will be considered included in the price of the pay item TRAFFIC CONTROL & PROTECTION and no additional compensation will be allowed. Contractor is responsible for all necessary traffic control. Cost to be included in the unit price of each pay item as incidental to that pay item. Measurement and Payment Measurement for TRAFFIC CONTROL AND PROTECTION shall be per LUMP SUM basis. The Work performed and materials furnished as prescribed by this item and measured will be paid for as lump sum. The lump sum price shall include full compensation for I DOT bonds, furnishing labor, equipment, time, materials, and incidentals necessary to complete the Work. DUST CONTROL WATERING WITH CALCIUM CHLORIDE Description of Work This work shall consist of controlling construction dust on the jobsite by application of a water / calcium chloride mixture. Construction Requirements Dust shall be controlled by uniform application of sprinkled water mixture applied only when directed by the Engineer in a manner meeting his approval and shall be equipped with adequate measuring devices for meeting the exact amount of water discharged. The concentration of calcium chloride in the water used shall be properly documented by ticket or other approved means. If the ratio of calcium chloride to water is insufficient to properly control the dust, the ratio may be adjusted at the Engineer's discretion, with no additional compensation for the extra chloride needed. 2020 Water Main Improvements 59 83 Method of Measurement This work will be measured in 1,000 gallon units of applied water. To ensure prompt response to the Resident Engineer's request for SUPPLEMENTAL WATERING — DUST CONTROL, the Contractor shall apply the water within 4 hours of the Engineer's request. If the Contractor fails to comply with the Engineer's request, the Engineer will impose a deduction of $100 per hour beginning 4 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment This work shall be paid for at the contract unit price per UNIT for DUST CONTROL — WATERING WITH CALCIUM CHLORIDE DUST CONTROL - MECHANICAL SWEEPING Description of Work This work shall consist having a sweeper on the jobsite for removal of dust and loose gravel/dirt/debris for purposes of dust control. Construction Requirements On a regular as needed basis, the contractor shall utilize a mechanical street sweeper to remove all dust, gravel, sand, dirt from roadways to minimize the presence of construction dust nuisance on the jobsite. The contractor should plan for a weekly sweeping at minimum just prior to the weekend, and additional times during peak construction operations. Debris must be removed to the satisfaction of the Engineer. Method of Measurement This work will be measured on an each basis for each instance that the sweeper is needed on the jobsite. Each instance is to be defined as the required time necessary to clean the job to the satisfaction of the engineer (i.e. if the sweeper does not show up until 2pm on a Thursday, is unable to complete the cleaning on Thursday and must return on Friday to satisfy the Engineer, only one instance would be paid) To ensure prompt response to the Resident Engineer's request for DUST CONTROL — MECHANICAL SWEEPING, the Contractor shall conduct the dust control operation before the end of the day when notified before 12 pm. Any subsequent notification will require operations to begin first thing the following day. If the Contractor fails to comply 2020 Water Main Improvements 60 84 with the Engineer's request, the Engineer will impose a deduction of $100 per hour beginning 8 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment This work shall be paid for at the contract unit price per each for DUST CONTROL - MECHANICAL SWEEPING. SELECTED GRANULAR BACKFILL Description of Work Selected Granular Backfill shall be required for all sewer and water main trenches lying under existing or proposed streets, curb & gutter, sidewalks, or driveways and in all yards and parkways. In the case of backfill being used in the parkway and yard, backfill shall be placed and compacted to within 4" of final grade. All material placed in such trenches shall be mechanically compacted in maximum one foot lifts. In addition to tamping, jetting of trenches may be required at the discretion of the Engineer. A pit run sand and/or gravel, meeting the Illinois Department of Transportation gradation FA -6 shall be used for this item. All trenches are to be filled with approved granular material to within 12" of finish grade as determined by the engineer. The remaining 12" is to be filled with CA -6 in accordance with Section 1004 of the Standard Specifications, but to be removed prior to paving operations to be replaced with appropriate patching material. The top 4 inches of this material is to be of a granular material (grade 9 or approved substitute) that is to be placed and graded in a way as to allow for the safe travel of traffic on top of the trench. The placement of this material is to extend the entire length of the trench and all subsequent crossings unless otherwise directed. Basis of Payment Selected Granular Backfill will be paid for at the contract unit price per cubic yard for TRENCH BACKFILL. The quantity for which payment will be made shall not exceed the volume of the trench as computed by using the maximum width of trench permitted per Section 550 of the Standard Specifications. WATER MAIN This item includes the installation of ductile iron pipe water main and all other appurtenant items. Upon the completion of main line water main prior to installation of water services, the Contractor shall completely clean the street and intersections of all sand, gravel, or other excess excavated material. This shall either be done by mechanical (sweeping) or manual (watering) means to the satisfaction of the engineer. Following the installation of water services, capping of old mains, and subsequent patching of the street, the Contractor shall again remove all excess ground material by either mechanical or manual means again to the satisfaction of the Engineer. No 2020 Water Main Improvements 61 85 compensation shall be given for either of these activities. The cost of the cleanings of the affected areas shall be considered included in the price of the pay item DUCTILE IRON PIPE — 8" or DUCTILE IRON PIPE — 6". Description of Work WATER MAIN pipe shall be zinc coated ductile iron cement lined pipe conforming to the latest revision of ANSI Specifications A21 Class 56 with 150 psi working pressure or American Water Works Association (AWWA) Specification, C150 or ASTM C296 with "push -on" type joints. All water fittings shall be mechanical joint cast iron ANSI Specification A21.10 or compact ductile iron fittings (AWWA C-153) with 250 psi working pressure. Poured in place concrete thrust blocks (Class "A" Concrete) are required to brace all tees, plugs, caps and bends of 11 1/4 degree deflection or greater. Minimum cover for all WATER MAIN, including services, shall be 5'-6" from finished grades. All proposed water main connections to the proposed water main installed in each Phase shall be considered incidental to the contract unit price for the water main. Any fittings necessary to make these connections shall be paid for as DUCTILE IRON FITTINGS. Any proposed water main connections to the existing water main shall be paid for separately as CUT -IN -CONNECTIONS. Bronze Wedges for Joint -to -Joint Conductivity Bronze wedges are to be supplied and installed as per detail from Griffin Pipe Products unless otherwise accepted by the Engineer. The furnishing and installation of these wedges is to be included in the price of the ductile iron water main. Plugs Installed piping systems shall be temporarily plugged at the end of each day's work. Plugging shall be adequate to prevent entry of small animals or debris into the pipe. Tree Pruning This work shall consist of pruning existing trees for safety and equipment clearance. This work shall be done in accordance with Section 201 of the Standard Specifications with the exception that this work will not be paid for separately but shall be considered incidental to the contract unit price for the water main. Basis of Payment 2020 Water Main Improvements 62 86 Water main will be paid for at the contract unit price for DUCTILE IRON PIPE — 8" or DUCTILE IRON PIPE — 6", size as specified, per linear foot including all fitting connections, blocking, bedding, and abandonment of the existing water main. DUCTILE IRON FITTINGS Description of Work This item includes all fittings used during the installation of the water main. This item shall include all tees, crosses, bends, reducers, sleeves, caps, plugs and wyes. Only the use of Mega -lug retainer glands shall be permitted for installation of ductile iron fittings. All nuts and bolts shall be stainless steel. Basis of Payment The furnishing and installation of fittings is to be included in the price of the ductile iron water main. POLYETHYLENE WRAP Description of Work V -Bio Enhanced Polyethylene wrap shall be installed for all buried water main piping, fittings and valves as shown on the plans. The Engineer shall have the right to delete polyethylene wrap where conditions warrant. KAMPrial_q Encasement of piping shall be V -bio enhanced polyethylene encasement (or approved equal) in tube or sheet form and shall be in accordance with AWWA C - 105/A21.5 -82 suitable for the appropriate diameter water main. Construction Requirements The Contractor shall follow the installation guideline as set forth with AWWA Specification C-105. Method of Measurement Measurement shall be for actual length of polyethylene wrap measured along the center of the water main pipe with no deduction for fittings and/or valves. Basis of Payment Payment for polyethylene wrap shall be made at the contract unit price per linear foot for V -BIO ENHANCED POLYETHYLENE WRAP, of the size specified installed. 2020 Water Main Improvements 63 87 Payment shall be full compensation for all materials, labor equipment and other appurtenant items to complete this item as specified. CUT -IN CONNECTION - WATERMAIN Description of Work This work shall include all labor and materials necessary to connect the new water main to an existing main. This shall involve the saw cutting and removal of pavement, excavation of all material necessary to remove old fittings, the removal of existing connection fittings and pipe (tee, cross, sleeves, etc), and all backfill necessary to restore excavated area to previous grade. Method of Measurement Measurement for this item shall be on an each basis per location of connection. Basis of Payment This item shall be paid for on an each basis for CUT -IN CONNECTION, which shall include any saw cutting of pavement, pavement removal, excavations, cutting and removal of fittings and pipe, cleaning and prepping pipe for connection, and all backfill necessary to bring hole to original grade. WATER VALVES: Description of Work: This work shall consist of the installation of water valves of the resilient wedge gate valve type suitable for ordinary water -works service, intended to be installed in a normal position on buried lines for water distribution systems. Construction Requirements: As a minimum, all gate valves shall, in design, material and workmanship, conform to the standards of the latest AWWA C509. Further details and notes on materials and installation are provided on the Plans. All materials used in the manufacture of waterworks gate valves shall conform to the AWWA standards designed for each material listed. Materials: The gate valves shall be standard pattern and shall have the name and mark of the manufacturer, size and working pressure plainly cast in raised letters on the valve body. Gate valves (8" and smaller) shall be Mueller Resilient Wedge Valves, Model # A- 2360-20, Non -rising Stem Gate Valves conforming to AWWA C-509. Valves shall open counterclockwise. All gate valves are to be installed in concrete valve vaults as detailed in the Plans. Valves shall be installed using stainless steel bolts. As shown on the Details in the Plans, a one - inch (1") corporation stop shall be installed in the water main within the vault for testing, chlorinating, and sampling work to be done. 2020 Water Main Improvements 64 88 Method of Measurement and Payment: This work shall be paid for at the contract unit price EACH for GATE VALVES, of the size specified. This price shall include the cost of all labor, materials and equipment necessary to install the gate valve in a valve vault including corporation stops as detailed in the plans and specified herein. The valve vault will not be paid for separately. VALVE VAULTS Description of Work Valve vaults shall be constructed of reinforced pre -cast concrete ring construction with tongue and groove joints in conformance with the latest revision of ASTM designation C-478. All joints between sections and frames shall be sealed with mastic type bituminous jointing compound. The Contractor shall remove all excess mastic on the inside of the structure and butter joints with mortar. Valve vaults shall have concentric cones as shown in the details. Only concrete adjustment rings will be permitted where necessary and shall be limited to two adjustment rings totaling not more than 8" in height. All adjustment rings and frames shall be set in a full mortar bed. Brick patchwork in vault openings shall be thoroughly finished with mortar both inside and out Frames and lids shall be East Jordan 1050, Extra Heavy Duty, Type A Solid Cover in paved areas, and East Jordan 1050, Medium duty, Type A Solid Cover in non -paved areas, or approved equal. Solid lids for Village owned valve vaults must have the words "VILLAGE OF MOUNT PROSPECT" and "WATER" cast into the lid. Basis of Payment Valve vaults shall be paid for at the contract unit price each for VALVE VAULT, TYPE A, 4' DIAMETER, TYPE 1 FRAME, CLOSED LID, which price shall include steps and any final structure adjustments. Valves shall be paid for at the contract unit price each for GATE VALVE, of the size specified installed. FIRE HYDRANT, COMPLETE Description of Work Fire hydrants shall be Mueller Super Centurion 250 A-423 or approved equal with 5-1/4 yy main valve, (2) 2-1/2" hose nozzle, (1) 4-1/2 )) pumper nozzle all national standard, 1-1/2 yy pentagon, open left (counter -clockwise, 6' bury. Provide 6" N.R.S. resilient wedge gate valve and valve box with "WATER" cast into the lid, Mueller A-2360-16 open left. Zinc caps will be required on all mechanical joint fittings. Fire hydrants shall be located as 2020 Water Main Improvements 65 89 shown in the details or as directed by the Village, and shall be painted in a manner acceptable to the Village. Basis of Payment Fire hydrants shall be paid for at the contract unit price each for FIRE HYDRANT, COMPLETE, installed. This work shall include the furnishing, excavation for, backfill around, thrust block, and all labor necessary to install the hydrant. The hydrant itself, gate valve, the length of pipe between the main and the hydrant and any fittings necessary to assemble and attach to water main, are to be considered part of a FIRE HYDRANT, COMPLETE, the entire assembled unit shall be paid for on an each basis. FIRE HYDRANT TO BE REMOVED Description of Work This work shall consist of the removal of existing fire hydrants, as shown on the plans, along with all associated hardware such as valves, valve vaults or boxes, pipe and fittings necessary to completely eliminate the appurtenance from the water main, in accordance with the appropriate sections of the Standard Specifications. Where shown on the plans, the existing tee shall be removed and a cut -in valve and cut -in sleeve, of the appropriate size and type, and an access structure of the type specified shall be installed in its place. Where removal of the tee is not required, the tee shall be plugged with a mechanical joint plug and blocked in accordance with Section 41-2.08 of the Standard Specifications. Basis of Payment This work shall be paid for at the contract unit price per each for FIRE HYDRANT TO BE REMOVED and shall include the removal of the existing fire hydrant, pipe, valve and valve vault or box, excavation, FA -6 trench backfill, plugging and blocking of existing tee. Plugs Installed piping systems shall be temporarily plugged at the end of each day's work. Plugging shall be adequate to prevent entry of small animals or debris into the pipe. EXISTING WATER MAIN ABANDONMENT 2020 Water Main Improvements 66 90 Description of Work The existing WATER MAIN is to be abandoned after the new main is complete and all services have been transferred. Where the existing main is disconnected from its live sources the ends shall be plugged and the main left in place. Where shown on the plans, the existing tee shall be removed, a cut -in sleeve, of the appropriate size and type, shall be installed in its place. Existing valve vaults shall have their frames removed and filled with the backfill material specified above. This work shall be considered included in the contract. The pavement will be repaired with the Class C or D patching item as required by existing street construction or requested by the Engineer. Basis of Payment All materials and labor required to complete the work as specified will be considered included in the cost of the new WATER MAIN. EXISTING VALVE VAULT ABANDONMENT Description of Work The existing valve vaults are to be abandoned after the new main is complete and all services have been transferred. Valve is to remain in the vault. At least four 2-1/2 33 diameter holes shall be punched in vault for drainage. Castings and cover shall be removed and salvaged for pick-up by the Village. Top and barrel sections shall be removed to within three feet of finished grade. Vault shall be backfilled with tamped granular material to proposed grade. Restoration shall be done according to paved or non -paved location. Basis of Payment This item shall be paid for at the contract unit price for each ABANDON VALVE VAULT, and shall include any saw cutting of pavement, pavement removal, excavations, restoration, and all backfill necessary to bring hole to original grade WATER SERVICES: Description of Work This work shall consist of furnishing and installing copper water tubing, corporation stops, curb stops, and curb boxes of the size specified and in conformance with the detailed plans. The water service line shall be Type K Copper 1 1/2 Y3 min with flared connection. Curbstops shall be 1-1/2" Mueller Mark 11 Oriseal H-15154 LL. Water service in paved areas shall have a saddle type Mueller H-10336 with a H-10394 LL foot piece for 1/-1 /2" service. All 2020 Water Main Improvements 67 91 brass fittings shall be no lead, low -lead or EnviroBrass conforming to 2014 EPA requirements. New water service shall be augured under the street. Contractor shall perform all pressure taps live. A minimum of 10' separation must be maintained between the new water service and the existing sanitary service, and 2' separation between the new tap and any existing taps on the main. The new b -box must be centered in the parkway, and must be at least 2' from any sidewalk, driveway, curb or hydrant. Basis of Payment This work shall be paid for per EACH for NEAR SIDE WATER SERVICE and FAR SIDE WATER SERVICE respectively. The notification of customers of the interruption of services, and any other construction costs shall be incidental to the fixed item bid price. PRESSURE TEST Description of Work The allowable leakage for WATER MAIN shall be in accordance with the Standard Specifications for Water and Sewer Main Construction in Illinois, latest edition. Test pressure shall be 150 psi for two hours minimum. Testing shall take place at the highest elevation in the new water main. Basis of Payment Pressure testing will not be paid for but will be considered included in the cost of the WATER MAIN installed. DISINFECTION Description of Work DISINFECTION shall be in accordance with the Standard Specifications for Water and Sewer main Construction in Illinois, latest edition, and shall meet all of the requirements of the State of Illinois, Environmental Protection Agency, Public Water Supplies Division. Methods of disinfection for all water containment devices and piping shall conform to AWWA C651. DISINFECTION shall include preliminary flushing, chlorination, and final flushing. Owner will accomplish chlorination in conjunction with pressure testing at minimum initial dosage of 25 mg/L (ppm) chlorine in all portions. Contractor shall provide labor 2020 Water Main Improvements 68 92 assistance and service connections as indicated or as requested. Contractor shall perform preliminary and final flushing. Minimum preliminary flushing rates to produce 0.76 m/s (2.5 fps) velocity in main shall be as follows: Hydrant Outlets Pipe Size Flow Rate No. of 65 mm (2 -1/2 -inch) 100 mm (411) 6 Us (100 gpm) 1 150 mm (6") 12 Us (200 gpm) 1 200 mm (811) 25 Us (400 gpm) 1 250 mm (1011) 38 Us (600 gpm) 1 300 mm (1211) 57 Us (900 gpm) 1 400 mm (16") 100 Us (1600 gpm) 2 Valve hydrant outlet to control flow. With a 276 kPa (40 psi) pressure in the main with the hydrant flowing to atmosphere, a 65 mm (2 -1/2 -inch) hydrant outlet will discharge approximately 63 Us (1,000 gpm) and a 115 mm (4 -1/2 -inch) hydrant outlet will discharge approximately 158 Us (2,500 gpm). Flush pipeline before use for potable water supply purposes. Dispose of preliminary flushing water without damage to public or private property. Dispose of final flushing water without damage to public or private property. Continue until tests conducted by Owner prove acceptable. Repeat disinfection process should initial treatment fail to yield satisfactory results. At the expense of Contractor, including cost of additional water. Owner will provide sampling and laboratory testing Basis of Payment Disinfection will not be paid for but will be considered included in the cost of the WATER MAIN installation. C.ASINr PIPE Description of Work Work shall include installation of a new, smooth wall, welded steel sleeve fabricated from ASTM 139 Grade B Steel with a minimum yield point of 36,000 psi, conforming to AWWA C200. A minimum thickness of 0.42 -inches is required. The exterior shall be coated and the interior lined with iron oxide primer applied at 1.5 mils minimum thickness. Hold coatings back from end joints to be welded at least 2 inches each side of joint. All joints in steel pipe casings shall be field welded to conform to API 1104 or AWWA C206. Casing pipes shall be cleaned to SSPC-SP3 and iron oxide field coating 2020 Water Main Improvements 69 93 shall be applied to all exterior joints after field welding and all interior joints on casings 24 -inch diameter and larger after field welding. Skids are to be furnished for pipe alignment guides as indicated for all carrier pipe to be installed in casing. Minimum spacing of skids shall be 5 feet or every pipe joint, whichever is the lesser. They shall be sized to fit outside diameter of carrier pipe and inside diameter of casing pipe. Skids shall be sized slightly larger than carrier pipe's outside joint diameter. Casing spacers shall be stainless steel with plastic runners. End seals shall be constructed between carrier pipe and casing with brick and mortar after inside of casing has been thoroughly cleaned and approved by Engineer and after carrier pipe has been permanently placed inside casing, tested, and approved. Brick end seals shall conform to ASTM C32, Grade MS. Mortar shall conform to ASTM C270, Type M, with Type II portland cement and Type S lime. Basis of Payment Casing pipes will be paid for at the contract unit price for STEEL CASING PIPE, size as specified, per linear foot including all labor and materials necessary to complete the work. STORM SEWER REPLACEMENT Description of Work This work shall consist of removal and replacement of storm sewer where storm sewer passes above water main. The sewer pipe material shall be of potable water quality extending 10' minimum on either side of crossing and match existing storm sewer size. Work includes all excavation, backfill, and associated work. All work shall conform to Section 550 of the Standard Specifications. Trench backfill shall be FA -06 exclusively. No alternatives will be accepted. Material removed from the trench shall be removed from the site and shall not be used for trench backfill regardless of its suitability. Connections to Existing Structures Connections shall be made to existing structures as necessary or directed by the engineer. This item is considered included in the unit price for the STORM SEWERS of the appropriate diameter. Method of Measurement & Payment Sewer construction shall be measured for payment per FOOT of each sewer size. Basis of Payment This work will be paid for at the contract unit price per LINEAR FOOT for STORM SEWER, 8" PVC C900 and STORM SEWER, 12" PVC C900. 