Loading...
HomeMy WebLinkAbout03/16/2021 Motion to accept bid for 2021 Sanitary Point Repair Project in an amount not to exceed $130,350Item Cover Page wubject Motion to accept bid for 2021 Sanitary Point Repair Project in an amount not to exceed $130,r3500 March • 2021 - REGULAR MEETING OF THE MOUNT - -IROSPECT VILLAGE BOARD - Is L 1010 wad! . scopeThis memorandum presents results of bids for sewer main spot repair work. The of work includes open cut excavation,,l • !e segments, installation of replacement pipe, backfilling, and pavement restoration. Generally, most sewer mains are rehabilitated utilizing the cured -in-place lining process (CIPP). However, the pipe segments included in this project have significant structural defects than can only be effectively repaired by excavating ?nd replacing the pipe. In addition, the pipe replacement work specified in this project requires unusually ,#eep excavation. All of the sites involve sewer replacement work at depths of 16'.a 21' feet. These depths exceed the capacity of Village -owned excavating and trench shoring ! Work locations are depicted in the attached job location maps. This year's project features four (4) point repairs. These projects were identified in by Public Works crews during closed-circuit television camera inspection of separate sanitary sewer pipes in 2020. 1 The planned improvements include a base bid and optional (alternate) work. The base ! • includes the replacementof ii linear feet of separate sanitary sewer in two (2) locations on West Sunset Road. It also includes the replacement of -ar feet of sanitary e twolocationson West Lincoln Street. The works also includes service line reinstatement as well as removal and replacement of curb, gutter, sidewalks, and driveway aprons. The optional works includes 280 linear feet of 10"' cured -in -place -pipe lining and 360 linear feet of 12" cured -in -place -pipe lining to be completed after the spot repairs are completed. To help secure qualified • . • •work,. & McDonnell of Downers Grove,• prepare plans,. • and bid documents necessaryto solicit competitivebids. •r of documents •; plans are attached; however, due to file size, a copy of the bid document is posted on the Village's Transparency and Fact Check portal; link to document (Sanitary Sewer Point Repairs Project bid document ). Bid Results The bid documents were sent to four (4) area firms who have experience witl� underground sanitary sewer projects. In addition,, the bid was publicly advertise' on ! website • DemandStar Demand • • services. On Wednesday, r .ry 24,, 2021 . non -mandatory pre-bid ! was held Villagewith four (4) contractors attending. One (1) addendum was issued following this On Monday,, March 1,, 2021,, the bids were publicly opened and read as required by code. The following four (4) firms submitted bids: Contractor Base Bid Alternate Total Performance X118,500 $40,400 $158,900 Construction Misfits Construction $167,1321 no bid $167,321 DiMeo Brothers $174,352 $48,800 $223,152 Mauro Sewer $253,680 $36,160 $289,840 Construction liq 2 required by the contract documents. The bids were checked for accuracy. There were no errors. The bidders submitted all required documents, acknowledged the addendum and correctly signed their bid and bid bond. Discussion Performance Construction Engineering,, , Illinois Construction) i ive bid. A copy of the firm-si submittalis attached. Performance Construction has not worked for the Village in the past. However, reference checks indicate the firm is qualified and equipped to successfully complete this project. Notably,Performance Construction- • -r a project f• of Batavia that included separating a combined sewer system into storm and sanitary components. This project involved expansive excavations that took place in a well-established, older neighborhood near downtown Batavia. Additionally,,2020, the firm completedpoint