2020 Water Main Improvements 70 94 EXISTING UTILITIES Description of Work The Contractor shall exercise special care when working around existing utilities. The Contractor is responsible for and shall repair any damage to existing utilities at no additional cost to the Owner. PAVEMENT REMOVAL (COMPLETE FULL DEPTH) Description of Work This work shall consist of completely removing the existing bituminous materials, concrete sub -base, and that part of the aggregate base necessary to achieve sufficient depth on the streets designated. Disposal of Material All material resulting from the PAVEMENT REMOVAL (COMPLETE FULL -DEPTH) operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. Construction Requirements After curb and gutter have been removed and after all manhole frames/grates have been removed and plated, the contractor shall perform all work necessary to remove all bituminous materials, concrete sub -base and that part of the aggregate base necessary to achieve the required depth per the Typical Sections shown on the Plans as measured from the top of front face of gutter and a uniform depth across entire width of pavement leaving a cross slope of 1/4 inch per foot to the center line of the street. Any bituminous materials on the gutter shall also be removed as part of this pay item. Care shall be taken not to damage the curb and gutter or the drive approaches. Curb and gutter and drive approaches damaged by the removal operations that are not scheduled for replacement shall be replaced, to the satisfaction of the Engineer, at the Contractor's expense. The Contractor shall at the time of the removal operations, have equipment on the job capable of removing any debris left behind. Failure to remove debris to the satisfaction of the Engineer will result in a deduction of $100 per day from the pavement removal item in the contract. Butt Joints shall not be ground more than 48 hours prior to paving and shall be ramped until the paving operations begin. 2020 Water Main Improvements 71 95 During the removal operations it may be necessary to ramp the adjacent roadway and drive approaches until the paving operation begins. The roadway and drive approaches shall be ramped with stone, as directed by the Engineer and the stone shall be removed prior to beginning the paving operation. The cost of the temporary stone shall be included in the cost of the pavement removal operation. The Contractor shall, at the time of the removal operations, have a sufficient quantity of "Type III" barricades on the job site and shall be responsible for positioning them as requested by the engineer for the purpose of closing adjacent roads during grinding and paving operations. Each "Type III" barricade shall have a sign attached reading "Road Closed Local Traffic Only". The cost shall be included in the cost of the project. Removal operations will be permitted only if the weather will allow the placement of the aggregate sub -base over all areas that were opened up that day. Method of Measurement PAVEMENT REMOVAL (COMPLETE FULL -DEPTH) will be measured in square yards, and will be paid for only once, regardless of the number of passes needed to remove the existing pavement. Bituminous materials removed from the drive approaches and gutter flag will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per square yard, regardless of depth, for PAVEMENT REMOVAL (COMPLETE FULL -DEPTH). Removal of bituminous materials from drive approaches and for butt joints will not be paid for but shall be included in the cost of PAVEMENT REMOVAL (COMPLETE FULL -DEPTH). CLASS "D" PATCH Description of Work This work shall conform to the appropriate articles of Section 442 of the Standard Specification, except that no type classification will be kept. Each patch is to have a full depth saw cut and then be removed. Saw cutting of the patches and removal of the existing pavement, including sub -base is to be included in the cost of this item. All patches depressed in excess of 3" below the surface of the surrounding asphalt shall be marked with Type II barricades for no longer than 48 hours. Leveling binder shall be used to ramp the edges of the patches after this time has expired. The cost of the leveling binder used to ramp the edges of the patch shall be included in the cost of the patch. Disposal of Materials All material resulting from the Class "D" Patches operation shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the "Standard Specifications for Road and Bridge 2020 Water Main Improvements 72 Construction" as amended by Public Act 90-761, a sample of the required load ticket is included in this contract. Method of Measurement CLASS "D" PATCH, of the depth specified will be measured in place and the area computed in square yards. If additional pavement or sub -grade is removed due to negligence on the part of the Contractor, the additional quantity of pavement removal and replacement or sub -grade material will not be measured for payment. Where unsuitable material is encountered in the sub -grade, the removal and replacement shall be performed by the Contractor in accordance with the appropriate articles of Section 1004.01 and Section 207. This work will be paid for at the contract unit price per ton for UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA -1, 100% CRUSHED STONE. Basis of Payment This work will be paid for at the contract unit price per square yard for CLASS "D" PATCH, of the depth specified. SIDEWALK REMOVAL Description of Work This work shall consist of the removal and the satisfactory disposal of existing concrete sidewalk in accordance with the appropriate articles of Section 440 of the Standard Specifications. In some locations where no sidewalk exists, removal of sod, dirt and other materials necessary to place new sidewalk shall be part of sidewalk removal. Disposal of Material & Safety All material resulting from the sidewalk removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer, in accordance with Section 107.01 of the "Standard Specifications for Road and Bridge Construction" as amended by Public Act 90761. Every sidewalk gap shall be adequately marked with a Type II barricade at each end after the sidewalk has been removed. Construction Requirements All segments of sidewalk scheduled for removal, as directed by the Engineer, shall be saw cut full depth at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete, damaged due to negligence by the Contractor shall be replaced at his expense. Any bituminous or P.C.C. driveways which break up, due to contractor's negligence, when the sidewalk is removed shall have their entire width saw cut laterally and replaced in kind at the Contractor's expense. It shall be the responsibility of the Contractor to determine the thickness of the existing sidewalk to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans or for variations in the amount of reinforcement. 2020 Water Main Improvements 73 97 No additional compensation will be allowed for any additional excavation below the sidewalk being removed whether it is due to the Contractor's operations or required by the plans or the Engineer, nor for any material required to bring the sub -base to the proper grade. Method of Measurement SIDEWALK REMOVAL will be measured for payment in SQUARE FEET of surface. Where no current sidewalk exists but material is excavated to allow for placement of new walk, the area to be paid for removal shall be the same as the new walk placed. No additional measurements will be made for over -digging for forms or extra depth to allow for placement of new walk. Basis of Payment This work will be paid for at the contract unit price per square foot for SIDEWALK REMOVAL whichever shall apply. Where there was no existing sidewalk but removal of sod, dirt or other materials was necessary for placement of new walk, the removal and disposal shall be paid for at the contract unit price for the pay item for SIDEWALK REMOVAL per square foot. PORTLAND CEMENT CONCRETE SIDEWALK, 5" Description of Work This work shall consist of the construction of Portland Cement Concrete Sidewalk — on a prepared sub -grade in accordance with the appropriate articles of Section 424 of the Standard Specifications. Handicap ramps must be constructed in strict conformance with the Details contained in the Plans. Failure to do so will result in the contractor paying for its removal and replacement. It shall be the Contractor's responsibility to notify the Village in the event that a specific location cannot be constructed as specified. Sub -grade Preparation After the existing sidewalk has been removed, the sub -grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub -grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub -grade. Tree roots that need to be removed, as determined by the Engineering division, shall be removed only after the tree root has been saw cut at both ends. The sub -grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub -grade material. At locations where the sidewalk is constructed at driveways/entrances, the sidewalk shall be poured to the thickness of 6". This work shall be included in the cost of the P.C.C. SIDEWALK and no additional compensation will be allowed. Forms Side forms shall be of good quality lumber of not less than 2 inch nominal thickness or of steel of equal rigidity. They shall be held securely in place by stakes or braces. Under 2020 Water Main Improvements 74 98 normal circumstances, the top of the forms shall be the top of the poured concrete. Exceptions to this shall be brought to the attention of the Engineer, for his approval, prior to the time of the concrete pour. Forms for the sidewalk aprons shall be set so that the slab will have a uniform fall between the sidewalk proper and the curb grade. Placing and Finishing Placing and finishing of the concrete shall be done in accordance with Article 424.06 of the Standard Specifications. Handicap access ramps shall be installed at all intersections unless otherwise directed by the Engineer. The finish of the concrete on the access ramp shall be as shown on I DOT Standard Detail #424001-05 sheets one and two contained herein. No additional compensation shall be allowed for this work. Expansion Joints Expansion joints of the thickness specified below shall consist of preformed joint filler. The top of the joint shall be placed 1/4 inch below the surface of the sidewalk and extend down to the bottom of the concrete regardless of depth. 1. One-half inch thick expansion joint filler shall be placed between the sidewalk and all structures such as light standards, traffic light standards, traffic poles and telephone or power poles, which extend through the sidewalk. Water valves shall be boxed in (1'099 square) with 1/2" expansion joint filler. 2. Three -fourth inch thick expansion joint filler shall be placed as follows: a. Where the length of the new sidewalk is 15' or less, one piece of expansion joint filler at either end shall be required. b. Where the length of the new sidewalk is greater than 15', but less than 50', one piece of expansion joint filler at both ends shall be required. c. Where the length of the new sidewalk is greater than 50', one piece of expansion joint filler at both ends, and one additional piece for every full 50' increment thereof, placed at a maximum of 50' intervals shall be required. 3. Three -fourth inch wide preformed expansion joint filler shall be placed where the length of a new sidewalk abuts concrete driveways, drive approaches, carriage walks, courtesy walks, retaining walls, foundation walls or curb. At all locations where expansion joints are to be placed against existing concrete, the existing concrete shall be neatly saw cut so that the expansion joint filler will lay flush against the existing concrete. Care shall be taken when placing the concrete so that no concrete, stones, or other debris is allowed between the existing concrete and the expansion joint filler. Curing and Protection Curing and protection shall be in accordance with the appropriate articles of Section 1020.13 of the Standard Specifications as amended herein. Tree Pruning This work shall consist of pruning existing trees for safety. This work shall be done in accordance with Section 201 of the Standard Specifications with the exception that the minimum vertical clearance from the finished surface of the sidewalk to the plant material 2020 Water Main Improvements 75 99 will be 8 feet and this work will not be paid for separately but shall be considered included in the contract unit price for the sidewalk. Method of Measurement Portland Cement Concrete Sidewalk will be measured in place and computed in square feet. Excavation, preparation of sub -grade including tree root grinding or cutting, sub - grade materials, saw cutting, expansion joints and curing will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per SQUARE FOOT for PORTLAND CEMENT CONCRETE SIDEWALK, 5", which price shall include all labor and materials necessary to complete the work as described herein. DETECTABLE WARNINGS Description of Work This work shall consist of the installation of detectable warnings according to the details in the plans and in accordance with the appropriate articles of Section 424 of the Standard Specifications. MatPrial_q The detectable warnings shall consist of the following manufactures product: ARMOR - TILE CAST IN PLACE DETECTABLE/TACTILE WARNING SURFACES. The detectable warnings shall be installed per the manufacture's recommendations. The detectable warnings shall be Colonial Red (Federal #20109), 2 feet by 4 feet panels. Method of Measurement DETECTABLE WARNINGS shall be measured in square feet. Basis of Payment This work shall be paid for at the contract unit price per SQUARE FEET for DETECTABLE WARNINGS. DRIVEWAY PAVEMENT REMOVAL Description of Work This work shall consist of the removal and the satisfactory disposal of existing driveway pavement in accordance with the appropriate articles of Section 440 of the Standard Specifications. Disposal of Material With the exception of brick and brick pavers, all material resulting from the driveway pavement removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 2020 Water Main Improvements 76 100 107.01 of the "Standard Specifications for Road and Bridge Construction" as amended by Public Act 90-761. Brick and brick pavers shall be neatly stacked in the nearby parkway and shall not be disposed of unless directed by the Village. Construction Requirements All segments of bituminous and concrete driveway pavement scheduled or required for removal, as directed by the Engineer, shall be saw cut full depth at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete damaged due to negligence by the Contractor shall be replaced at his expense. Brick driveway scheduled or required for removal, as directed by the Engineer, shall be removed by hand and stacked neatly in the parkway. The brick and brick pavers will be reused in restoration of the driveway. It shall be the responsibility of the Contractor to determine the thickness of the existing driveway pavement to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans, or for variations in the amount of reinforcement. No additional compensation will be allowed for any additional excavation below the driveway pavement being removed whether it is due to the contractors operations or required by the plans or the Engineer, nor for any material required to bring the sub -base to the proper grade. Method of Measurement Concrete, brick, gravel or bituminous driveway pavement removal will be measured for payment in square yards of surface only. Typically, the Village will provide a wider flare at the curb for easier access to the driveway. The additional excavation required to accommodate this extra widening will not be measured for payment but will be included in the cost of the contract. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for DRIVEWAY PAVEMENT REMOVAL. ASPHALT DRIVEWAY PAVEMENT, 2 -INCH Description of Work This work shall consist of the placement of bituminous cont. Surface course mixture C, Class 1, Type 3, 2" in thickness, on a prepared sub -grade. Sub -grade Preparation After the existing driveway has been removed, the sub -grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub -grade material. Any tree roots or other obstructions shall 2020 Water Main Improvements 77 101 be removed to a depth of 2" below the proposed sub -grade. Tree roots that need to be removed, as determined by the Owner, shall be removed only after the tree root has been saw cut at both ends. The sub -grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub - grade material. Method of Measurement Portland Cement Concrete Driveway Pavement will be measured in place and computed in SQUARE YARDS. Excavation, preparation of sub -grade including tree root removal will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for ASPHALT DRIVEWAY PAVEMENT, 2", which price shall include all labor and materials necessary to complete the work as described herein. PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 -INCH Description of Work This work shall consist of the placement of Portland Cement Concrete, 6" in thickness, on a prepared sub -grade in accordance with the appropriate articles in Section 420 of the Standard Specifications. Construction shall be in accordance with appropriate articles of Section 423 and Articles 606.06 and 424.06 of the Standard Specifications. Expansion joints shall be of 3/4" thick preformed joint filler. Sub -grade Preparation After the existing driveway has been removed, the sub -grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub -grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub -grade. Tree roots that need to be removed, as determined by the Owner, shall be removed only after the tree root has been saw cut at both ends. The sub -grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub - grade material. Forms Side forms shall be of lumber of not less than 2 inch nominal thickness or of steel of equal rigidity. They shall be held securely in place by stakes or braces. Under normal circumstances, the top of the forms shall be the top of concrete. Exceptions to this shall be brought to the attention of the Engineer, for his approval, prior to the time of the concrete pour. Forms for the driveway aprons shall be set so that the slab will have a uniform fall between the sidewalk proper and the curb to grade. Placing and Finishing The sub -grade shall be moistened just before the concrete is placed. The concrete shall be placed in successive batches for the entire width of the slab, struck off, consolidated and finished to a true and even surface with floats and trowels. The final troweling shall 2020 Water Main Improvements 78 102 be done with a steel trowel, leaving a smooth, even surface. After the water sheen has disappeared, the surface shall be given a final finish by brushing with a whitewash brush. The brush shall be drawn across the driveway, parallel to the curb line, with adjacent strokes slightly overlapping, producing a uniform, slightly roughened surface with parallel brush marks. Expansion Joints Three -fourth inch preformed expansion joint filler shall be placed where the length of new driveways abuts concrete sidewalks, courtesy walks, retaining walls, foundation walls or curb. The top of the joint shall be placed 1/4 inch below the surface of the driveway and extend to the bottom of the concrete regardless of depth. All locations where expansion joints are to be placed against existing concrete, the existing concrete shall be neatly cut so that the expansion joint filler will lay flush against the existing concrete. The Contractor shall box in all water valves (1' 0" square) encountered with preformed expansion material. Care shall be taken when placing the concrete so that no, concrete, stones or other debris is allowed between the existing concrete and the expansion joint filler. Cog and Protection Curing and protection shall be in accordance with the appropriate articles of Section 1020.13 of the Standard Specifications as amended herein. Method of Measurement Portland Cement Concrete Driveway Pavement will be measured in place and computed in SQUARE YARDS. Excavation, preparation of sub -grade including tree root removal, sub -grade materials, saw cutting, expansion joints and curing will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6", which price shall include all labor and materials necessary to complete the work as described herein. BRICK PAVER DRIVEWAY REPLACEMENT Description of Work This work shall consist of the replacement of brick paver driveway. Brick pavers shall be carefully removed and stockpiled on-site. The pavers shall be replaced to match existing conditions. Sub -grade Preparation After the existing driveway has been removed, the sub -grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub -grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub -grade. Tree roots that need to be removed, as determined by the Owner, shall be removed only after the tree root has been saw cut at both ends. The sub -grade shall be rolled and tamped until thoroughly 2020 Water Main Improvements 79 103 compacted. All soft or muddy areas shall be removed and replaced with approved sub - grade material. Method of Measurement Portland Cement Concrete Driveway Pavement will be measured in place and computed in SQUARE YARDS. Excavation, preparation of sub -grade including tree root removal will not be measured for payment. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for BRICK PAVER DRIVEWAY REPLACEMENT which price shall include all labor and materials necessary to complete the work as described herein. Any brick pavers damaged by the Contractor during the completion of this work shall be replaced at the Contractor's expense. COMBINATION CONCRETE CURB & GUTTER REMOVAL & REPLACEMENT Description of Work This work shall consist of the removal, satisfactory disposal, and replacement of combination curb and gutter in accordance with the appropriate articles of Section 440 and 606 of the Standard Specifications. Disposal of Material All material resulting from the cub and gutter removal operations shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer, in accordance with Section 107.01 of the "Standard Specifications for Road and Bridge Construction" as amended by Public Act 90761. A sample of the required load ticket is included in this contract. Construction Requirements All segments of curb and gutter scheduled for removal, as directed by the Engineer, shall be saw cut full depth or six inches, whichever is less, at all points where the limits of removal abut existing concrete to remain in place. This work shall be done in such a manner that a straight joint will be secured. Any adjacent concrete, damaged due to negligence by the Contractor, shall be replaced at his expense. It shall be the responsibility of the contractor to determine the thickness of the existing curb and gutter to be removed, and the extent to which it is reinforced. No additional compensation will be allowed because of variations from the assumed thickness shown on the plans, nor for variations in the amount of reinforcement. No additional compensation will be allowed for any additional excavation below the curb and gutter being removed whether it is due to the contractors operations or required by the plans or the Engineer, nor for any material required to bring the sub -base to the proper grade. Some segments of curb and gutter scheduled for removal through drive approaches, which are to remain in place, may require the saw cutting and removal of the front edge 2020 Water Main Improvements 80 104 of the concrete drive. This will require the sawing of a line from the back of curb on one side of the drive approach to the back of curb on the other side of the drive approach. Unless otherwise directed by the Engineer, the saw cut will parallel the front edge of the curb and shall be cut a minimum depth of six inches to assure removal of the curb without damage to the remaining drive approach. Any adjacent concrete damaged due to negligence by the Contractor shall be replaced at his expense. The cost of this saw cut will be considered included in the cost of COMBINATION CONCRETE CURB & GUTTER REMOVAL and COMBINATION CONCRETE CURB AND GUTTER. The front edge of the concrete drive approach removed by this operation will be considered part of the curb and gutter removal and will not be paid for separately. The curb shall be replaced as directed by the Engineer and paid for as COMBINATION CONCRETE CURB & GUTTER REMOVAL and COMBINATION CONCRETE CURB AND GUTTER. Dowelling Where the proposed curb is adjacent to a concrete base, the steel tie bars @ 2'- 6" centers, as shown on IDOT Standard Detail 606001--04 and contained herein, will not be required. Sub -Grade Preparation After the existing curb and gutter have been removed, the sub -grade shall be brought to the proper grade, as approved by the Engineer, by either excavation of additional material or the addition of an approved sub -grade material. Any tree roots or other obstructions shall be removed to a depth of 2" below the proposed sub -grade. Tree roots that need to be removed, as determined by the Engineering Division, shall be removed only after the tree root has been saw -cut at both ends. The sub -grade shall be rolled and tamped until thoroughly compacted. All soft or muddy areas shall be removed and replaced with approved sub -grade material. Construction Requirements If form boards are to be used for the manual placement of concrete, face boards shall be used to aid the construction of the curb. A mechanical vibrator shall be used to eliminate voids in the concrete adjacent to the face of the gutter. The mechanical vibrator shall conform to Article 1103.17 (a) of the Standard Specifications. Size and type of COMBINATION CONCRETE CURB AND GUTTER REMOVAL and COMBINATION CONCRETE CURB AND GUTTER shall match the dimensions of the existing adjacent curb and gutter. Method of Measurement COMBINATION CONCRETE CURB & GUTTER REMOVAL and COMBINATION CONCRETE CURB AND GUTTER will be measured for payment, at the face of curb prior to removal, in linear feet. All saw cutting required herein will not be measured for payment but shall be included in the cost of the contract. Basis of Payment 2020 Water Main Improvements 81 105 This work will be paid for at the contract unit price per LINEAR FOOT for COMBINATION CONCRETE CURB AND GUTTER REMOVAL and COMBINATION CONCRETE CURB AND GUTTER, which price shall include payment for furnishing and installing all joints as required and all necessary excavation and sub -base material required to complete the work to the lines and grades shown on the plans. EPDXY PAVEMENT MARKINGS This work shall consist of furnishing and applying epoxy pavement markings as shown on the Plans and directed by the Engineer. The pavement markings are to be applied in accordance with the I DOT Standard Specifications for Road and Bridge Construction Section 780.09. Method of Measurement & Payment This item shall be measured and paid for on a per linear foot basis for EPDXY PAVEMENT MARKING, which shall include installation and removal of existing markings as shown on the plans and directed by the Engineer. UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA -1, 100 % CRUSHED STONE Description of Work This work shall comply with the appropriate Articles of Section 207 of the Standard Specifications. KAMPrial_q Material shall conform to the appropriate articles of Section 1004.01. Only crushed stone (CA -1) shall be permitted. Description of Work This work shall consist of completely removing any unsuitable base or sub -base material as directed by the Engineer, and replacing it with CA -1, 100% crushed stone. After excavation of unsuitable material and prior to stone placement, the sub -base shall be compacted by means of a vibratory mechanism. The stone is then to be compacted by similar means. After placing and rolling the stone, the area shall either be paved with binder or CLASS "D" PATCH immediately placed over the top of the affected area. The contractor shall not remove any more unsuitable material than can be replaced with stone and covered during that work -day. Disposal of Material All material resulting from the removal of Unsuitable Materials shall be disposed of, at the Contractor's expense, outside the limits of the job at locations acceptable to the Engineer. In accordance with Section 107.01 of the "Standard Specifications for Road and Bridge Construction" as amended by Public Act 90761, a sample of the required load ticket is included in this contract. 2020 Water Main Improvements 82 106 Basis of Payment This work will be paid for at the contract unit price per ton for UNSUITABLE MATERIAL, REMOVAL AND REPLACEMENT, CA -1, 100% CRUSHED STONE, which price shall be payment in full for all work required to complete the work as described herein. STRUCTURE ADJUSTMENTS Description of Work This work shall consist of the adjustment and/or the reconstruction of existing catch basins, manholes, inlets or valve vaults in accordance with the appropriate articles of Section 602 of the Standard Specifications. All adjustment rings and castings shall have an exterior rubber chimney gasket or a six inch wide (minimum) full depth collar of concrete to the top of the binder course. All structures within the pavement shall have their frame and lids removed, the structure shall then be plated and then topped off with an approved aggregate material just prior to the bituminous removal operation. Cleaning of Existing Structures In addition to the requirements as described in Section 602 of the Standard Specifications, it shall be the responsibility of the contractor to clean ALL existing structures that are to be adjusted or reconstructed. The cleaning shall consist of the removal of all debris from inside the structure to the satisfaction of the Engineer. Catch basins and manholes are to be cleaned immediately prior to the adjustment or reconstruction to insure that all portions of the structure requiring repair are identified and repaired upon completion of all work. Damage to Castings During the contract, should any casting be damaged by the Contractor or by traffic prior to the completion of the contract, the Contractor shall replace the damaged casting at no cost to the Owner. Castings previously damaged or scheduled for replacement shall be supplied by the Contractor. It shall be the responsibility of the Contractor to deliver damaged castings to the Owner's Public Works yard located at 1700 West Central Road, Mount Prospect, IL. All determinations as to the suitability or the cause of damage to a casting shall be made by the Engineer, and shall be binding. Tightened bolts with nuts and washers are to be used for catch basins or inlet frame back adjustments (new or existing), the cost of which shall be included in the cost of the adjustment. Manhole and Catch Basin Frames Manhole frames shall be as shown in the Contract Plans and as per the Village of Mount Prospect Standard Details. Types other than the specified require prior approval from the Engineer before use. Lids shall be marked to identify the utility which passes through the structure. Basis of Payment 2020 Water Main Improvements 83 107 This work will be paid for at the contract unit price EACH for MANHOLES TO BE ADJUSTED. Where the frames are to be removed and structures plated prior to bituminous surface removal, no additional compensation shall be considered for payment, as the contract unit price should reflect the need for this additional process. All labor and material necessary to lower the structure and provide for proper plating of the structure shall be considered included in the price of the structure adjustment or reconstruction. As the case may be, which shall be payment in full for all labor and materials necessary to complete the work as specified herein including new frames and grates/lids if specified. STRUCTURE TO BE CLEANED (NOT ADJ OR RECON) Description of Work This work shall consist of the cleaning of structures (catch basin, or manhole) so designated by the engineer that is not to be adjusted or reconstructed. These structures are to be within the project limits or directly adjacent to the project limits (i.e. catch basin that drains water from existing project). Basis of Payment This work will be paid for at the contract unit price per EACH for, the type of structure specified, TO BE CLEANED (NOT ADJ OR RECON), which price shall be payment in full for performing the work as specified herein. TREE PLANTING REQUIREMENTS SPECIAL PROVISIONS A. Acceptable Nurseries Only trees grown in northern Illinois or Wisconsin will be purchased. B. Tagging of Trees Before digging, the Village reserves the right to tag all trees in the ground at the nursery. An exception may be made for trees growing more than 100 miles from Mount Prospect. These trees must be shipped to a location no more than 100 miles from Mount Prospect for inspection and possible tagging. Bidder shall be required to remove any trunk wrappings prior to inspection. The Village shall not be required to accept or pay for any shipped trees which, in the opinion of the Director of Public Works or his authorized representative, do not meet specifications. Note, regardless of where they are shipped, all trees must be locally grown in Northern Illinois or Wisconsin. C. Final Acceptance of Trees Approval of trees during tagging shall not be construed as final acceptance. The Village reserves the right to additionally reject trees at the final planting site under the following conditions: 2020 Water Main Improvements 84 108 1. If the trees are found to be injured or in poor condition (including dry or cracked root balls). 2. If, after the ball wrapping materials are removed, the root flare (the point where the roots flare out from the trunk) is deeper than 1/2" below the top of the root ball (see "Plant Materials"). 3. If the trees are missing the plastic seal placed by the Village during tagging. In each case, the Village shall not pay for the rejected trees, even if they have already been planted. Further, the contractor shall provide and plant replacement trees meeting these specifications, of the same size and species, during the same planting season. D. Location of Planting Sites All plantings will be made on Village parkways at various addresses. The Village will mark the curbing or sidewalk for the location of the new plantings. All trees must be centered in the parkway at that point, unless otherwise directed. E. Utility Locations It will be the contractor's responsibility to notify all underground utility companies by calling J.U.L.I.E. within the time frame required by law. The Village will furnish address lists. (An exception to this procedure may be made in our downtown; in which case Village staff will meet with utility companies on site). F. Communication The Village reserves the right to schedule a mandatory meeting with the contractor several weeks in advance of planting, to discuss expectations and scheduling. During planting, the contractor must contact the Forestry/Grounds office daily, before beginning work, to report progress and problems. Failure to do so will result in a stop work order. The contractor shall have at all times a competent foreman or crew leader on the job who shall have full authority to act for the contractor and to receive and execute orders from the Director of Public Works or appointed representative, and any instructions given to such superintendent or person executing work for the contractor shall be binding on the contractor as though given to him personally. Contractor's representative must be proficient in the use and interpretation of the English language. G. Safet 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. H. Leaning Trees 2020 Water Main Improvements 85 109 The contractor will guarantee that the new plantings will remain plumb for 45 days after planting, or they will have to return and straighten same and stake if necessary. All guy wires must have appropriate warning flags. I. Guarantee The contractor's prices are to include planting and a minimum one year warranty. All trees which die or fail to grow adequately in the opinion of the Director of Public Works within one year after planting must be replaced the same or the following planting season, as directed by the Director of Public Works. Guaranteed trees shall be tagged by the Village, and planting of same shall be governed by all the provisions of these specifications. If in the opinion of the contractor the original tree died because of unsuitable growing conditions he shall notify the Director of Public Works. If the Village agrees, the Village will still require a guaranteed replacement but will request a different, similarly priced species for replacement or request that the replacement tree be planted in a more favorable site. If the dead tree is still present when it is time to plant the guaranteed replacement, the contractor shall be required to remove and properly dispose of the dead tree. SPECIFICATIONS All planting must follow the guidelines listed in the International Society of Arboriculture tree planting Best Management Practices booklet as well as ANSI A300-2005 (Part 6) transplanting. A. Plant Materials 1. Diameter of all trees shall be measured at a point six inches above the root flare. 2. All trees shall be nursery grown and shall conform to the American Standard for Nursery Stock as approved by the American National Standards Institute, Inc. and issued as the most recent version of ANSI Z60.1. 3. In addition, all trees shall have straight trunks and be uniformly shaped with good full branching and well developed root systems. All trees shall be free from insects and disease, broken branches, and bark scrapes. 4. All tree roots shall be balled and burlapped. Minimum ball size must conform to the most recent edition of ANSI Z60.1. Balls shall be intact at time of planting. 5. Nylon twine shall not be used for balling. 6. After balling, the root flare (the point where the roots flare out from the trunk) must be at the very top of the root ball. The nursery must shave any excess soil from the top of the root ball before balling, so that the highest roots are covered by no more than 1/2 79 of soil. See planting detail. 2020 Water Main Improvements 86 110 7. Trees shall be true to name as specified. 8. Trees shall be freshly dug. No heeled -in plants, plants from cold storage or plants dug in spring and stored over the summer, will be accepted. 9. Tree trunks shall not be wrapped. B. Transportation and Handling 1. The Contractor will transport the trees to the planting sites. All trees will be covered during transport to reduce water loss through transpiration. 2. Plant material shall be handled in a manner as to cause the least amount of damage during the planting process. 3. Balled and burlapped plants shall always be handled by the soil ball. Under no circumstances shall they be dragged, lifted or pulled by the trunk or foliage parts in a manner that will loosen the roots in the ball. 4. On the job site, plants should be handled, secured or covered so as to prevent damage from wind and vibration. Plants shall never be thrown or bounced off a truck or loader to the ground. 5. Plant material shall be planted the day it is taken to the planting site, or it shall be watered and/or covered and placed in a shady area to prevent drying out or freezing. C. Pruning/Plastic Seal 1. Any necessary pruning will be done by Village personnel. 2. The Contractor shall not remove the plastic "Mount Prospect Public Works" seal. D. Digging Planting Hole 1. All planting holes shall be hand -dug and circular in outline. 2. Depth of holes shall be such that the bottom of the root ball will be placed on undisturbed subgrade, and the root flare shall be at, or within one inch above, the grade of the surrounding soil. 3. Width of holes at the soil surface shall be twice the diameter of the root ball, with sides sloping inward towards the bottom of the root ball (see planting detail). 4. Excavated plant pits that will be left open when work is not in progress or pose an immediate and considerable hazard to traffic shall be adequately 2020 Water Main Improvements 87 111 barricaded with qualified warning devices. No planting pit may remain open in excess of 24 hours. 1?,OCrF r -A AT r� r. or CJ �! Nz- t5A t. �PI�5Tur_ev'o 501 L_- Ro kt aw., -rHA. � " �Tv4m� � An rL_Nita Tap Or OA u- of4r, hA�f P1AHf5TC_f- Or e_>ALJ,-, ' r■ TKrr- Antra SHKLA� 1�LA�(TiNG-T (Note, above detail is for standard sites.) vn_rA(I. E. Placement of Tree/Unwrapping Ball 1. The tree shall be placed plumb in the center of the hole. 14�vAJrV 5oi L_� 2. All ropes, strings, nails, burlap wrapping, and wire baskets shall be removed from the upper one-half of the root ball after the tree has been placed in the hole. F. Backfilling/Watering 1. In most instances, the backfill around the ball shall be the same soil that was removed from the hole. However, in cases where excessive rocks, stones, etc. are encountered, topsoil shall be used. 2. When approximately two-thirds to three-fourths of the planting pit has been backfilled, the hole shall be watered so as to settle the soil around all of the roots. After the water has been absorbed, the planting pit shall be filled with the planting soil, tamped lightly to grade, and watered thoroughly again. Any further settlement shall be brought to grade with additional planting soil. Contractor shall supply all watering equipment; water may be obtained at no charge at the Public Works facility at 1700 W. Central Road. 2020 Water Main Improvements 88 112 3. A shallow "saucer" of soil, approximately 3-4" high, shall be formed just inside the edge of each planting hole to serve as a water reservoir. 4. Any excess soil or debris shall be removed from the planting site immediately upon completion of planting each individual tree. G. Mulching 1. After planting, the Contractor shall install a three to four inch layer of wood chips or other approved mulch over the root ball out to the outer edge of the soil saucer. 2. No mulch shall be placed in contact with the trunk of the tree. 3. The Village will make a supply of wood chips available to the Contractor at the Public Works facility, at no charge to the Contractor. H. Trunk Wrapping The trunk of the tree shall not be wrapped. Any existing trunk wrapping materials shall be removed and disposed of. Specification Reference Modifications Sections A2, A4, A5 & A6 Section D3 TREE REMOVAL/TRANSPLANTING Trees shall conform to ANSI Z60.1 Width of hole at surface shall be at least twice the diameter of the Root bag. GENERAL SPECIFICATIONS 1. All trees are located within publicly owned parkways. 2. All work shall be conducted under the direct supervision of a person currently certified as a Certified Arborist by the International Society of Arboriculture. Proof of certificate must be provided before work begins. 3. The Contractor shall consult with the Public Works Director, or authorized representative, concerning the details and scheduling of the work contemplated herein, and shall be governed by the decisions of said Director or authorized representative. 2020 Water Main Improvements 89 113 4. All work must be completed to the satisfaction of the Director of Public Works or authorized representative, and any question as to proper procedures or quality of workmanship will be resolved by same. 5. Around schools, Contractor is requested to schedule work so as to minimize conflicts with regularly scheduled school buses and school related traffic, especially at the beginning and ending of the school day. It is preferred that work is scheduled on days when school is not in session, if possible, as long as other deadlines contained within these specifications are met. 6. All vehicles and equipment shall be clearly identified with company name. Equipment owned by an authorized subcontractor must be identified with the name of the general contractor. 7. Emerald Ash Borer Regulations - The contractor shall provide to the Village a signed copy of the most current version of the Illinois Department of Agriculture "Emerald Ash Borer Compliance Agreement". Contractor shall comply with all terms of such compliance agreement. Note that Mount Prospect is within an Illinois Department of Agriculture quarantine zone. TREE TRANSPLANTING 1. Trees to be transplanted, and the site that trees will be transplanted to, will be identified by the Forestry/Grounds office. 2. All transplanting shall be done in accordance with the latest version of the ANSI A300 (Part 6) —Transplanting. TREE REMOVAL SPECIFICATIONS 1. Trees to be removed will be marked on the trunk by Village personnel with a fluorescent orange dot, before work begins. Contractor must contact Public Works Director or authorized representative for clarification before removing any tree not so marked. 2. Some trees with splitting crotches have been temporarily chained by the Village; these chains must be removed and returned to the Village. 3. The Contractor shall be required to call or fax in daily to report the locations scheduled for removal that day. TREE REMOVAL STANDARDS 1. Trees will be removed to ground level, hauling away all debris to an approved disposal site and a thorough cleanup of the work site including raking and sweeping. No logs will be allowed to remain in Mount Prospect. 2020 Water Main Improvements 90 114 2. Stumps shall not be left higher than three (3) inches above ground level. 3. Ropes shall be used to lower all limbs of sufficient size that may cause damage to other trees or surrounding public or private property. 4. Trees marked for removal that extend through utility wires may require topping. It will be the contractor's responsibility to notify the responsible utility company and make arrangements with this utility company for the topping of these trees, so that the final removal of these trees will not be delayed. OTHER REQUIREMENTS 1. Time of Work Village Code states that no work shall be done on Sundays, holidays or any day before 7:00 a.m. or after 7:00 p.m. 2. Sodded Areas No vehicles of any kind shall be placed, parked, or operated upon or over any sodded areas at any time except as authorized by the Public Works Director or authorized representative. 3. Contractor's Representative The Contractor shall have at all times a competent foreman or crew leader on the job who shall have full authority to act for the Contractor and to receive and execute orders from the Director of Public Works or appointed representative, and any instructions given to such superintendent or person executing work for the Contractor shall be binding on the Contractor as though given to him personally. Contractor's representative must be proficient in the use and interpretation of the English language. 4 \A/n rkP r -q The Contractor shall employ competent foremen and laborers, and shall discharge, at the request of the Director of Public Works, any incompetent, unfaithful, abusive or disorderly workers in his employ. None but workers expert in their respective branches of work shall be employed where special skill is required. 5. The Contractor shall endeavor at all times to maintain good public relations. 6. Public Relations Recognizing that the removal of parkway trees may not be readily accepted by some citizens, it is the responsibility of the Contractor to maintain good public relations, yet perform his task according to specifications. Dissatisfied or irate citizens should be politely referred to the Director of Public Works or designated representative. Work on trees at the complainant's address should be stopped until Public Works can meet with the complainant. 7. Accident Prevention 2020 Water Main Improvements 91 115 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 Public Works Director, or authorized representative, shall be immediately discontinued by the Contractor upon receipt of instructions from the Public Works Director, or authorized representative to discontinue such practice. The Contractor shall abide by all EPA and OSHA safety standards and regulations. The Contractor is required to follow the safety requirements for tree care operations as presented in the most current version of American National Standards Institute ANSI Z133.1. 8. Damage Repair of all damage done to sidewalks, driveways, curbs, streets, fire hydrants, buffalo boxes, street and traffic signs, light standards or other structures, lawns, other trees, or any other public or private property during the operations of this contract shall be at the Contractor's expense. Note that the Contractor is not authorized to drive equipment onto private property without previous authorization from the property owner. It is required, for the Contractor's protection, if any site damage exists before work begins (including sidewalk cracks) that the Public Works Director or appointed representative be notified of such prior to work beginning. If damage is noted after the removal is complete, and Public Works was not notified, repair/replacement will be at Contractor's expense. Repairs or replacements shall be accomplished as soon as possible, but no later than sixty (60) days, after the date the damage has occurred. Trees six inches in diameter or smaller that are damaged will be replaced, during the upcoming planting season with another tree of the same species and size, and at the Contractor's expense. 9. Safety / Obstruction of Streets and Right -of - The Contractor shall arrange to keep sidewalks open for traffic when possible. During tree removals, the Contractor will have the responsibility of blocking the entire street at each intersection, using proper signs and barricades to prevent any motorized vehicle from entering, with the exception of State or County highways which will not be completely blocked off. Prior to working on County or State highways, the Contractor shall have the responsibility of notifying the Mount Prospect Police and Fire Departments. If the entire street is not properly barricaded when performing tree removal operations, the Village of Mount Prospect will stop work until the proper street barricading is accomplished. The Contractor shall also be required to contact the appropriate State or County agency when engaged in removal work on their right-of-way. 2020 Water Main Improvements 92 116 10. Brush / Log Removal and Cleanup All brush/logs generated by the Contractor shall be removed at the end of each work day by the Contractor at his own expense. Exceptions to this to be granted only by the Director of Public Works or designated representative. In no case will brush/logs be allowed to remain on the parkway over a weekend. The Contractor shall remove all surplus materials and debris from the streets as the work progresses so that the public may have the use of the streets a maximum amount of time. Thorough cleanup of each work site shall be required, including raking and sweeping. If work is done while snow is on the ground, the contractor may be required by the Public Works Director to return after snow melt for a more thorough cleanup. In addition, no Elm or Ash logs will be left for or given to any resident. All such logs must be disposed of outside of Village limits. 11. Observance of Laws, Ordinances, and Regulations The Contractor shall observe all ordinances in relation to obstructing streets or driveways, maintaining signals, keeping open passageways and protecting same where exposed and generally to observe all laws and ordinances controlling or limiting those engaged in public work, which ordinances and laws are made a part of these Specifications. INLET AND PIPE PROTECTION This work will be performed in accordance with the details in the Engineering Plans and Section 280 of the Standard Specifications with the exception that maintenance and cleaning of the inlet and pipe protection shall not be paid for separately but shall be included in the unit price. The Contractor shall be required to clean all inlet and pipe protection every two (2) weeks and after every 0.50 inch rainfall. Failure to perform this cleaning within 24 hours of a rainfall or a request from the Engineer will result in a fine of $1,000.00 per calendar day that the cleaning has not taken place. The only acceptable means of INLET AND PIPE PROTECTION shall be via the use of sediment filter baskets which must be installed and maintained in both existing and proposed catch basins for the duration of the project. Basis of Payment This work shall be paid for at the contract unit price per each for INLET FILTERS. SOD RESTORATION REQUIREMENTS: 2020 Water Main Improvements 93 117 Contractor shall furnish and place topsoil in accordance with Section 211 of the "Standard Specifications for Road and Bridge Construction". All sod shall be fresh cut (less than 24 hours) and shall come from a reliable sod farm. Only Kentucky Bluegrass sod with a mineral base shall be used. Sod with a peat base shall not be allowed. Sod shall be in a live and healthy condition and shall be knitted to soil. Sod shall be placed only when the air temperature is less than 80 degrees Fahrenheit. All sod delivered to the job site shall be kept moist and protected from exposure to sun, wind and freezing conditions until it is placed on the topsoil. All topsoil used shall be screened and pulverized. Only quality topsoil, free from weeds and debris shall be used. Topsoil is to be compacted in lifts, with a tamper, after installation but before sodding, to prevent settling. The Contractor shall re -grade the area as needed and trim the adjacent lawn area to produce a smooth transition between the restored area and the undamaged surrounding area. Sod shall be placed on the prepared surface with the edges in close contact and alternate courses staggered. All newly sodded areas are to be laid and rolled in a professional and workmanlike manner. All soil surfaces shall be moist when the sod is placed. When directed by the Engineer, the Contractor shall be required to apply water to dry soil surfaces at a minimum rate of 1 gal/sq yd (5 L/sq m) immediately prior to placing the sod. For all types of sod restoration, it is the responsibility of the Contractor to perform one watering immediately after sod is laid, thoroughly soaking the soil to a minimum 6" — 8" depth. Contractor shall follow Section 252.08 of the Standard Specifications for Road and Bridge Construction" for Sod Watering requirements. The cost of labor and equipment to perform all watering shall be included in the price quoted for SODDING, SALT TOLERANT. Water may be obtained at no cost to the Contractor at the Public Works building at 1700 W. Central Rd., Monday through Friday between 7:00am and 3:15pm only. The Engineer will perform a final inspection of the Sod after 15 waterings. If the Sod is found unacceptable, Contractor shall replace the Sod at no additional cost to the Village. Contractor shall provide all necessary watering equipment. No holes may be left open and unattended without the specific permission of the Director of Public Works. If permission is granted the hole must be properly barricaded. Before leaving the work site, the Contractor is to make sure all pieces of cut off sod are picked up and that all sidewalks, driveways and streets are swept clean of any debris. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for SODDING, SALT TOLERANT. AGGREGATE BASE COURSE, TYPE B 2020 Water Main Improvements 94 118 Description of Work This work shall comply with the appropriate Articles of Section 351 of the Standard Specifications. MntPrialS Materials shall conform to Article 1004.04 of the Standard Specifications. Basis of Payment This item will not be measured for payment but shall be included in the unit cost of COMBINATION CURB AND GUTTER B-6.18, PORTLAND CEMENT SIDEWALK, 5" and PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT. TREE ROOT PRUNING This work will be performed in accordance with Section 201 of the Standard Specifications with the exception that this item will not be measured for payment but will be considered incidental to COMBINATION CURB & GUTTER, P.C.C. SIDEWALK 5" and P.C.C. DRIVEWAY PAVEMENT 6". CCDD INFORMATION An environmental assessment of the project areas has been performed and it was found that there is no reason to believe that these project sites contain contaminated soils. Uncontaminated Soil Certification Forms LPC -663 has been provided at the end of these bid documents. The full environmental data report can be provided upon request. The Contractor shall only be responsible for the disposal of clean construction debris. The Contractor shall prepare all bid pricing based on the assumption that all excavations and associated debris will comply with the clean construction debris disposal requirements and that the debris can and will be disposed of at any clean debris landfill. The Village or its CCDD consultant will prepare all Source Site Certification by Owner or Operator forms (or LPC -662 manifests) for each location and for each date of excavation during this project. These forms will be provided to the contractor by the engineering project representative or (EPR). The Contractor shall acquire one manifest for each load as outlined in the state regulations and shall be responsible for only the costs of disposal of clean construction debris. 2020 Water Main Improvements 95 119 4DIllinois Environmental Protection Agency 1021 North Grand Avenue East • P.O. Box 19276 •Springfield •Illinois • 62794-9276 • (217) 782-3397 Source Site Certification by Darner or Operator for Use of Uncontaminated Soil as Fill in a CCDD or Uncontaminated Soil Fill Operation LPC -662 Revised in accordance with 35 Ill. Adm. Code 1100, a amended by PCB R2012-009 (eff. Aug. 27, 201 2) This certification form is to be used by source site owners and operators to certify, pursuant to 35 III. Adm_ Code 1199.0a1 (A), that soil i was removed from a site that is not potentially Impacted property and is presumed to be uncontaminated soil and (ii) is within a pH range of 6.25 to 9.9. If you have questions about this form, please telephone the Bureau of Lard Permit Section at 217!524-3390. This form may be completed online, saved locally, printed and signed, and submitted to prospective clean construction or demolition debris fill operations or uncontaminated soil fill operations. I.. Source Location Information (Describe the location of the source of the uncontaminated soil) Project Name: 2920 Dater Main Project Office Phone Number, if available: Physical Site Location (Street, Road): lilliam St, Owen St, Louis Bt, and Albert St. See attached Summary Report. City: Mount Prospect_ State: IL Zip Code: 09056 County: Cook Township: Lat/Long of approximate center of site in decimal degrees DD.ddddd to five decimal places e.g., 40.67890, -90.12345): Latitude: 42.951Longitude: - 87.92785 (Decimal Degrees) (-Decimal Degrees) Identify how the fat/long data were determined: Q GPS 0 Map Interpolation 0 Photo Interpolation Q Survey Q Other IEPA Site Numbers, if assigned: BOL: BOW: BOA: Approximate Burt Date mm/ddlyyyy : Approximate End Date mm/dd/yyyy : Estimated Volume of debris cu. `fid_): If, Owner/Operator Information for Source Site Site Owner Site Operator Name: pillage of Mount Pospect Street Address: PO Box: 1700 west Central Road City; hunt Prospect Zip Code: 69056 Phone: Contact: Email, if available: State: IL Name: Street Address: PO Box: City: Burns and McDonnell 1431 Opus Place, Suite 400 Downers Grove State: IL Zip Code: 60515 Phone: Contact: Email, if available: Caleb Apler, EIT cjapker@burnsmcd.com This Agency is authorized to require this information under section 4 and Title X of the Environmental Protection Act (415 ILcs 514, 5139. Failure to disclose this information may result in: a civil penalty of not to exceed $50.000 for the violation and an additional civil penalty of not to exceed $10,000 for each day during which the violation continues (415 1L 5142). This form has been approved by the Forms Management Center. IL 532-1855 LPC 348 Rev. 1/2019 Scarce Site Certification Page 1 of 120 Project Name: 2920 Muster Main Project Latitude: 42.05180 Longitude: -87.92785 Source SiteCertification Ill. Descriptions of current and Past Uses of Source Site Describe the current and past uses of the site and nearby properties.* Attach additional information as needed. The description must take into account, at a minimum, the following for the source site and for nearby property: 1 use of the properties for commercial or industrial purposes; 2 the use, storage or disposal of chernical or petroleum products in individual containers neater than gallons or collectively more than 0 gallons; the current or past presence of any storage tanks (above ground or g 9 under9 round) ; any waste storage, treatment or disposal at the properties; any reported releases or any environmental cleanup or removal of contaminants; any environmental liens or governmental notification of environmental violations; 7 any contamination in a well than exceeds the Board's groundwater quality standards; the use, storage, or disposal of transformers or cap acitors rn nufactured before 1979; and - 9 any fill dirt brought to the properties from an unknown source or site. Number of pages attached: 105 Refer to attached Summary Letter. `The description must be sufficient to demonstrate that the source site is not potentially impacted property, thereby allowing the source site owner or operator to provide this certification. IV. soil pH Testing Results Describe the results of soil pH testing showing that the soil pH is within the range of 6.25 to 9.0 and attach any supporting documentation. Number of pages attached: 1 Sic[j sa m p F les were collected and tested for pH. e ults were within the range of 6.25 to 9.0 . Please refer to pH results in Appendix A.2 V. Source site Owner, pF Operator or Authorized Representative's Certification Statement and Signature 1n accordance with the Illinois Environmental Protection Act 1415 IL S 5/22.51 or 22.51a] and 35 ill, Adm. Code 1100.29 a , I Michelle A. Lipinski, i, P.E. Rubino Engineering, Inc. (owner, operator or authorized representataive of source situ certify that this site is not a potentially impacted property and the soil is presumed to be uncontaminated soil. I also certify that the soilP H is within the range of 6.25 to 9. . 1 further certify that the soil has not been removed frorn the site as part of a cleanup or removal of contaminants. Additionally, 1 certify that I am either the site owner or operator or a duly authorized representative of the site owner or site operator and am authorized to sign this form. Furthermore, l certify that all information submitted, including but not limited to, all attachments and other information, is to the best of my knowledge and belief, true, accurate and complete. Any person who knowingly makes a false, fictitious., or fraudulent material statement, orally r in writrrr , to the Illinois EPA commits a Class 4 felony. A second or subsequent offense after conviction is a Mass 3 felony. (495 ILCS 5144(h)) Q Owner 00perator 0 Owner's Duly Authorized Representative 0 Operator's Dui Aut or»ed Representative Ags i _ Michelle A. Lipinski, P.E. Rubino EnPeering, Inc. rt s -me Date 1IJO1A0J�k1d *. IL 532-1855 LPC 348 Rev. 112019 Source Site Certification Page 2 of 2 121 20 July 2020 BLUFF CITY MATERIALS, INC 2252 SOUTHWIND BLVD BARTLETT, IL 60103 Michelle Lipinski P.E. Rubino Engineering, Inc. 425 Shepard Drive Elgin, IL 60123 Phone: 847-931-1555 ext 12 Cell: 708-214-2425 Via Email: michelle.lipinski@rubinoeng.com Re: Letter of Acceptance Soil Testing 2020 Mt. Prospect Water Main Project CCDD Testing Dear Ms. Lipinski, Bluff City Materials has reviewed the Rubino Engineering LPC -662 certification and supporting documents for the project located on Williams St., Owen St., St. Louis St., and Albert St. in Mt. Prospect, IL. Based on the project information provided in your LPC -662 certification, Bluff City Materials agrees to accept the following material at our facilities located in Elgin and Lake in the Hills IL. Bluff City Materials is permitted by the IEPA to accept this material and our IEPA Permit number is CCDD2007- 028-DE/OP.Our facility complies with all local zoning codes and all applicable local, state and federal rules and regulations. If you have any questions, please contact me at 630.497.8700 x 289. Sincerely, Andy Paxson Bluff City Materials Environmental Assessments 122 ADDENDUM NO. 1 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS DATE: July 29, 2020 BID OPENING: August 10, 2020 at 1:00 pm 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. Project Manual: I. BID SHEET a. Item #35: Landscape Restoration i. Change "Unit" from LS to SY. 11. Change "Approx Qty of Units" from 1 to 909. Questions: I. What work is included in Landscape Restoration? The Landscape Restoration pay item includes all labor and material required to furnish and place 4 -inches of topsoil where sodding is required. Page 1 of 2 123 BIDDER'S ACKNOWLEDGMENT OF RECEIPT ADDENDUM NO. 1 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS BIDDER hereby acknowledges receipt of Addendum No. I Company Name......... : By.............................. 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 2 124 SUMMARY OF PRICES: TOTAL BASE B I D TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 125 Approx Item ' Qty' No. Description Unit of Price Per Unit Extension Units 33 Inlet Filters EA 31 34 Sodding, Salt Tolerant SY 909 35 Landscape Restoration L -S SY 4 909 36 Tree Protection Fencing LF 4,830 Total Bid= SUMMARY OF PRICES: TOTAL BASE B I D TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 125 ADDENDUM NO.2 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS DATE: August 5th, 2020 BID OPENING: August 10, 2020 at 1:00 pm 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. Project Manual: I. PLAN SET Changes to removal and replacement limits and callouts as noted in attached sheets. II. SPECIFICATIONS a. Bid Sheet: 1. Bid Item No. 6 Trench Backfill: From 6,003 to 6,045 CY 11. Bid Item No. 16 Near Side Water Service: From 56 to 55 111. Bid Item No. 17 Far Side Water Service: From 73 to 72 iv. Bid Item No. 18 From Steel Casing Pipe, 18 -inch to Steel Casing Pipe, 16 -inch v. Bid Item No. 21 Pavement Removal, Full Depth: From 4,814 to 5,194 SY vi. Bid Item No. 22 Class "D" Patch: From 3,470 to 3,844 SY vii. Bid Item No. 23 Sidewalk Removal: From 164 to 224 SF viii. Bid Item No. 24 PCC Sidewalk, 5": From 164 to 224 SF ix. Bid Item No. 25 Detectable Warnings: From 30 to 32 SF x. Bid Item No. 34 Sodding, Salt Tolerant: From 909 to 933 SY xi. Bid Item No. 35 Landscape Restoration: From 909 to 933 SY b. Sheet 61: Remove mention of FA -6. Include this statement, "All trenches are to be filled with CA -11 for bedding to a depth of 1/4 of the outside diameter of the pipe but no less than 4", and 12" above top of pipe. Under and within 2 -feet of pavement, curb & gutter, and sidewalk, CA - 6 is required 12 inches above top of pipe to grade." c. Sheet 66: Remove mention of FA -6. Questions: I. What is the max pay width for trench backfill? The trench backfill quantity is based on a max trench width of 5 -feet. II. What is the max pay width for the Class "D" Patch, 8"9. Page 1 of 4 126 See Pavement Restoration detail. Pavement replacement on streets not included in the Village's resurfacing program should extend 2 -feet beyond trench limit, or to curb &gutter as indicated on plans. III. Why is there a large difference between the bid quantities for Pavement Removal and Class "D" Patch? The Villages 2020 resurfacing program includes the 800 and 900 blocks of Owen Street, and the 900 block of William Street. Class D Patch is not required in these areas. IV. Will a location map of control points be provided prior to bid opening? No. Control points will be provided to the Contractor that has been awarded the project. V. Is there a limit to the mobilization amount as a percentage of the total base bid? No. VI. Regarding measurement for payment of selected granular backfill: a. Is trench width measured as outside diameter of pipe plus 18 inches each side of pipe? The trench backfill quantity is based on a max trench width of 5 -feet b. Is trench depth measured from 4" below pipe to finished elevation (prior to aggregate removal for paving operations? Yes. c. Is there any deduction for volume of water main pipe? Yes. d. Is trench backfill surrounding the valve vaults measured for payment? No. That is included in the valve vault unit cost. VII. When not extended to meet existing curb line, what is the measurement criteria for Full Depth Pavement Removal and Class "D" Patch? Pavement replacement on streets not included in the Village's resurfacing program should extend 2 -feet beyond trench limit. VIII. Plan sheet C 101 Pavement Restoration Detail indicates a 3" bituminous surface extending 2' beyond the trench width. Does this apply to this contract? Pavement replacement on streets not included in the Village's resurfacing program should extend 2 -feet beyond trench limit. This contract requires 8 " Class D Patch for pavement replacement. IX. Please clarify trench backfill material requirements. Trench backfill should be CA -11 bedding and initial backfill and CA -6 tench backfill compacted in 9"lifts, per Trench Section Detail on Sheet C102. Page 2 of 4 127 X. Hardscape removal and replacement will be required for many of the "Cut & Cap" locations as needed for water main abandonment. Will these pavement removal/replacement locations be measured for payment? Yes. Changes were made to plans and quantities as part of this addendum to reflect as much. XI. Is QC testing required for HMA and PCC placement? The Village of Mount Prospect will handle testing of HMA and PCC. XII. Are there records on thickness of the pavement at each site? Geotechnical report is attached fog reference. Attached: • Pre -Bid Meeting Minutes • Plan Sheets C001 -CO 12 • Bid Sheet • Specifications Pg 61 & Pg 66 • Geotechnical Report Page 3 of 4 128 BIDDER'S ACKNOWLEDGMENT OF RECEIPT ADDENDUM NO.2 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS BIDDER hereby acknowledges receipt of Addendum No. 2 Company Name......... : By.............................. 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 4 of 4 129 I I I I I I I IIII 1111111. I111111111111111111i„ VIII IIIIIIIIII 111111111111111 � 111111 1111111 � tI�eis Meeting Subject: Optional Pre -Bid Meeting Meeting Date: August 3, 2020 Start Time: 11:00 AM End Time: 12:00 AM Location: Conference Call W -URNS MSDONNELL i i Project Name: 2020 Water Main Improvements Project No.: 122927 Invitee Organization Casey Botterman Village of Mount Prospect Stephen Crede* Burns & McDonnell Caleb Apker Burns & McDonnell * indicates meeting organizer A ttPnr1PPc • Gerardi • Copenhaver • Rossi • Mauro • Berger Bids Due: August 10th, 2020 at 1:00 pm Title Water and Sewer Superintendent Project Manager Project Engineer Project Contacts • Village of Mount Prospect: Casey Botterman — Primary Contact. Phone No: 847-870-5640 • Burns & McDonnell: Stephen Crede — Primary Design Contact and Secondary Construction Contact. Phone No: 630-710-8667 • Burns & McDonnell: Caleb Apker — Primary Construction Contact. Phone No: 630-809- 5309 Lines of Communication • Contractor to Burns & McDonnell to Mount Prospect • Contractor to Burns & McDonnell to Affected Residents Bidding Documents • Bidder's Qualification Statement • Bid Form • Bid Sheet • Bid Security • Certification Requirements • Affidavit —Bid Certification • References 130 ulll uuui�� Illllllllluum Ipluuuuil��� puuiu � �� Iluuuui ,����II h uui uuuuii1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Iuuuuuuui uuuii Iluu��ee August 3, 2020 Page 2 Project Duration "'OURNS, , MSDONNELL • August 10, 2020: Bid Opening • August 18, 2020: Contract Award by City Council (Casey to confirm) • Substantial Completion: October 30, 2020 • Final Completion: November 13, 2020 Insurance • See General Conditions for insurance requirements Clean Construction Demolition Debris • LPC -663 Uncontaminated Soil Certification by Licensed Professional Engineer — Will be given to Contractor upon award of Contract • There are no areas of any known soil contamination or areas with a soil pH outside of acceptable IEPA limits along this project. Project Components • Order of construction: Owen and 900 block of William are priority • Liquidated Damages - $2,300 per calendar day for Substantial and Final Completion • Water Use — Fill up at Public Works located at 1700 W Central Rd, Mt Prospect, IL 60056 • Construction Staking — Will be performed by Contractor • Housekeeping — No spoils left on-site overnight. Only one load of bedding and trench backfill stone allowed to be left on-site overnight. • Village Forester will determine which trees need protection prior to construction. • Site Access — Access to driveways must be maintained at all times. 131 Q m U O W LL g Z r N LU 0 � w F � LU o Z .Q Q Q � � V J wo o Q U w QLLI ) N U to F- O 'O U N (n O i z J V 1 >O � U)� F Z �JOcp ' N r Scl ;C W F C ov m p Q Hl�JON LL ' Z U>M� (if U) 0 {° — � z � (1) C) �� w >w Y U U w V/ ZQ Z � O Q Z> t ,� U (n (n o U W Z �(�p ��OMW Z p>O o pl OawCO� o o � Q — a U U LL m� pz U o Y U Q d N V U O V rn I — o � / MO 0 777 O N O � � N r C O LL 0 W J J In O Lo O LO O Lo O LD O Lo M O LL) U-) Cl) co N N J O O (D CD CO O CD O (D (D to Uo ZZ — � Q o of Q Q Ln C7 Lu of ul z z _ 00 W U (n + z 0 LL W O 04 0 F- U) LU 0 Uwp o Yid I (+D UO�� m(7U Q rn of O Z > Q =Of W v 0o z W �jjao—m w H O O� N z _ v O 0 o 0 00 IIx M u� m Cl) 0 v M I _ o N M O O Cl) _ N LL J mr W r U) Z N 2E a o U 0 o Q _ + O N O U _d d eo O O N N O O N O + cc............................ O r V N O O + rNill .9'4 LU w o CIJ _ m C) O H U 00 U ++ U d 00 C) Z _ + _ o _ 02 CN0 O O O + O -6 '6 d 'O Ul N 0 W J J In O Lo O LO O Lo O LD O Lo M O LL) U-) Cl) co N N J O O (D CD CO O CD O (D (D to Uo ZZ — � Q o of Q Q Ln C7 Lu of ul z z _ 00 W U (n + z 0 LL W O 04 0 F- U) LU 0 Uwp o Yid I (+D UO�� m(7U Q rn of O Z > Q =Of W v 0o z W �jjao—m w H O O� N z _ v O 0 o 0 00 IIx M u� m Cl) 0 v M I _ o N M O O Cl) _ N LL J mr W r U) Z N 2E a o U 0 o Q _ + O N O U _d d eo O O N N O O N O + cc............................ O r V N O O + rNill .9'4 LU w o CIJ _ m C) O H U 00 U ++ U d 00 C) Z _ + _ o _ 02 CN0 O O O + O a m v o W LL g Z r of 0_ � w w a� W o � o- O 75LL 'IT LO LO ; � Z r 1 W N N � Z � O V � WO M a U W i FM O A U N� O � J U C7 aLL )� o LLI W W Z Nov m a, p Q H12iON LL Z U>Mr° � C) a U)° °° � z 0� �O QOM Z � W o uJ � W > Y U U � M Q (.9 Z a Q C U) (n o < W Z �(�I ���W z 0 (D � U� � U U � O m� Ola Z U o Y U Q d N U U � O O o LLL L 2 Co CO lid u7 V V Cl) M N N coon JMa 33S 00 00+N ViS 3NI�HOiVN W g Qz� H U U W Q Z ui W O z WW0 �a o luLU O O J W J Y > U w co 0 LU m�OC o z m O W J 0 W _J Z 2 Q = J � U Z c Z Q W H O� Z Lb MATCHLINE STA 5+00 SEE DWG C001 In C) LO a n 0 m a N o "6 O � O � O �� Q � N N U C� Ln OI N 2 Co CO lid u7 V V Cl) M N N coon JMa 33S 00 00+N ViS 3NI�HOiVN W g Qz� H U U W Q Z ui W O z WW0 �a o luLU O O J W J Y > U w co 0 LU m�OC o z m O W J 0 W _J Z 2 Q = J � U Z c Z Q W H O� Z Lb MATCHLINE STA 5+00 SEE DWG C001 In C) LO a n 0 m a N o Q m U O W LL g Z r N m p W LU o Z Q Q Q V J wo o Q U LU 2 LLI LU LU W � N U N F- o -a U � c� o > � F �JOcp N N r � C LL F C ov m p Q HiHON cl LL ' Z U�M� �o v > d 0 00 ~ NO a�No Z o w - W Y W ZG a��z 0 a z ch rn U) o< m Z yup cnu)cDw Y z o O o oJl 0 LUO �/ O aw(OU) o O Q - a U U LL m� pz U o Y U Q d N V U O V rn I 0cli o �O J d N O N O �� J 7 a G O N V C U N U � r C O -6 '0 n 'O N N Q m U O W LL g Z r N C0 O w F LU o 75; LU Z LU a QO V J wo — ¢ U W LLIN O U U) D w /�/ � -C) m v r w LLO ~ O ¢ Hl�JON LL 1`L �Z UOMr° �o c�i a °O Q ,r/^� O ¢ANO Y U U w V/ ZQ LLO�Z O Q Z J U (n (n O U W Z �V� ��MLU i_ Y Z 0 O �I nLLJCID O a U CJ m Oz U o Of o LU Y O Q d N U U _ O V _ rn I O O O O J J ¢cli t` v U C -4 U N O 3 r LL C O -6 '6 a w F w w = cn wcn 500 JM �c co U)a �3S J o ` OO+OZ ViS DNI-lH3iVN Z) V F � CID LU O4Nu......... I I y¢ ®r -") � I J LU U)w V) O iy r W I I � x 1 In �,.� U) O 06 v j i li III ' ��'"�I II 1 'Y 1 I (n ¢ Z J � U O N r F w J Z Q N w Z W ,'II w U UC) Z LL w O I , i .. ...... 00 } } 07 x r ¢ > I. III .... m J JI O xl u I(I i V f ~ r ¢ F LL fn O ; pp w I I I> O LU of w w EDOr O In M.. 1 IIII wl v M I � CCI ,t G r r 1 III III. J G ",w j MIM 7 °. MIM I,iW„v I � 1 d M . ll . D. I III 0L coUD Lu W U O 0) O O aIU LU °' I 1'.`l i 'E. �V'” ,1. '.:.. otl4 w7p 7 a ... 00 MX1 n LLI ¢ w O LU F4"r„"I i a I "II`nal i I r � I w CD J w rn ,i I, � w w h , w ¢x I U) I� I I w I ` ox ¢ III LL J I 'I i f III ¢w LL r, i � N d " H yOul',� I� l I o I I O _ Ii III 7 I u i � li I M... A LU F w J M I 67 I� }°k” ,.. I.....^' O .I MIM F A.L9 I:Ia M p,I, 0 if o W '00 Z ~ ., 8 u7 �. wZ r r 7 I,�..,�.�1 m yv..� III � , .,' I� �, ry. �, .ry MIM.° w LL (n O w �� M w. m e " v O yya B V (n II II, ° ;, � M IB m m Q: O Ind ,d `', 1 Iru I, i I�^�„ww' i f rlr• t f LL J �'"`�°I ,:. II '* ':1 ^, III I� � Il �1 � 4� I I . f � w O 0Lo w H N c7 2E� J >�+ r W w Z IluJ O wMM,F a z Y o Q a �,,:I,,,Nn B n n 0 ,,,�-,-,µ u cn LLr ,,,wv .as` y, g _ U .,..o F 4uva 1' w , ; z O z W w z >O w LU Ix Q d r h�jI U ,7 l LU OLU Q m U O W LL g Z r N m p W W o75; LU Z LL LU O V - W o- Q U W LLI N c7 U � D w /�/ � -C) m v r w LLO ~ O Q Hl�JON LL 1`L �Z UOMr° �o c�i a °O Q ,r/^� O Q�NO C Z Q ��//�� r J Y U U W v/ Z Q Z O Q Z J r� U U) U m Z ceup ?U)c>LU W ;_ Y z� C O �I O a U CJ Oz U o Of o LU Y Q U a N U U _ O V _ rn I O O O OLL J J00 cli �7"Q v U C -4 U C N r LL C O -6 '6 9000 JMa SDS 00+5Z ViS �I N I � H OiVN 00 �z U Q Z 5; Z Q O NSF 0 U w0D X':° [If d F .''V°........ U) z Z QUOLL Q JPO LL OryLU Y U U Q iu OJ W (n rn i OC W H O� Z ..D w�a ) Z as a ,r..„) .i. wry ........................ N” IDD Q m U O W LL LL7 O LLQ O L° O LLQ O LLQ O LCJ m CO L° Ln V co coN N 8000 JMa SAS Ln co to CD co co co 00+S£ ` iS ANI-IHOiVN g Z r N LU 0 � w F � LU o Z .Q Q Q � � V J wo O Q U w � N U LU F- o -° U � cn .o > � � � � Q F Z M 7 �JO00 N Oa — w 1 L LLJ�v Q Hl�JON LL � �Z VOM (if � o � W O � z L) U) � � m Z up M Of 0 LU 70 LL C-4 Z � ���w Y � a O C° oJl a v � O � C O v O � Iryi O � ' a w U m� O� v �� �Q J o o -6 Y Q C U '6 ° U Q• Z a Q a N N � U d O V � 'O J v O � T N r Ul Q m U O W LL LI) O LSA O L° O L° O Lf) O LC) 6000 JMa ADS co � � � co co co 00+0t, ViS ANI�HOiVN a g Z r N LU 0 � w F � LU o Z .Q o o � O U J Wo o Q U w � N U LU F- o -° U � cn .o > � � � � Q F Z M 7 �Jp00 N a — w 1 L LLJpv Q Hl�JON LL � �Z VOM (if � o � W O � z L) U) � � m Z up M Of 0 LU Z � ���w Y � a O C° oJl a v � C O v � o Iryi O O V � ' a w U m� O� v � �O � o o -° Y C U '° ° U Q• Z a Q a N N U d O V � 'O J v r O N r U) Q m U O W LL g Z r N C0 O W F LU o Z Q o oLLI O U J Wo o Q U LU w N U Q LU LU� N CLU) LL W 0 Z Lu >FoHiHON LL C ao D�O pz �NO o - YU W /� ZG a��z 0 Q Z o r U (q (n o U W Z yup ,�<LLJMW i Y z J O U U r m� OOf 0 LU � U o Y U Q a N _ O O V + _ rn N O o � �� J J Q N V C N U O r N C O LL _0 _0 d 'O Ul Q F d \ W J W \ W Cn Q O Q Q W U a U > U O> wOf 00a Ln O Ln O ED M LO Ln co co O co Ln O O O Ln M co O Ln O Ln M N N M O M co O N M V O O I _ fl,.fl,.N fl° + M V O + N V O co N N � O CN + N V O O LL LL O � N V O M O LU co _z Q LU CD O w W co75 i N V Of O F 0 0 U U > a- m z � - + o 0 o 0 0 0 v o + CD O N O O O Lo O Ln O M (D Ln LO co (D co CD Ln O V (.O CD Ln co (fl + O V O U) O In co N N (fl (fl O (D 0 v 1 Q m U O W LL F W W 2 U) U) 2 ~ co m LO u'7 V V co Cl) N N � � X00 JMa AAS 00+05 ` iS ANI-IHOiVN g Z r N O � W F � LU p Z a U � o �� a � W � N � W p � O U J �� Q U LU 2 � � p Z � Z Fo o � U � w ° > J C7 � � p w 5�Op WO Q � Q Hl�JON LL IL Z U>M� a F � {° � — � _ � � ZO a�No Z m Y U U W G az � o Q z m O U (n (n o U W Z �(�� ��OMW Z Q � � JI � O LL O ' aWOU o 0 � Q a v v � m� OLL z v o Y U Q a N V v m� o o O V +� �Q J J 11- � C O I.L � -6 Q U '6 o N N � U d � 'O �I � � T N r Ul Q m U O W LL C7 2 - `N v g Z r N m p W LU p75; LU Z a Oo J �� o a w N LL p O V J �� Q U 2 0 LU p Z Z Fo o� U w > LU J p w ' 5�Op m co v r Q' LLO Q Q HiHON LL Z U�M� �o v > IL d F 00 Of ZO acfNO Z p m W Q d (� Z p Q Z m t J U (n (n o U W Z �up ��MLLI i Y � Z Q � � JI LLJ U) o J ° C)z Zo Q c NUO UCJ U O Y o Q d � 0 m1J I Q V � V C U N U 0 T N r C O 76 '6 n 'O N Q m U O W LL M N Z o O F- C) U p W W Z z LL z M p Q Z 6 Z N 1; ,y , p3.�.,.@ tl% J �„,I, " 7 y„' m F o6 p Z) F flfl:'p W ; J Q U p 0] Lo < ,ae..0 >��m YP':aw--H a 0 W>�r V rn 0 oovaf� g Z r N O � w F � LU p Z a U � o �� a � w � N � LL p � O U J �� Q U LU 2 � � p Z � Z Fo o � U � w ° > J C7 � � p w 5�Op LLO Q � Q Hl�JON LL IL Z U>M� a F � {° � — � _ ZO a�No Z m Y U U W G az � o Q z m N U (n (n o U W Z �(�� ��OMW Z Q � � JI rn O LL O ' LLwoU o LL 0 � Q � CJ U � m� Oz U o Y U Q d N U U m o 0 o O V +� �Q J I.L Q � � � � N U � T N r � O O C O � -6 '6 d 'O Ul Ln o Ln o � o � o Ln o 00 LO Ln CO (0 � � V V co co N N co O O O O O O O O O O O N 0 0 II' I.B.,I I fl.fl.fl fd' C, + O O + r— LO LO O I— LO O N LO O O NIW 5'S LL J M O N Z_ Q W Q LL p co _ LOLO O O LO O c0 + LO O 'IT + LO 0 N O LoO O W W (n O coH O Ol U U LL c Z_ 00 O lS7 O 00 LO LO O O LO O _ + + LO O N LO O O u7 O LO O CO CO LO LO O O O O LO LO O uJ O O V V co co N N O O O O O O O BID SHEET 2020 Water Main Improvements UNIT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per Unit. COMPLETE TABLE AS INDICATED Item No. Description Unit Approx ' Qty' of Units Price Per Unit Extension 1 Mobilization L SUM 1 2 Construction Layout L SUM 1 3 Traffic Control & Protection L SUM 1 4 Dust Control: Mechanical Sweeping EA 12 5 Dust Control: Calcium Chloride Unit 500 6 Trench Backfill CY 6,043 61045 7 Water Main — 6" LF 15 8 Water Main — 8" LF 51326 9 Cut -In Connection EA 8 10 6" Gate Valve EA 1 11 8" Gate Valve EA 12 12 Valve Vault, Type A, 4' Diameter, Type 1 Frame, Closed Lid EA 13 13 Abandon Valve Vault EA 11 14 Fire Hydrant To Be Removed EA 19 15 Fire Hydrant, Complete EA 19 2020 Water Main Improvements 15 144 2020 Water Main Improvements 16 145 Approx Item Description Unit ' Qty' Price Per Unit Extension No. of Units 16 Near Side Water Service EA 55 17 Far Side Water Service EA .. 72 18 Steel Casing Pipe, -I... .......... 1 nc -16-inch LF 20 19 Storm Sewer, 8" PVC C900 LF 155 20 Storm Sewer, 12" PVC C900 LF 40 21 Pavement Removal, Full Depth SY 4 9-44 5,194 22 Class "D" Patch, 8" SY 3,844 23 Sidewalk Removal SF 1,64 224 24 PCC Sidewalk, 5" SF 1,64 224 25 Detectable Warnings SF ............ 32 26 Driveway Pavement Removal SY 371 27 Asphalt Driveway Pavement, 2" SY 172 28 PCC Driveway Pavement, 6" SY 180 29 Brick Paver Driveway Replacement SY 19 30 Combination Concrete Curb and Gutter LF 215 Removal 31 Combination Concrete Curb and Gutter, Roll LF 215 Curb 32 Epoxy Pavement Markings - 12" LF 64 2020 Water Main Improvements 16 145 SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 146 Approx Item ' Qty' No. Description Unit of Price Per Unit Extension Units 33 Inlet Filters EA 31 34 Sodding, Salt Tolerant SY gag 933 35 Landscape Restoration I,,,,,,,, SY gag 933 36 Tree Protection Fencing LF 41830 Total Bid= SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): Cents Cents (In writing) (In figure) Dollars and Dollars and (In writing) (In figure) 2020 Water Main Improvements 17 146 with the Engineer's request, the Engineer will impose a deduction of $100 per hour beginning 8 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment This work shall be paid for at the contract unit price per each for DUST CONTROL - MECHANICAL SWEEPING. SELECTED GRANULAR BACKFILL Description of Work Selected Granular Backfill shall be required for all sewer and water main trenches lying under existing or proposed streets, curb & gutter, sidewalks, or driveways and in all yards and parkways. In the case of backfill being used in the parkway and yard, backfill shall be placed and compacted to within 4" of final grade. All material placed in such trenches shall be mechanically compacted in maximum one foot lifts. In addition to tamping, jetting of trenches may be required at the discretion of the Engineer. ,,,,,,,,,,iiia „ �.......... sya n .. ..... .......... a r11-- ,,,,,,, ,,, i ,,,,,,, ,,, � i ,,, ,,,, ,,,,r, ,,,,,,,,,, , ,,,,, „iii,,, „ ,,,,, ,,,,, ,„ ....& ,,, ,,, ,,,,,,,,,,, „ ,, ...t ,,,,,,1,,,, °4- iiq97-- -treir�'iclries iiia, filled witl,�'i 1 1 fo iia b e d d iii ii,1 t t 1 t outside �� iii iii��� iii „ M iii u t iiia t iiia 4' iiia 1 �o ��alDove �. 'iii iii iiia iiiP iii a 'iii iiia „ iiim iiil t iiia ilii iiil iii iii iiia iii iiia iii iiil 11 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,, i,,,,,,,,,,,,,,,,d ,,,,,,,,,,,,,,,,,,,,,,,,,,,iaThe placement of this material is to extend the entire length of the trench and all ,,,,,,,,,,,,, subsequent crossings unless otherwise directed. Basis of Payment Selected Granular Backfill will be paid for at the contract unit price per cubic yard for TRENCH BACKFILL. The quantity for which payment will be made shall not exceed the volume of the trench as computed by using the maximum width of trench permitted per Section 550 of the Standard Specifications. WATER MAIN This item includes the installation of ductile iron pipe water main and all other appurtenant items. Upon the completion of main line water main prior to installation of water services, the Contractor shall completely clean the street and intersections of all sand, gravel, or other excess excavated material. This shall either be done by mechanical (sweeping) or manual (watering) means to the satisfaction of the engineer. Following the installation of water services, capping of old mains, and subsequent patching of the street, the Contractor shall again remove all excess ground material by either mechanical or manual means again to the satisfaction of the Engineer. No compensation shall be given for either of these activities. The cost of the cleanings of 2020 Water Main Improvements 61 147 shown in the details or as directed by the Village, and shall be painted in a manner acceptable to the Village. Basis of Payment Fire hydrants shall be paid for at the contract unit price each for FIRE HYDRANT, COMPLETE, installed. This work shall include the furnishing, excavation for, backfill around, thrust block, and all labor necessary to install the hydrant. The hydrant itself, gate valve, the length of pipe between the main and the hydrant and any fittings necessary to assemble and attach to water main, are to be considered part of a FIRE HYDRANT, COMPLETE, the entire assembled unit shall be paid for on an each basis. FIRE HYDRANT TO BE REMOVED Description of Work This work shall consist of the removal of existing fire hydrants, as shown on the plans, along with all associated hardware such as valves, valve vaults or boxes, pipe and fittings necessary to completely eliminate the appurtenance from the water main, in accordance with the appropriate sections of the Standard Specifications. Where shown on the plans, the existing tee shall be removed and a cut -in valve and cut -in sleeve, of the appropriate size and type, and an access structure of the type specified shall be installed in its place. Where removal of the tee is not required, the tee shall be plugged with a mechanical joint plug and blocked in accordance with Section 41-2.08 of the Standard Specifications. Basis of Payment This work shall be paid for at the contract unit price per each for FIRE HYDRANT TO BE REMOVED and shall include the removal of the existing fire hydrant, pipe, valve and valve vault or box, excavation, - trench backfill, plugging and blocking of existing tee. PI�_L Installed piping systems shall be temporarily plugged at the end of each day's work. Plugging shall be adequate to prevent entry of small animals or debris into the pipe. EXISTING WATER MAIN ABANDONMENT 2020 Water Main Improvements 66 148 f. r July 14, 2020 To: Caleb Apker, EIT Assistant Civil Engineer Burns & McDonnell 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 Via email: cjapker(aD-burnsmcd.com Dear Mr. Apker, REPORT TRANSMITTAL Re: Geotechnical Engineering Services Report Proposed 2020 Water Main Project Various Streets Mount Prospect, Illinois 60056 Rubino Report No. G20.046 Rubino Engineering, Inc. (Rubino) is pleased to submit our Geotechnical Engineering Services Report for the proposed 2020 Water Main Project in Mount Prospect, Illinois. Report Description Enclosed is the Geotechnical Services Report including results of field and laboratory testing, as well as recommendations for utility installation and general site development. Authorization and Correspondence History ■ Rubino Proposal No. Q20.128g dated March 19, 2020; Authorized by Village of Mount Prospect Purchase Order no. 2020-00000362 dated April 8, 2020. Closin Rubino appreciates the opportunity to provide geotechnical services for this project and we look forward to continued participation during the design and in future construction phases of this project. If you have questions pertaining to this report, or if Rubino may be of further service, please contact our office at (847) 931-1555. Respectfully submitted, RUBINO ENGINEERING, INC. Michelle A. Lipinski, PE President michelle.lipinski(aD-rubinoenq com MAL/file/ Enclosures Rubino Engineering, Inc. • 425 Shepard Drive • Elgin, IL 60123 • 847-931-1555 • 847-931-1560 (Fax) 149 Geotechnical Engineering Serv'w ices Report Drilling Laboratory Testing Geotechnical Analysis PREPARED BY: 1 Michelle A. Lipinski, PE President L No. 062-061241, Exp. 11/30121 150 Proposed 2020 Water Main Project — Mount Prospect, Illinois Rubino Project No. G20.046 July 14, 2020 TABLE OF CONTENTS PROJECT INFORMATION.................................................................................................... - 1 - Appendix 2 - PURPOSE / SCOPE OF SERVICES...........................................................................................-2- 2 - Table1: Drilling Scope.................................................................................................. -2- Table DRILLING, FIELD, AND LABORATORY TEST PROCEDURES .......................................... - 2 - DRILLING, SUMMARY OF GEOTECHNICAL CONSIDERATIONS........................................................ - 3 - SITE AND SUBSURFACE CONDITIONS............................................................................. - 4 - 4 - SITE LOCATION AND DESCRIPTION.........................................................................................-4- SURFACE 4 - SURFACECONDITIONS..........................................................................................................-4- Table Table 2: Existing Pavement Section Summary.............................................................. -5- 5 - SUBSURFACECONDITIONS....................................................................................................-5- SUBSURFACE 5 - Table Table 3: Subsurface Conditions Summary.................................................................... -5- 5 - GROUNDWATER GROUNDWATER CONDITIONS................................................................................................-6- 6 - Table Table 4: Groundwater Observation Summary................................................................ -6- 6 - EVALUATION EVALUATION AND RECOMMENDATIONS......................................................................... - 6 - UNDOCUMENTED FILL DISCUSSION........................................................................................-7- 7 - SITE 7 - SITE PREPARATION RECOMMENDATIONS................................................................................-7- UTILITY 7 - UTILITY INSTALLATION CONSIDERATIONS — TRENCHLESS OR OPEN CUT .................................. -7- Table Table 5: Geotechnical Considerations for Utility Installation .......................................... - 8 - TRENCHLESS CONSTRUCTION ALTERNATIVES - HDD.............................................................. -8- 8 - UTILITY UTILITY INSTALLATION AND BACKFILL RECOMMENDATIONS...................................................... -8- 8 - TRENCH EXCAVATION RECOMMENDATIONS............................................................................-9- TRENCH 9 - LATERAL 10 - LATERAL EARTH PRESSURES..............................................................................................-10- Table 6: "K -Factor" Lateral Earth Pressures................................................................. Table - 11 - DEWATERING RECOMMENDATIONS......................................................................................- 11 - RECOMMENDATIONS FOR ADDITIONAL TESTING....................................................................-12- 12- CLOSING CLOSING............................................................................................................................ - 12- 2- Appendix A — Drilling, Field, and Laboratory Test Procedures Appendix B — Report Limitations Appendix C — Soil Classification General Notes Appendix D — Soil Classification Chart Appendix E — Site Vicinity Map & Boring Location Plan Appendix F — Pavement Core Summary Table Appendix G — Boring Logs 151 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - I - July 14, 2020 Rubino Engineering, Inc. (Rubino) understands that the Village of Mount Prospect is planning water main and water service improvements along William Street, Owen Street, Louis Street, and Albert Street. Documents received: • "VOMP 2020 WM—Survey Map.pdf' received by Rubino on March 13, 2020 (shown below). lam AddiitionIre R� #2, P,,,,rocs ped Ave, (W1 I IW w (3 -,,rd & Edw ard R,, R,, C i'assji n 12! ENV L In IEe. hill lull.1 -Now N'J IT r� Additim #1" C.'re-,orgel 311 (6,100 [Aock) hva, 041 Louis St (600 block)SII r In rrc�ivwIIlaI 101311,/lail 04 �31 limluf Af 1. .. ........ . . W11,11ailn St (1 8300 & 90/01 block) "7 li 511 I), t qfCD Information Received: • 8 -inch water main invert will be installed approximately 6 Y2 feet below grade per email from Caleb Apker on June 10, 2020 Project Correspondence: 0 RFP Email from Caleb Apker of Burns & McDonnell on March 13, 2020. The geotechnical recommendations presented in this report are based on the available project information and the subsurface materials described in this report. If any of the information on which this report is based is incorrect, please inform Rubino in writing so that we may amend the recommendations presented in this report (if appropriate, and if desired by the client). Rubino will not be responsible for the implementation of our recommendations if we are not notified of changes in the project. Rubino Engineering, Inc. 1w, Rubino Project No. G20.046 152 io �V/� Vz'l 'tz: 8� ur Albert, S (600 ick) lPoM Ih))j uIDV�� �V�I�")Y,ir,IV,y •. �� ` Men St,1800&900 1i; 1, ,, u4�V�J black) � p �Q/� �H� ar�u J w„ ppb "S", NJi1% tl yy L—L )x- w, hi erma, d P ,A ARE, 111P �31 limluf Af 1. .. ........ . . W11,11ailn St (1 8300 & 90/01 block) "7 li 511 I), t qfCD Information Received: • 8 -inch water main invert will be installed approximately 6 Y2 feet below grade per email from Caleb Apker on June 10, 2020 Project Correspondence: 0 RFP Email from Caleb Apker of Burns & McDonnell on March 13, 2020. The geotechnical recommendations presented in this report are based on the available project information and the subsurface materials described in this report. If any of the information on which this report is based is incorrect, please inform Rubino in writing so that we may amend the recommendations presented in this report (if appropriate, and if desired by the client). Rubino will not be responsible for the implementation of our recommendations if we are not notified of changes in the project. Rubino Engineering, Inc. 1w, Rubino Project No. G20.046 152 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 2 - July 14, 2020 The purpose of this study was to explore the subsurface conditions at the site in order to prepare geotechnical recommendations for utility installation and general site development for the proposed construction. Rubino's scope of services included the following drilling program: Table 1: Drilling Scope 6 6 15-20 See Boring Location Plan *BEG = below existing grade Representative soil samples obtained during the field exploration program were transported to the laboratory for additional classification and laboratory testing. This report briefly outlines the following: • Summary of client -provided project information and report basis • Overview of encountered subsurface conditions • Overview of field and laboratory tests performed including results • Geotechnical recommendations pertaining to: • Subgrade preparation and stability recommendations • Utility Installation and backfill recommendations • Trench box lateral earth pressures • Dewatering • Construction considerations, including temporary excavation and construction control of water Burns & McDonnell selected the number of borings and the boring depths. Rubino located the borings in the field by measuring distances from known fixed site features. The borings were advanced utilizing 3 1/4 inch inside -diameter, hollow stem auger drilling methods and soil samples were routinely obtained during the drilling process. Selected soil samples were tested in the laboratory to determine material properties for this report. Drilling, sampling, and laboratory tests were accomplished in general accordance with ASTM procedures. The following items are further described in the Appendix of this report. Field Penetration Tests and Split -Barrel Sampling of Soils (ASTM D1586) ■ Field Water Level Measurements Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 153 Proposed 2020 Water Main Project — Mount Prospect, Illinois July 14, 2020 Page - 3 - ■ Laboratory Determination of Water (Moisture) Content of Soil by Mass (ASTM D2216) ■ Laboratory Organic Content by Loss on Ignition (ASTM D2974) The laboratory testing program was conducted in general accordance with applicable ASTM specifications. The results of these tests are to be found on the accompanying boring logs located in the Appendix. The main geotechnical design and construction considerations at this site are: • In general, the asphalt thicknesses observed at core locations ranged between approximately 3 and 6 3/4 inches. The subbase stone ranged between approximately 0 and 8 inches. See Surface Conditions section for more detailed information. • Subgrade soils generally consisted of black, brown, and/or gray silty clay, gray sand, and gray silt. See Subsurface Conditions and Undocumented Fill Discussion sections for more detailed information. • Shallow groundwater was observed within some of the borings during drilling operations. See Groundwater Conditions section for more information. • Internally Braced Trench boxes will be needed to support the open cut construction in areas where soils with low blow counts and/or high moisture contents or loose saturated granular materials were encountered within the borings. See the Utility Installation Considerations — Trenchless or Open Cut and Trench Excavation Recommendations sections for more information. • Horizontal Directional Drilling (HDD) may be a possible option at this site. See the Utility Installation Considerations — Trenchless or Open Cut and Trenchless Construction Alternatives -HDD sections for more information • During subgrade preparation, Rubino recommends that one of our representatives be onsite for typical observations and documentation of subgrade soils at the time of construction. The geotechnical -related recommendations in this report are presented based on the subsurface conditions encountered and Rubino Is understanding of the project. Should changes in the project criteria occur, a review must be made by Rubino to determine if modifications to our recommendations will be necessary. Rubino Engineering, Inc. Rubino Project No. G20.046 154 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 4 - July 14, 2020 The project sites included William Street, Owen Street, Louis Street, and Albert Street in Mount Prospect, Illinois. The neighborhood streets are located west of Mount Prospect Road and North of Golf Road. The midpoint of the project site has an approximate latitude and longitude of 42.051481' and -87.928551 °, respectively. Borings were taken within existing paved areas and the surface conditions are as follows: Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 155 Proposed 2020 Water Main Project — Mount Prospect, Illinois July 14, 2020 Table 2: Existing Pavement Section Summary B-01 (William Street) B-02 (William Street) B-03 (Owen Street) B-04 (Owen Street) B-05 (Louis Street) B-06 (Albert Street) 6 3/4 INCHES OF ASPHALT 6 3/4 INCHES OF ASPHALT 3 3/4 INCHES OF ASPHALT 3 INCHES OF ASPHALT 3 3/4 INCHES OF ASPHALT 3 1/4 INCHES OF ASPHALT Page - 5 - SUBBASE STONE NOT OBSERVED SUBBASE STONE NOT OBSERVED 8 INCHES OF SUBBASE STONE 7 INCHES OF SUBBASE STONE 53/4 INCHES OF SUBBASE STONE 7 INCHES OF SUBBASE STONE Please note that the above referenced thicknesses are considered approximate and based on visual observations and hand measurements. Pavement and sub -base type and thickness may vary between core locations. Beneath the existing surficial pavement and subbase stone, subsurface conditions generally consisted of black, brown, and/or gray silty clay, gray sand, and gray silt. • The native silty clay soils were generally medium stiff to very stiff in consistency • The granular soils were generally loose to medium dense in apparent density Table 3: Subsurface Conditions Summary 1 — 8 Y2 Medium stiff, brown, and gray silty CLAY, 4-7 trace sand and gravel Y2-15 Stiff to very stiff, brown and/or gray silty 8-15 CLAY / SILT, trace sand and gravel Loose to medium dense, gray poorly- 12-20 oorly- 12-20 graded SAND, trace to with fines, trace 3-11 gravel *BEG = Below existing grade 18-38 c = 600 — 1,050 psf 13-35 c = 15200 — 2,250 psf 18-33 � = 28'— 30° Rubino Engineering, Inc. Rubino Project No. G20.046 156 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 6 - July 14, 2020 The native soils were visually classified as silty clay (CL), silt (ML), and sand (SP) according to the Unified Soil Classification System (USCS). The above table is a general summary of subsurface conditions. Please refer to the boring logs for more detailed information. Estimated shear strength of clay soils is based on empirical correlations using N -values, moisture content, and unconfined compressive strength. Groundwater was encountered in some of the borings during drilling operations. Perched water was observed in the subbase stone of boring B-03. The following table summarizes groundwater observations from the field: Table 4: Groundwater Observation Summary B-01 12 N/A 12 B-02 9 1/2 7 N/A B-04 N/A N/A 5 B-06 6 1/2 N/A 8 *BEG = below existing grade It should be noted that fluctuations in the groundwater level should be anticipated throughout the year depending on variations in climatological conditions and other factors not apparent at the time the borings were performed. Groundwater may not have been observed in some areas due to the low permeability of soils. Additionally, discontinuous zones of perched water may exist within the soils. The possibility of groundwater level fluctuation should be considered when developing the design and construction plans for the project. When bidding this project, the contractor should anticipate that groundwater will be present during excavation. The geotechnical -related recommendations in this report are presented based on the subsurface conditions encountered and Rubino 's understanding of the project. Should changes in the project criteria occur, a review must be made by Rubino to determine if modifications to our recommendations will be necessary. Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 157 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 7 - July 14, 2020 Possible fill was observed in the borings to depths ranging from approximately 1 1/2 to 3 1/2 feet below existing grade. Deleterious materials were not observed within the possible fill materials during the drilling operations. Deleterious materials could impede horizontal drilling equipment or excavation if encountered. Although deleterious materials were not encountered in the ossible fill materials this does Undocumented fill is defined as fill that has been placed without being documented as to its placed density and moisture content. Deleterious materials could include, but are not limited to, bricks, asphalt, concrete, metal, wood, or other building debris. p not eliminate the possibility that deleterious materials could be present within the possible undocumented fill materials at other locations along the project. During construction, the site should be stripped of existing concrete, foundations, abandoned utilities, and pavement sections including asphalt, subbase, and curbs if applicable. Please note that clay subgrade soils are sensitive to moisture and can be easily disturbed by precipitation, groundwater, or construction equipment. Therefore, extra care should be used to avoid disturbing these soils during construction activities. If cohesive soils become wet or unstable during construction, or if near surface soft subgrade soils are encountered, it is recommended that coarse aggregate be placed on the subgrade until a stable base for compaction of fill is achieved. The coarse aggregate should consist of clean, crushed stone or gravel between �/ and 3 inches in size. The coarse aggregate should be spread in a maximum of 6 -inch layers and compacted with compaction equipment until it is worked as much as possible into the existing soft or loose soil. This will "lock" up the unstable soil and create a bridging -type affect. Filter fabric should be placed between open -graded stone and fine-grained soils. The following geotechnical considerations should be taken into account when considering either trenching or trenchless techniques performed as part of this project: Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 158 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 8 - July 14, 2020 Table 5: Geotechnical Considerations for Utility Installation B-01 & B-02 William 9 Y2-20 Street • Loose, saturated granular soils that are not self- supporting • Presence of shallow groundwater B-06 • Possible Fill materials Albert 1 Y2-61/2 • Presence of shallow groundwater Street • Silty clay soils with lower shear strength and high moisture contents *BEG = below existing grade Please note, trench boxes may be needed at other locations or depths for this project. If trench boxes will be used throughout the installation of the utility, lateral earth pressures should be considered for the excavations. Horizontal Directional Drilling (HDD) is typically used when trenching or open excavation is not practical, such as water crossings, road/railway crossings, or in other sensitive crossings. HDD is compatible with a wide range of soil conditions. However, very loose, soft, squeezing, collapsible, or flowing soils that are not self-supporting and highly permeable, large -grained cohesionless soils and fractured rock are problematic for HDD. These problematic soils could present some difficulties related to bore stability, settlement, and inadvertent drilling fluid returns, depending on the type of soil. The problematic soils listed above were observed at depth within the borings taken on the project site and therefore HDD may be a possibility. Please consult a qualified contractor to discuss means and methods. Rubino anticipates that the proposed 8 -inch water main will be bearing at approximately 6 1/2 below existing grade. The silty clay/silt soils encountered at that depth range appear generally suitable for support of proposed water main. Rubino recommends that the water main be supported by a granular bedding material similar to the gradation of an I DOT CA -07 stone. The thickness of the bedding material should be at least 6 inches. Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 159 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 9 - July 14, 2020 If granular material is used for the backfill of the utility trench, the granular material should have a gradation that will filter protect the backfill material from the adjacent soils. If this gradation is not available, a geosynthetic non -woven filter fabric should be used to reduce the potential for the migration of fines into the backfill material. Granular backfill material shall be compacted to meet the above compaction criteria. Structural fill placed in utility trenches shall be evaluated in accordance with the following table: PROCTOR T R MIN % PLACEMENT FREQUENCY OF MAXIMUM MATERIAL TESTED TYPE" DRY MOISTURE TESTING*"2 LOOSE LIFT DENSITY CONTENT RANGE HEIGHT o 0 Utility Trench Backfill Standard 95% -2 to + /o 1 per 200 LF of 2 fill laced 4 6 inches p *-� The test frequency for the laboratory reference shall be one laboratory Proctor test for each material used on the site. If the borrow or source of fill material changes, a new reference moisture/density test should be performed. *-2A minimum of one test per lift is recommended unless otherwise specified. In general, utility trench backfill materials should: • Have a Standard Proctor maximum dry density greater than 100 pcf • Be free of organic or other deleterious materials • Have a maximum particle size no greater than 3 inches • Each lift of compacted, engineered fill should be tested and documented by a representative of the geotechnical engineer prior to placement of subsequent lifts • Soils classified as GP, GW, SP, and SW will generally be suitable for use as utility trench backfill. • Soils classified as CL, ML, SC, SM, OL, OH, MH, CH, and PT should be considered unsuitable. • If water must be added, it should be uniformly applied and thoroughly mixed into the soil Tested fill materials that do not achieve either the required dry density or moisture content range shall be recorded, the location noted, and reported to the Contractor and Owner. A re -test of that area should be performed after the Contractor performs remedial measures. The above test frequencies should be discussed with the contractor prior to starting the work. The geotechnical engineer of record can only certify work that was performed under their direct observation, or under the observation of a competent person under their specific direction. Soils in the upper 15 feet exhibited low to moderate shear strength and may need to be supported during open trench excavation. Excavation for trenches shall be performed in accordance with OSHA regulations as stated in 29 CFR Part 1926. Within those regulations, OSHA created a classification of soils in decreasing order Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 160 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 10 - July 14, 2020 of stability. According to the OSHA classification method of soils, Rubino expects that the soils located at the proposed depths for the water main would classify as Type A, Type B, and Type C soils. The soil profile consisted of mainly cohesive soils with some granular soils encountered at depth. If open cut construction is planned for this project, trench boxes should be used throughout the installation of the proposed water main, and lateral earth pressures should be considered for the excavations. Lateral earth pressures will be influenced by the conditions of wall or support restraint, methods of construction and/or compaction and the strength of the materials being restrained. Lateral earth pressure is developed from the soils present within a wedge formed by the vertical below -grade wall and an imaginary line extending up and away from the bottom of the wall at an approximate 451 angle. The lateral earth pressures are determined by multiplying the vertical applied pressure by the appropriate lateral earth pressure coefficient K. Rubino recommends designing the bracing for the temporary excavation for the water main for the "at -rest" lateral earth pressure condition using Ko. F ini see Gro de EARTH PRESSURE COEEEIC IENT For activer essur e - Mavenen-# (402 Z #o 0.004 For o t -res# ressure - No Movernent Rssureied z The following table provides the recommended "at -rest" lateral earth pressure coefficients for the soils encountered. Also included are the "active" and "passive" lateral earth pressure coefficients if needed. Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 161 Proposed 2020 Water Main Project — Mount Prospect, Illinois July 14, 2020 Table 6: "K -Factor" Lateral Earth Pressures 1-15 Silty CLAY / 120-125 SILT 12-20 SAND 120-130 *BEG = below existing grade Page - 11 - 280 0.53 0.36 2.77 280 0.53 0.36 2.77 The following equations were used to calculate the earth pressure coefficients "k". At -Rest: ko =1- sin o Active: k = tan 2 (45-0) 2 Passive: kp = tan (45+0) 2 If the walls are rigidly attached to the structure and not free to rotate or deflect at the top such as shallow tunnels Walls that are permitted to rotate and deflect at the top Passive pressure should be determined using a factor of safety of 2.0 Conditions applicable to the above conditions include: • For active earth pressure, wall must rotate about base, with top lateral movements 0.002Z to 0.004Z, where Z is the wall height • For passive earth pressure, wall must move horizontally to mobilize resistance • Uniform surcharge, where S is surcharge pressure • Hydrostatic Pressure designed to elevations as recommended herein • No safety factor included Dewatering will be necessary during excavation of soils due to the presence of shallow groundwater, including perched groundwater, along with precipitation, surficial runoff, and the presence of sand seams or other conditions not apparent at the time of drilling. Shoring or trench boxes may be required where the soils are saturated or have low shear strengths. Please reference the anticipated groundwater levels on the attached boring logs and in the Groundwater Conditions section of this report. Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 162 Proposed 2020 Water Main Project — Mount Prospect, Illinois Page - 12 - July 14, 2020 During construction, Rubino recommends that one of our representatives be onsite for typical observations and documentation of exposed subgrade for trench excavation penetrometer testing and trench backfill compaction testing, as necessary. The recommendations submitted are based on the available subsurface information obtained by Rubino Engineering, Inc. and design details furnished by Burns & McDonnell for the proposed project. If there are any revisions to the plans for this project or if deviations from the subsurface conditions noted in this report are encountered during construction, Rubino should be notified immediately to determine if changes in the recommendations are required. If Rubino is not retained to perform these functions, we will not be responsible for the impact of those conditions on the project. The scope of services did not include an environmental assessment to determine the presence or absence of wetlands, or hazardous or toxic materials in the soil, bedrock, surface water, groundwater or air on, below, or around this site. Any statements in this report and/or on the boring logs regarding odors, colors, and/or unusual or suspicious items or conditions are strictly for informational purposes. After the plans and specifications are more complete, the geotechnical engineer should be retained and provided the opportunity to review the final design plans and specifications to check that our engineering recommendations have been properly incorporated into the design documents. At this time, it may be necessary to submit supplementary recommendations. This report has been prepared for the exclusive use of Burns & McDonnell and their consultants for the specific application to the proposed 2020 Water Main Project in Mount Prospect, Illinois. Rubino Engineering, Inc. Rubino Project No. G20.046 1w, 163 Appendix A - Drilling, Field, and Laboratory Test Procedures ASTM D1586 Penetration Tests and Split -Barrel Sampling of Soils During the sampling procedure, Standard Penetration Tests (SPT's) were performed at regular intervals to obtain the standard penetration (N -value) of the soil. The results of the standard penetration test are used to estimate the relative strength and compressibility of the soil profile components through empirical correlations to the soils' relative density and consistency. The split -barrel sampler obtains a soil sample for classification purposes and laboratory testing, as appropriate for the type of soil obtained. Water Level Measurements Water level observations were attempted during and upon completion of the drilling operation using a 100 -foot tape measure. The depths of observed water levels in the boreholes are noted on the boring logs presented in the appendix of this report. In the borings where water is unable to be observed during the field activities, in relatively impervious soils, the accurate determination of the groundwater elevation may not be possible even after several days of observation. Seasonal variations, temperature and recent rainfall conditions may influence the levels of the groundwater table and volumes of water will depend on the permeability of the soils. Ground Surface Elevations At this time, no site-specific elevations were available to Rubino. The depths indicated on the attached boring logs are relative to the existing ground surface for each individual boring at the time of the exploration. Copies of the boring logs are located in the Appendix of this report. ASTM D2216 Water (Moisture) Content of Soil by Mass (Laboratory) The water content is an important index property used in expressing the phase relationship of solids, water, and air in a given volume of material and can be used to correlate soil behavior with its index properties. In fine grained cohesive soils, the behavior of a given soil type often depends on its natural water content. The water content of a cohesive soil along with its liquid and plastic limits as determined by Atterberg Limit testing are used to express the soil's relative consistency or liquidity index. ASTM D2974 Standard Test Method for Organic Soils using Loss on Ignition (Laboratory) These test methods cover the measurement of moisture content, ash content, and organic matter in peats and other organic soils, such as organic clays, silts, and mucks. Ash content of a peat or organic soil sample is determined by igniting the oven -dried sample from the moisture content determination in a muffle furnace at 440°C (Method C) or 750°C (Method D). The substance remaining after ignition is the ash. The ash content is expressed as a percentage of the mass of the oven -dried sample. 2.4 Organic matter is determined by subtracting percent ash content from 100. . ......... G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 164 Appendix B - Report Limitations Subsurface Conditions: The subsurface description is of a generalized nature to highlight the major subsurface stratification features and material characteristics. The boring logs included in the appendix should be reviewed for specific information at individual boring locations. These records include soil descriptions, stratifications, penetration resistances, locations of the samples and laboratory test data as well as water level information. The stratifications shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected between boring locations. The stratifications represent the approximate boundary between subsurface materials and the actual transition between layers may be gradual. The samples, which were not altered by laboratory testing, will be retained for up to 60 days from the date of this report and then will be discarded. Geotechnical Risk: The concept of risk is an important aspect of the geotechnical evaluation. The primary reason for this is that the analytical methods used to develop geotechnical recommendations do not comprise an exact science. The analytical tools that geotechnical engineers use are generally empirical and must be used in conjunction with engineering judgment and experience. Therefore, the solutions and recommendations presented in the geotechnical evaluation should not be considered risk-free, and more importantly, are not a guarantee that the interaction between the soils and the proposed structure will perform as planned. The engineering recommendations, presented in the preceding section, constitute Rubino's professional estimate of the necessary measures for the proposed structure to perform according to the proposed design based on the information generated and reference during this evaluation, and Rubino Is experience in working with these conditions. Warranty: The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. Federal Excavation Regulations: In Federal Register, Volume 54, No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926, Subpart P". This document was issued to better ensure the safety of workmen entering trenches or excavations. This federal regulation mandates that all excavations, whether they be utility trenches, basement excavation or footing excavations, be constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor's "responsible person," as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. Rubino is providing this information solely as a service to our client. Rubino is not assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. b'mn ir : ENGINEERING INC. G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 165 Appendix C — Soil Classification General Notes DRILLING & SAMPLING SYMBOLS: SS: Split Spoon - 1 3/8" I.D., 2" O.D., unless otherwise noted PS: Piston Sample ST: Thin -Walled Tube - 3" O.D., Unless otherwise noted WS: Wash Sample PM: Pressuremeter HA: Hand Auger RB: Rock Bit HS: Hollow Stem Auger DB: Diamond Bit - 4", N, B BS: Bulk Sample Standard "N" Penetration: Blows per foot of a 140 -pound hammer falling 30 inches on a 2 -inch O.D. split spoon sampler (SS), except where noted. WATER LEVEL MEASUREMENT SYMBOLS: Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of ground water levels is not possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil Classification is based on the Unified Soil Classification System as defined in ASTM D-2487 and D-2488. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; they are described as: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are described as: clays, if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse grained soils are defined on the basis of their relative in-place density and fine-grained soils on the basis of their consistency. Example: Lean clay with sand, trace gravel, stiff (CL); silty sand, trace gravel, medium dense (SM). CONSISTENCY OF FINE-GRAINED SOILS: Unconfined Compressive N-Blows/ft. Strength, Qu (tsf) Consistency RELATIVE PROPORTIONS OF SAND & GRAVEL Descriptive Term % of Dry Weight Trace < 15 With 15 - 29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term % of Dry Weight Trace < 5 With 5 - 12 Modifier > 12 *Descriptive Terms apply to components also present in sample ir bmn RELATIVE DENSITY OF COARSE-GRAINED SOILS N-Blows/ft. Relative Density 0 - < 0.25 < 2 4 - Very Soft 0.25 - 0.5 2 - 4 Soft 0.5 - 1 4 - 8 Medium Stiff 1 - 2 8 - 15 Stiff 2 - 4 15 - 30 Very Stiff 4 - 8 30 - 50 Hard > - 8 > 50 Very Hard RELATIVE PROPORTIONS OF SAND & GRAVEL Descriptive Term % of Dry Weight Trace < 15 With 15 - 29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term % of Dry Weight Trace < 5 With 5 - 12 Modifier > 12 *Descriptive Terms apply to components also present in sample ir bmn RELATIVE DENSITY OF COARSE-GRAINED SOILS N-Blows/ft. Relative Density 0 - 3 Very Loose 4 - 9 Loose 10 - 29 Medium Dense 30 - 49 Dense 50 - 80 Very Dense 80+ Extremely Dense GRAIN SIZE TERMINOLOGY Major Component Size Range Boulders Over 12 in. (300mm) Cobbles 12 in. To 3 in. (300mm to 75mm) Gravel 3 in. To #4 sieve (75mm to 4.75mm) Sand #4 to #200 sieve (4.75mm to 0.75mm) ENGINEERING INC. G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 166 Appendix D -Soil Classification Chart 1 1111 1111 11111111 1111-1 It I IIIIIIIIIIII , 1111��111��Illk ur EE'U$ED TO IIIIIIIIIIIIIIIIIIIIJOICATE BORDERLI NE SOIL CLASSIFICATIONIS 'SYMBOLS TY (tGAL MAJOR DIVISIONS IESCRIPTIONS . . ............. . ......... .. .......................... . . . ........... CLEAN, WELL -GRADED GIIELS,,!GRAVEL - GRAVEL Gil I/ELS SAND MIXTURES. LITTLEOR, NO FINIES AND GRAVELLY SOILS POORLY -GRADED GRAVELS, (LITTLE OR NO FfNEIS) GRAVEL -;SANID MIXTURES, LITTLE L OR NO, RINI 'ES COARSE - -- - --- ------- - GRAINED GRAVELS, WITHI A IS, GRAI SAND - $11LT Y'GiR VEL MORE THAN! 50%, FINES OF COARSE', FRACTION RETAINED ON NO. 4 SIEVE (�IkPPRECIABLEI CLAYE'Yl GRAVIELS GRA VE L- SAN�D - AMOUNT OF FINES , CLAY MIXTURES CLEAN SANDS WEILL*GRAIDEDSANDS, GRAVELLY MORE THAN 5D%, SAND SANDS,, JTTLE OR, NO FINE$ OF MATERIAL, ii MID LARGER THAN SANIDY' NO. 20101 SIEVE, SOULSE (LITTLIOR NO FINES) POORLY -GRADED SANDS, GRAVELLY SA�ND, LITTLE OR NO SIZE F]INES ND WITH �S SILTY SANDS, $AND - SILT MORE THAN 510% F11N MIXTURES; OFCOARSE FRACTION� PASSING ON NO. ..... - ....... .......... 4 SIEVE (APPRECIABLE CLAYEY SANDS,, SAND!- CLAY ANIOUI'llillIT jOF FINES) IV 11XITURIE'' 1NORGANIC SILTS AN�D VERY FINE SANDS, ROCX FIJ)( JR1, SILTY OR CLAYEY FINE SANDS OR CLAYEY S I LT$ W ITI-I SLI G" IHT PLA$T1 CITY SILTS I NO RGANIC CLAY$ OFLOW TO, FINE AND LI QUI 0 Lil M IT MEDIUM PLASTICITY, GF VELLY GRAINED CLAYS �LESS THAN 50, CLAI SANDY CLAYS, SILTY SOILS CLAYS,, LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PILAST11CAT'Y' MOR E THAN 50% ....................... . . . . . . . . . . . . . . ..... INORGAN�JC SIL MICACEOUIS OR OF'IE]RIAL IS DIATOMACEOLIS FINE SAND OR qNIALLER S TIHAN� SILTY SOILS �NO. 200, SlEVIE SIZE SILTS AND LIQUID LIMIT" INORGANICCLAYS IDIF HIGH! CLAYS GREATER THAN 50 PLASTICITY . . ................... ORGANIC CLAYS OF MEDI UM IT, 0 . ................................................................................................................... . ... HIGH RLAST110TY, ORGANIC SILTS - ----- - ----------- ........................................ . ..... . . . . . . . . . HIGHLYORGANIC SULS .. .. .. ....... .. 1--111-111- ...................... PEAT1,11 HUMUS. SWAMP SOJILS WITH H 11IGH 01, ANIC COW ENTS ------------ G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 167 Appendix E -Site Vicinity Map &Boring Location Plan G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 0 ti Appendix F - Pavement Core Summary Table ir bmn ENGINEERING INC. G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 171 J W U) N E E O N C6 VJ ^W i n0 4—+ O WE r N L r —0 V J .0 C6 L� O 4+ L 4-0 L- W Co •� W Co � W O -0 U o ( r 6��N ✓�� q pd /�� I n r / `✓I { 9 �fi �" t r 4a � E.1 r 1 � Y,✓ -;; Ix i u(� s= " t � V V (n � b✓ NJ�° , 1 y�. " �� &'� � ''� � /tee rV,��jF�F, 1 Y f '� rv4 w �� ��Vl ka.{Fi ii.l hif•1".rN f � '. j � � � �Q/%� 1 - abs✓�� il., Iri LIJ 4-0 2112 r � , � IG��p�?� �!���p�ct'o�i'�t�rmaibr %�ri�+-�►w��t�ttitr� �/,//%���� � CC CC � 00 u➢ LL °b dP, H r r u c 1yl�iIVri lllp ii.. ,�, II J � � ` , ' Boa �� .• � 1 r "�',�%� ✓r " ` r' L Jfj rye rr�.3' i ^+ r �v � Y;I � > , �' L t ✓, ' � "� � � .�'iid� � >(�� bio// V '+ 9 + 4°•+wM L1d�5mh{ �/ �/ �� , ,✓ l'"m 2 �' � G �r xrr�.� { �00//1' � 1�' � � �ld�,��la �� / � ////�� ME U)////�� M \V u �' R !d ;� k h dr. 1 �' i� I�rrtlw dl,l ENtll VJ 1•, �, w. "f il`r�/✓ l /I/ �/% W it F, ! id 1"*✓+ ✓ 0o�F;Yas,c �':, " �s' idl als "If �+{ %" rF✓m rC �� ✓ L ,;, "„ - 9 �d�argr�� aaa� —0 Molunt Pros Jkt �Vhtefi4n I1Tlj1C1wm2'nW }A G G '^ 51 d i U S 1i Street O V+ 1 -5, G ✓ �}ki�1S I r 4� . qi l.�L , ? i i i y ' P fsm r l r 1 :� w m N � � ✓uu/iiii ��/ 06 d✓ k K `Md V '. P ✓ ,"'d 4r'✓h,d d dl �nm�rgr IZ- 4-0 1� t � ✓ t PfJ ��'� ��V �yb.°�+�r�r•i�'��f{4�"V. � r � ' // V i rw v za ` a`9 T d� V I j� 'i2-11+ 1 r d/ ✓i'n Ifi W ✓[�u Y � r� iy Y4 wti^ // j/ 'wi�r ✓ u� -Kuh � �'� p {rd w�"m��a w,e�. � y,,, � r ' r g t h� rfi ww1 Y09 ,. �w r�7r Yid �`d }4 'Qs�n v bid✓'d ��as'af➢ � �� ■ r [" �w. w r " "� s ��r•r � 4"r'�uy inti°w°� � /� N � ■ • 4.0 LL N N Z 11 11 Q r Y," p>'all� �6G4'?r4 ary., .Ur�iwa IB JI ro "'d d„ :�. U V � 4V✓d. F o.. ® " 1 "✓ wp1 (SII/)' "r 2 P STRFDnTLJ 1,✓b Y' f .,x p b.s, rb'r""k /�'� Yan Lr r'w',V14: rhyw., /�%/ ���%% i / N) �r �� !� �, J ✓ .�ry�� �*✓, � � .•���ax ob,d t � �:, �/r/i, l�/� � �' f �J ��/�/ ■� - - ^ ^ • • W 'Q w#a n ✓ utld sR&� i � S"p2�t irk � akl'If6�$rovvrnwd� w �' William t et4-0 (awvi Eft } r t f• r ✓ �i Jwl Y� a"art 9�.��"� w�Jd��ra ( � - '�"�� �/%/// , P ✓ i w u ✓ arb uil� Gkv9w�Y�' 4 r�A '��Nii9i� �T1"��"hs� �y�a 5�a��'r��� /�/�%�j��!/ ,;;� f'1 '' i �re w'ksrd'r° Ud'�'��✓�'�,w�,r��,.'. �,Xii%������j Q f dp �,Vro� ✓g n�raa'4i ,,,,iii i // }j I�. wr1,li iyl i� � Illi ul / r� w d ^:I J��i�Cy11Gy4 a v ,wd�„7 11) IW+ 1^di i, / // �• 4-0 CM 0 O � � r � � v`k�✓a J u'��dVi�tiy�a� ✓ a'r`�;��"w' ur9���"d � � �= �= ii r v, 1 � r#�' o bm� "6 >nw w^ f�. n a.�a ' b 'p'�✓'S� i vry y9��aC� y u , d✓���r, �f��^ �r�"� �/� �� r sya, ;@4fwN�ss,r •U t � b � n��� rrr✓a�i�t �R� r` N II II II Z • ; i � ! " " a' w�� s„�' A d tl ,��r �"�"fi r � „�� t � � V% r N m + � wig a w �a y �. a 4. � o• v O ✓ A ✓ a �,s d � rr p i / 1PJ "ASA W"Y4�17U'� / +�� `1F Nr� �'�ru�� �i7w"� �'r��`�,�gNx9�y'�"'✓,3 "� s � �f I � / A+ r y.$. r rc t ry +�„qm v ✓ik� ! �/ ,1,/ �/w, C/w, UwJ 0I60CosTOCt Watermain,;lt'fl pmel'F1'm45' S. 'William, Street- ��" � �I�aJnt Praas �h 6tlao,laAs Q Co �1 G J ^ Y, of I..L Ru1 jno,Proje N4;'620•,045 4,/ Pleat, i N ti 1L5 P 'A p i J r V .. � II ,,,iii i, • � r 9 LL ' w N _ C m i r v✓ V V i �* WJd', riM slid r, 1 ; yYFYVry➢I iiN 4—j 'wr Mount Prospect" 116'riols O BSO Rubino PI"' T«"4'�. �.�. Aw! � I�.�7': i s ��y flrw 06 IZ 4-1 r � 'Ln U M .� CV r� II II k Im rx baa lPIN rr / 1 f _lie ✓ ���CO .awwar(4-1 U Wort ptosped, 1,14140is B �0 32 ROWno Proioo No -,%0-044 J N, %iio C U4-1 � > C6 L II N +r V � � m N U � N to N N e O � N � E � O C 00- 0 'C: (n U O O O � O O N N C: O N (D II C LO r 0 N Q l t 1, T � � O 'O 0-0 (6 O O +r C U � oa) E Ca } E O U Cm� A�x a) OW 0 Q W ca ( Q � � C O O O r -O U L L L) Cn M to � � U U C: C U O N > -0 CO � O � U O O � .0 O O.0 M ti Appendix G - Boring Logs G20.046 Proposed 2020 Water Main Project — Mount Prospect, Illinois 74 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF B 13=01 ENGINEERINGTelephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling 12 ft Location: Various Streets Hammer Type: Automatic 1 Upon Completion N/A City, State: Mount Prospect, Illinois Boring Location: NB Lane of William Street 9 Client: Village of Mount Prospect 5'/2 feet W from edge of pavement 7 Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' a) A.- o X PL MATERIAL DESCRIPTION Moisture � LL Additional �., 4_0 Q Q Q E E L � o �, o 0 25 50 Remarks N U m ~ STRENGTH, tsf Qu X QP 0 2.0 4.0 Approximately 6% inches of ASPHALT Medium stiff, brown silty CLAY, trace sand and gravel 1 12 234 22 0 XX Qp=2.0 tsf CL N=7 2 14 366 13 K X QP -2.0 tsf Stiff, brown silty CLAY with sand 5 CL N=12 Stiff, brown silty CLAY, trace sand and gravel 3 12 347 19 0 X » p=4.5 tsf N=11 Color transitions to gray at approximately 8% 4 18 feet below existing grade CL 245 17 o X Qp=2.5 tsf N=9 10 5 14 246 35 0 X X Qp=2.5 tsf Loose, gray poorly -graded SAND, trace gravel N=10 33 X :... and fines 6 16 335 23 X N=8 15 SP 7 18 221 18 X � N=3 20 End of boring at approximately 20 feet below existing grade. Completion Depth: 20.0 ft Sample Types: P Pressuremeter Latitude: 42.049031 Date Boring Started: 5/14/20 Longitude: -87.9285 36 Date Boring Completed: 5/14/20 Auger Cutting ShelbyTube Drill Rig: Geoprobe 7822DT Logged By: J.W. Split -Spoon Hand Auger Remarks: Hole collapse at approximately 12 feet Drilling Contractor: Rubino Engineering, Inc. Rock Core O No Recovery below existing grade upon auger removal. The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 175 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF B 13=02 ENGINEERING1 INC,.Telephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling 9.5 ft Location: Various Streets Hammer Type: Automatic 1 Upon Completion 7 ft City, State: Mount Prospect, Illinois Boring Location: NB Lane of William Street 9 Client: Village of Mount Prospect 5 feet W from edge of pavement Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' a) A.- o X o Q �, MATERIAL DESCRIPTION Moisture � LL Additional �., 4_0 Q Q Q E E L � o U, o 0 25 50 Remarks N U m ~ STRENGTH, tsf Qu X QP 0 2.0 4.0 Approximately 6% inches of ASPHALT Very stiff, brown and gray silty CLAY, trace sand and gravel Possible Fill 1 16 478 15 » p=4.5 tsf CL N=15 Medium stiff to stiff, brown and gray mottled 2 14 silty CLAY, trace sand and gravel 224 19° X Qp=2.5 tsf N=6 5 CL 3 14 256 18 ° X >> p=4.5 tsf N=11 Color transitions to gray at approximately 8% 17 X feet below existing grade 4 12 246 ° Qp=3.0 tsf N=10 23 X Medium dense, gray poorly -graded SAND 10 with fines SP ML 19 X Gray SILT with sand 5 12 4 5 5 Qp=1.0 tsf Medium dense, gray poorly -graded SAND, :... trace gravel and fines = N 10 20 X SP Ix Stiff, gray silty CLAY, trace sand and gravel 6 16 CL 277 18 Qp=3.0 tsf N=14 15 End of boring at approximately 15 feet below existing grade. Completion Depth: 15.0 ft Sample Types: P Pressuremeter Latitude: 42.050916 Date Boring Started: 5/14/20 Longitude: -87.9285 67 Date Boring Completed: 5/14/20 Auger Cutting ShelbyTube Drill Rig: Geoprobe 7822DT Logged By: J.W. Split -Spoon Hand Auger Remarks: Drilling Contractor: Rubino Engineering, Inc. Rock Core O No Recovery The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 176 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF B 13=03 ENGINEERINGTelephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling N/A Location: Various Streets Hammer Type: Automatic 1 Upon Completion N/A City, State: Mount Prospect, Illinois Boring Location: NB Lane of Owen Street 9 Client: Village of Mount Prospect 4'/2 feet W from edge of pavement 7 Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' a) A.- o X MATERIAL DESCRIPTION Moisture � LL Additional �., 4_0 Q Q Q E E L � o �, o 0 25 50 Remarks i L Co 0 N U m ~ STRENGTH, tsf Qu X QP 0 2.0 4.0 Approximately 3% inches of ASPHALT & .0c Approximately 8 inches of SUBBASE STONE Medium stiff to very stiff, brown silty CLAY, trace sand and gravel 1 12 234 18 ° X p=4.0 tsf N=7 2 18 337 16 ° X » p=4.5 tsf N=10 5 3 18 478 21 ° X » p=4.5 tsf N=15 CL 4 16 678 18 ° X » p=4.5 tsf N=15 10 Color transitions to gray at approximately 11 5 12 feet below existing grade 7 3 5 200 X Qp=3.0 tsf N=8 6 13 345 19 ° X X Qp=3.5 tsf N=9 15 End of boring at approximately 15 feet below existing grade. Completion Depth: 15.0 ft Sample Types: P Pressuremeter Latitude: 42.048953 Date Boring Started: 5/14/20 Longitude: -87.9297 53 Date Boring Completed: 5/14/20 Auger Cutting ShelbyTube Drill Rig: Geoprobe 7822DT Logged By: J.W. Split -Spoon Hand Auger Remarks: Perched water observed in subbase Drilling Contractor: Rubino Engineering, Inc. Rock Core O No Recovery stone during drilling operations. The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 177 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF BORING 13=04 ENGINEERINGTelephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling N/A Location: Various Streets Hammer Type: Automatic 1 Upon Completion N/A City, State: Mount Prospect, Illinois Boring Location: NB Lane of Owen Street 9 Client: Village of Mount Prospect 2'/2 feet W from edge of pavement 7 Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' a) A.- o X Moisture PL MATERIAL DESCRIPTION � LL Additional �., 4_0 Q Q Q E E L � o �, o 0 25 50 Remarks i L C� N U m ~ STRENGTH, tsf Qu X Qp 0 2.0 4.0 a Approximately 3 inches of ASPHALT poo Approximately 7 inches of SUBBASE STONE Stiff, black, brown, and gray silty CLAY, trace sand and gravel 1 10 Possible Fill 446 24 ° Qp=3.5 tsf CL N=10 Medium stiff to stiff, brown and gray mottled 2 8 silty CLAY, trace sand and gravel 1 2 3 26 ° Qp=1.5 tsf N=5 2% Organic Content 5 21 X 3 12 0 2 3 ° Qp=1.0 tsf N=5 22 X Qp=3.Otsf 22 X 4 18 CL 377 ° Qp=3.0 tsf N=14 19 X 10 Color transitions to gray at approximately 11 5 14 feet below existing grade 236 20X ° Qp=2.8 tsf N=9 6 16 236 20 ° X Qp=3.0 tsf N=9 15 End of boring at approximately 15 feet below existing grade. Completion Depth: 15.0 ft Sample Types: P Pressuremeter Latitude: 42.050941 Date Boring Started: 5/14/20 Auger Cutting ShelbyTube Longitude: -87.9297 70 Drill Rig: Geoprobe 7822DT Date Boring Completed: 5/14/20 Split -Spoon Hand Auger Remarks: Hole collapse at approximately 5 feet Logged By: J.W. Rock Core O No Recovery below existing grade upon auger removal. Drilling Contractor: Rubino Engineering, Inc. The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 178 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF B 13=05 ENGINEERINGTelephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling N/A Location: Various Streets Hammer Type: Automatic 1 Upon Completion N/A City, State: Mount Prospect, Illinois Boring Location: NB Lane of Louis Street 9 Client: Village of Mount Prospect 6 feet W from edge of pavement Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' a) A.- o X PL MATERIAL DESCRIPTION Moisture � LL Additional �., 4_0 Q Q Q E E L � o �, o 0 25 50 Remarks N U m ~ STRENGTH, tsf Qu X QP 0 2.0 4.0 Approximately 3% inches of ASPHALT o° Approximately 53/4 inches of SUBBASE STONE Medium stiff to stiff, brown silty CLAY, trace 1 12 sand and gravel 234 20 XX QP -2.0 tsf N=7 2 12 224 19 X X Qp=2.5 tsf N=6 5 3 13 447 20 X p=4.0 tsf N=11 CL 4 13 258 18 X » p=4.5 tsf N=13 10 Color transitions to gray at approximately 11 5 18 feet below existing grade 357 20 X p=4.0 tsf N=12 6 16 356 14 a p=4.0 tsf N=11 15 End of boring at approximately 15 feet below existing grade. Completion Depth: 15.0 ft Sample Types: P Pressuremeter Latitude: 42.053628 Date Boring Started: 5/14/20 Longitude: -87.9273 69 Date Boring Completed: 5/14/20 Auger Cutting ShelbyTube Drill Rig: Geoprobe 7822DT Logged By: J.W. Split -Spoon Hand Auger Remarks: Drilling Contractor: Rubino Engineering, Inc. Rock Core O No Recovery The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 179 Rubino Engineering, Inc. 425 Shepard Drive ru b'm Elgin, IL 60123 LOG OF B 13=06 ENGINEERING1 INC,.Telephone: 847-931-1555 Fax: 847-931-1560 Sheet 1 Of 1 Rubino Job No.: G20.046 Drilling Method: 3'/ Hollow Stem Auger WATER LEVELS*** Project: 2020 Water Main Project Sampling Method:Split Spoon �Z While Drilling 6.5 ft Location: Various Streets Hammer Type: Automatic 1 Upon Completion N/A City, State: Mount Prospect, Illinois Boring Location: NB Lane of Albert Street 9 Client: Village of Mount Prospect 6 feet W from edge of pavement Delay N/A Station: N/A STANDARD PENETRATION Offset: N/A o TEST DATA ^ }' N A.- o X Moisture PL MATERIAL DESCRIPTION � LL Additional �., 4_0 Q Q Q E E L � o �, o 0 25 50 Remarks > L Ca N (n U m ~ STRENGTH, tsf Qu X Qp 0 2.0 4.0 Approximately 3'/4 inches of ASPHALT a op' Approximately 7 inches of SUBBASE STONE CL Dark gray silty CLAY, trace sand and gravel Possible Fill 1 10 234 24 ° X Qp=2.5 tsf Medium stiff, brown and gray mottled silty CLAY, trace sand and gravel N=7 CL 2 10 1 2 2 38 Qp=0.5 tsf N=4 6% Organic Content 5 19 X 3 18 ML 1 3 5 21 ° X Qp=1.0 tsf Gray SILT, trace sand N=8 23 X Stiff, brown and gray silty CLAY, trace sand and gravel 4 18 348 23 X p=4.0 tsf N=12 10 CL 5 18 235 22 ° X p=4.0 tsf N=8 Color transitions to gray at approximately 13% 6 14 feet below existing grade 226 21X ° Qp=3.5 tsf N=8 15 End of boring at approximately 15 feet below existing grade. Completion Depth: 15.0 ft Sample Types: P Pressuremeter Latitude: 42.053563 Date Boring Started: 5/14/20 Auger Cutting ShelbyTube Longitude: -87.9239 01 Drill Rig: Geoprobe 7822DT Date Boring Completed: 5/14/20 Split -Spoon Hand Auger Remarks: Hole collapse at approximately 8 feet Logged By: J.W. Rock Core O No Recovery below existing grade upon auger removal. Drilling Contractor: Rubino Engineering, Inc. The stratification lines represent approximate boundaries. The transition may be gradual. 'Please reference the geotechnical report text for specific groundwater / dewatering recommendations. 180 Project Name: 2020 Water Main Improvements SUBMITTED TO: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, IL 60056-2229 SUBMITTED BY: Company MAURO SEWER CONSTRUCTION,,,, INC. Name PASQUALE MAURO Address 1251 REDEKER RD, DES PLAINES, IL 60016 Principal Office 1251 REDEKER RD, DES PLAINES, IL 60016 Corporation, partnership, individual, joint venture, other CORPORATION Contractor license number and state BUSINESS LICENSE, CITY OF DES PLAINES, ILLINOIS EXPERIENCE STATEMENT 1 Bidder has been engaged as a General Contractor in construction for 29 years and has performed work of the nature and magnitude of this Contract for 29 years. Bidder has been in business under its present name for 29 years. 2. Bidder now has the following bonded projects under contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and estimated completion date. 3. Bidder has completed the following three (3) contracts consisting of work similar to that proposed by this Contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. NO 5. Bidder normally performs the following work with his own forces: SEWER & WATER MAIN 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): CARM I LULLO - 25 YEARS JAIME CANTU - 25 YEARS ROBERT SACCO - 18 YEARS T., In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company including name and address of agent: S&CINSURANCE 1655 N ARLINGTON HEIGHTS RD ARLINGTON HEIGHTS, IL 60004 2020 Water Main Improvements FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: a. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: (1) Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). (2) Net fixed assets. (3) Other assets. (4) Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (5) Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). (6) Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 8. Current Judgments: The following judgments are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a, b,. Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date 08/10/2020 12020 Name of Organization-, MAURO SEWER CONSTRUCTION GONs� 10� 40 (OFFICIAL Sgl�", 0 CORPORATE 4S, EA L W A 10 4: 0101 PASQUALE MAURO (if Biddiff is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly authorized officer and with the corporate seal affixed). 2020 Water Main Improvements • BID FORM 2020 Water Main j -t M proyernents Village of Mount Prospect Department of Public Works MAURO SEWER CONSTRUCTION, INC. (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: 2020 Water Mainlrn rove encs The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — 2020 Water Main Improvements Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. 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. 2020 Water Main improvements 12 • 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: Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed which starts the performance period. The contractor shall reach substantial completion by 60 calendar days.,,aft er the, to of the filce to Proceed with final completion by 75 calendar day's after the date of the Notice to Pir qee . Substantial completion shall be defined as the completion of all work except for site restoration. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to 2020 Water Main Improvements 13 • 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): V Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 4) Bid Sheet(s) — 2020 Water Main Improvements Respectfully submitted,: Name of Firm/ 'idler: MAURO SEWER CONSTRUCTION, INC., 0 By: J an (Signature) Title,: Al E$10ENT j Date: 08/10/2020 Contact Information: Official Address: 1251 REDEKER RD. DES PLAINES, IL 60016 Telephone: 847-803-2033 Email: mauro@sewer-water.com , PASQUALE MAURO ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH THE AFFIDAVIT —BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT 2020 Water Main Improvements 14 • BID SHEET 2020 Water Main #11,1m, rovernents, UNIT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per Unit. ,COMPLETE TABLE AS INDICATED Approx Item No. Description Unit ofy'Price Per Unit Extension Units 1 Mobilization L SUM I $4,400.00 $4,400.00 2 Construction Layout L SUM 1 $6$950.00 $6,950.00 3 Traffic Control & Protection L SUM 1 $28)000.00 i $28,000.00 4 Dust Control: Mechanical Sweeping EA 12 I $175.00 $2)100.00 5 Dust Control: Calcium Chloride Unit 500 2, oo $1,000.00 6 Trench Backfill CY '6"'0'4"5' $25-00 $151y125.00 7 Water Main -6" LF 15 $93,00 $1)395-00 8 Water Main — 810 LF 5,326 $105. 00 I $559)230.00 9 Cut -in Connection EA 8 $2)375.001 $197000-00 10 6" Gate Valve EA 1 1$2,000.001$27000-00 11 8" Gate Valve EA 12 $21100.00 $25)200.00 12 ........... . Valve Vault, Type A, 4' Diameter, Type 1 Frame, Closed Lid EA 13$2,375.00 $301875-00 13 Abandon Valve Vault EA 11 $250.00 $2,750.001 14 Fire Hydrant To Be Removed EA 19 $250-00 $4',750.00 15 Fire Hydrant, Complete EA 19 $5,500.00 $104,500.00 2020 Water Main Improvements 15 2020 Water Main Improvements 16 . . . . ................ Approx INo. Description Unit ofY' Price Per Unit Extension Units 16 Near Side Water Service EA , �1,900.0055 $104,500.00 17 Far Side Water Service EA a -7-72 $ 21 540.00 $18Z880.00 18 Steel Casing Pipe, LF 20 1$170.00 $3)400.00 19 Storm Sewer, 8" PVC C900 LF 155 $45.00 $6,975.00 20 Storm Sewer, 121, PVC C900 LF 4065.00 $27600.00 21 Pavement Removal, Full Depth SY 51194 $2,50 $12 7985.00 22 Class T" Patch, 8" SY 3t844 $48-00 $184,512.00 23 Sidewalk Removal SF 224 $ 1,00 $224.00.�0 24 PCC Sidewalk, 5" SF � 224 $9,00 $2, 016.00 25 Detectable Warnings SF 319 32 .. . . $50.00 . ................................ $1)600000 26 Driveway Pavement Removal SY 371 $2n50 $927-50 27 Asphalt Driveway Pavement, 2" SY 172 $23,00 $37956.00 28 PCC Driveway Pavement, 6" SY 18072.00 $127960-001 29 Brick Paver Driveway Replacement SY 1950.00 $950,00 30 Combination Concrete Curb and Gutter Removal LF 215 $5sOO $t 075-00 31 Combination Concrete Curb and Gutter, Rol' Curb LF 215 $40.00 $8,600.00 32 Epoxy Pavement Markings -12" LF 64 $70,00 $4A80.00 2020 Water Main Improvements 16 SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet),',' ONE MILLION, FOUR HUNDRED NINETY EIGHT THOUSAND, EIGHT HUNDRED TWENTY THREE Dollars and FIFTY Cents (In writing) 114981823 Dollars and Cents (In figure) 2020 Water Main Improvements (in writing) ce (in figure) 17 Approx Item No. Description Unit ofY' Price Per Unit Extension Units 33 Inlet Filters EA 31 $115-001$37565.00 34 Sodding, Salt Tolerant S' 933 $8.00 $7,464.00 35 Landscape Restoration 1=111S Sy 933 $8,00 $75464.00 36 Tree Protection Fencing LF 4,830 $ 0,50 $2,415.0 0 Total Bid= $1,498,823.50 SUMMARY OF PRICES: TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet),',' ONE MILLION, FOUR HUNDRED NINETY EIGHT THOUSAND, EIGHT HUNDRED TWENTY THREE Dollars and FIFTY Cents (In writing) 114981823 Dollars and Cents (In figure) 2020 Water Main Improvements (in writing) ce (in figure) 17 BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1., The approximate quantities set forth in this Bid Sheet for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place, measured on the basis defined in the Contract. 2, Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Bid Sheet. Specific cash allowances, if any, are included in the price set forth above and have been computed in accordance with paragraph 11.02 of the General Conditions. BIDDER agrees that the Work will be Substantially Completed in 60 consecutive calendar days from the date of "Notice to Proceed" and Finally Completed in 15 calendar days thereafter. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. The following documents are attached to and made a condition of this Bid: (a) Required bid security in the amount of ten percent (10%) of the Bid in the form of a bid bond, cash, certified check, cashiers check or bank money order as stipulated in the Advertisement for Bids. (b) A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. (c) Required BIDDER's Qualification Statement with supporting data. Written communications concerning this Bid shall be addressed to: MAURO SEWER CONSTRUCTION, INC. 12 51 REDEKER RD. DES PLAINES, IL 60016 2020 Water Main Improvements IV • The terms used in this Bid which are defined in the General and Supplementary Conditions of the Construction Contract, included as part of the Contract Documents, have the meanings assigned to them in the General and Supplementary Conditions. Submitted on AUGUST 10 41 2020. State Contractor License Number (if any BUSINESS LICENSE, CITY OF DES PLAINES, IL Contractor Contact Information: Address: 1251 REDEKER RD, DES PLAINES, IL 60016 Telephone, - 847-803-2033 E-mail: maurseweir,-,w,ater.com . . . . . . . . . . . . . . ...................... ature 2020 Water Main Improvements 19 Bid Ceftification F-orm Page 1 Company/Firm Name",- MAURO SEWER CONSTRUCTION, INC,, Address: 1251 REDEKER RD, DES PLAINES, IL 60016 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, PASQUALE MAURO being first duly sworn on oath, deposes and states that he or she is PRESIDENT (sole owner, partner, joint ventured, President, Secretary, etc.) of MAURO SEWER CONSTRUCTION, INC. and has the (Name of Company) 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. The undersigned further states that MAURO SEWER CONSTRUCTION,, INC, (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. The undersigned further states that MAURO SEWER CONSTRUCTION, INC, (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. 2020 Water Main Improvements 20 191 Bid Certification Forin, Page 2 AFFIDAVIT — BID CERTIFICATION FORM Section IV Tax Payment The undersigned further states that MAURO SEWER CONSTRUCTION, INC. is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILC S 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 Hasa nit Pol*IPA *11powl 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: (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 ILC S 5/1-103 (M) (2002)) The undersigned further states that MAURO SEWER CONSTRUCTION, INC, has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all infor'"ofi contained in this Affidavit is true and correct, wo, Signed by: Title: PRESIDENT . . . . . .......... lgnature Name Printc'4: P1, QUAL E MAURO Signed and sworn to before me this 1 OTF-tlay of AUGUST 2020 My commission expires: 08/21/2022 J,4ajk� COURTNEY L. MOLINK NOTARY PUBLIC, STATE OF ILLINOIS 4,YCOMM"iM EXPW" Aug. 21, 2022 2020 Water Main Improvements 21 BID SECURITY Includedwith'th"s bidis a bank cashier's check, certified check or bid bond in the amount being ten percent (10%) of the total amount bid by of it's MAURO SEWER CONSTRUCTION, INC. 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 1 OTH DAY OF AUGUST $ 2020# SEAL (if corporation) $lit of VIP 1000�000 ra CONs AF 'Sill ,W* 0 CORPORATE 0 Z 2 4* SEAL /N 0 ."A -w 1990 6" 16 1A bi it 1 .71 • 5 MAURO SEWER CONSTRUCTION, INC., a r dim' �,�'�"", 00e oel 14 r -Cd Agent/ind- gent's Title d elelt SQUALE MAURO 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 ILLINOIS 4, 2020 Water Main Improvements 22 193 THE ATLANTIC SPECIALTY INSURANCE COMPANY w GUARANTEE 605 Highway 1 69 North, Suite 800 n Plymouth, Minnesota 55441 aOntarst, company Phone: 1-800-662-0156 www.onebeaconsurety.com Bid Bond CONTRACTOR: (Name, legal status and address) Mauro Sewer Construction, Inc. 1251 Redeker Road Des Plaines, IL. 60016 OWNER: (Name, legal status and address) Village of Mount Prospect 50 S. Emerson Street Mount Prospect, IL. 60056 BOND AMOUNT: Ten Percent of Amount Bid (110% of Bid) PROJECT: (Name, location or address and Project number, if any) 2020 Water Main Improvements Project SURETY: (Name, legal status and principal place of business) 111 Coln" A:fly egialtv''Itm 59 g 1, 6015 Highwaj0 . . . ... L I Notili C'39 Plyin,out"h, Minnesota 55441 This 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. 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 gives 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 remain in full force and effect. The Surety hereby waives 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 beyond 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 deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom 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. Signed and sealed this 10th day of August 2020 P � Mauro Sewer Construction, Inc. Princip�l�'(Seal) oel fflitness) ,.e Courtney Moli, Oper. Mgr,, V 000r; (Title) PaSquale M�,auro, President fla Mc Speciatty Insurance C=pany Courtney Moli, t z1a Pei, I 6 (Suraty) R,044 (Witness) Kieft, Oper. Mgr,., ,a, -in-Fact (Title), (Seal) James T11 Attorney The language in this document conforms exactly to the language used in AIA -Docu'jemsent A31 Os.-' Bid Bond 2010 edition. t,ower of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPA�NYY a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Gregory Cerniglia, Ronee Kieft, Donald J. Scott, James Tragos, each individually if there be more than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts ofindemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice-president (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds,, recognizances, contracts of indemnity, and all other wrngs obligatory in the nature thereof, and affix the seal of the Company thereto, and that the Authorized Officer may appoint and authorize an Attarney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney- in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attomey-in-Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seat where so used, being hereby adopted by the Company as the original signature Of Such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April, 2020. 1, 101*1 4,� A h 10 4 A 4; 111$ 0 Iq'I w i SE►'L I 1986 STATE OF MINNESOTA'.���;�'Pv yon � ��� Paul J. Brehm Senior Vice President HENNEPIN COUNTY On this twenty-seventh day of April, 2020, before me personally came Paul J. Brehm, Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duty sworn, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seat of said Company and that the said seat and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. T. Amok AI 11�1 Lz'ry Notary Public 15 the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing powerof attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 1 Oth day of UO St %400'kfl H 000"po 001 'I 'I ��4 : 4, 0" 1p 44 SEAL Ims A This Power of Attorney expires January 31, 2025 %10 A Kara Barrow, Secretary 195 w kqF-4 TrT JOB NAME OWNERIGUO"m 111' 7,TYPE OF WORK CONTRACT AMOUNT ...... .......... CONTACT LEYDEN TOWNSHIP VARIOUS . . . . . . . . ............. Joseph A. Petrungaro STREETS STORM SEWER & WATER STORM SEWER, 847-304-1441 MAIN IMPROVEMENTS LEYDEN TOWNSHIP mmmmmo"MR, WATER MAIN $1,410,847.00 josephpetrungaro @sbcglobal. net GREG SANDERS HUNTLEY WATER MAIN VILLAGE OF (847) 823-0500 REPLACEMENT (2019) HUNTLEY WATER MAIN $4291955.00 gsandersEebbel.com Martin Sobanski NORTHBROOK WATER MAIN VILLAGE OF 847/664-4118 IMPROVEMENTS (2019) NORTHBROOK . . . . . ........... WATER MAIN 79 $1111975.30 Martin.Sobanski ook.il.0 anorthbr s ,Mauro Sewer Co'llstruction.,, "Inc. 1251 Redeker Road, Des Plaines,, IL 60016 Phone.- (847) 803-20-33 Fax: (847) 803-2034 Belmont Bank & Trust Company (Maria Bobel) 1958 West Division Street 773-413-1351 Kubota Credit Corporation 4400 Amon Carter Blvd, Suite 100 Ft. Worth, TX 76155 888-465-8268 CNH Industrial Capital America P.O. Box 71264 Philadelphia, PA 19176 800-501-5711 0 40 ------- U X4 1 : �:► 1 JOB NAM OWNER/GC TYPE OF WO AMOUN AMUN CONTACT i PATRICK BLECK LAKE VILLA TOWNSHIP COLUMBIA LAKE VILLA (847) 295.5200 BAY STORMWATER IMPROVEMENTS TOWNSHIP STORM SEWER $288,876.50 www.blecken2.com JEFF CUTTONE SCHILLER PARK ROADWAY & WATER 630-458-1702 MAIN IMPROVEMENTS BROTHERS ASPHALT WATER MAIN $400,939.00 Jeff brothersas halt avin .com OPINION BRENT SCHROEDER BEACH PARK MFT STREET SCHROEDER 8151923-4380 MAINTENANCE ASPHALT STORM SEWER $52,824.00 bre nt schroederasphalt.com VILLAGE OF Harlan M. Doland ARLINGTON HEIGHTS WATER SYSTEM. ARLINGTON 847-833-1214 IMPROVEMENTS (2020) HEIGHTS WATER MAIN $3,264,58910 Harlan. M.Doland@ime2corp.com ROLLING MEADOWS SOUTH STREET Dan eveska & PLUM GROVE DRIVE WATER MAIN CITY OF ROLLING 847-953-0500 ext. 7022 REPLACEMENTS (2020) MEADOWS WATER MAIN $1,298,804.00 seveska cit rm.or • VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS Arl OWL ms mom Company Name.........: MAURO SEWER CONSTRUCTION, INC., Print Name ................ COURTNEY MOLINA I -.- PROJECT COORDINATOR ��,�.�..�.�...���.......�.... �, 07/30/2020 Date 0, 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, 131-1311--a- I FA11 111111111111, 1 `��j 111 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2020 WATER MAIN IMPROVEMENTS BIDDER hereby acknowledges receipt of Addendum No. 2 Company Name ........ MAURO SEWER CONSTRUCTION, INC. ............... By .............................. : "iWVQS v \A) UAIVA*j Print Name ................ : COURTNEY MOLINA Position/Title ............. PROJECT COORDINATOR Date ........................... r 08/05/2020 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 4 of 4