repairproject for Villagethe of -n Ellyn with a similar scope of • to this proposed r • IllinoisReference checks indicate that the firm satisfactorily completed all work on time Rnd under budget. Consequently,, staff is confident that Performance Construction can successfully perform specified work at the bid price indicated. The Village currently has a CIPP contract with Hoerr Construction of Goodfield, •r 2021. Hoerr• •n"s unit cost for1 '' is $32.00 less per contract.linear foot than Performance Construction"s unit cost. Also, Hoerr Construction's unit cost for 12"' CIPP is $23-00 less per linear foot than Performance Construction. Staff recommends eliminating the alternate bid work for CIPP and including the two (2) pipe segments on Hoerr Construction 2021 CIPP project Since the project includes underground work, there is a possibility of unforeseen repairs. Staff is requesting a 10% contingency ($11,850) to address any of these unforeseen issues should they arise. A 10% contingency would bring the project .?ward total to $130,350 (the $118,500 base bid plus the 10% contingency of $11f850). cost,Alternatives 1. Accept lowest responsive bidi i Repairs. 2. Action i ion of the Village Board. 3 Staff recommends that the Village Board • the lowest responsible bid submitted by Performance Construction & Engineering LLC of Plano,, Illinois tit, construct the 2021 Sanitary Sewer Point Repair Project for an amount not to exceed $130,,350. ATTACH M E NTS: West Sunset Rd Location Map.pdf 130605SS Point Repairs Plans - IFB.pdf Addendum No 1 Sanitary Point Repair. pdf West Lincoln Street Location Map. pdf Performance—Construction Engineering financials redacted.pdf Vi//age of Mount Prospect GIS This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be WGS_1984_Web _Mercator Auxiliary_Sphere accurate, current, or otherwise reliable. © Village of Mount Prospect, IL THIS MAP IS NOT TO BE USED FOR NAVIGATION Legend Notes This map was automatically generated using Geocortex Essentials 3/3/2021 V Municipal Building Corporate Boundary IL American Manhole MWRD Structure EE Relief Station Separate Sanitary Sewer Man1 VOMP PRIVATE MWRD IL American Sanitary Main Separate Sanitary Sewer Main VOMP PRIVATE MWRD Building Footprint Hydrology LNWCD 16_DeliveryO.Tl F Red: Band -1 Green: Band -2 Blue: Band -3 Notes This map was automatically generated using Geocortex Essentials 3/3/2021 V VILLAGE OF MOUNT PROSPECT Contract Drawings GENERAL DRAWINGS DWG. NO. G001 COVER -INDEX G002 GENERAL NOTES, LEGEND, ABBREVIATIONS CIVIL DRAWINGS DWG. NO. C001 W LINCOLN STREET PLAN C002 W SUNSET ROAD PLAN C101 TYPICAL DETAILS C102 TYPICAL DETAILS 1 • dateby • description 1 ��m a 't SANITARY SEWER POINT REPAIRS MOUNT PROSPECT, ILLINOIS JO WESS STEVENSDN VANNEBALO BDCNE MC HENRY UXE CARROLL OGLE DE NAIB KANE .77COOK WHRESDE EE IO NMLL ROCK ISLAND HENRY BUREAU M9LL U SALLE CRUNOI MERCER PUTMN STARK KANKANE N4SHALL KNOX IMNGSDJN WARREN PWRM WDODWT✓D a IRDDuas NO DONOUGH MILTON TAZDNELL NO WV! FORD HANCOCK WSON O SCHL R DE wm LOM BE VIItMIUON ADAMS BRONN CASS MENARD PAU NACON NORM SANGALADN DOUGLAS PIKE SCOU MOULTRIE EDGAR CHRISM COLE CREME SHELBY LLACOUPIN CLARK CVMBEPoANO JERSEY UYERE EFFlNEW JASPER CR ORD BOND VADISON CLAY RCHLWD IAWIENCE WMON MARION 9. CWR WA1NE g WASHINGTON JEFFERSON NONROE RANDOLPH PERHV HAMILTON WHITE FRANKLIN JACKSON WILLLANSON SALINE GAlUON HARBIN UNIDN JOHNSDN POPE PUTABKI MASSRC M LOCATION OF PROJECT INDICATED THUS: — 0N!`1 "n'1 8� sas . XP RE , ` R F S a0 IN F OF no's Claus Dunkelberg Civil Engineer 062-039590 EXP: 11/30/2021 Cover Sheet 1 of 6 GENERAL NOTES 1. THE VILLAGE OF MOUNT PROSPECT SHALL BE NOTIFIED AT LEAST SEVEN (7) WORKING DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION AND 72 HOURS PRIOR TO DEMOLITION WORK. 2. ALL UTILITY OWNERS INCLUDING THE VILLAGE, SHALL BE CONTACTED AND THEIR FACILITIES SHALL BE LOCATED PRIOR TO THE COMMENCEMENT OF ANY SUBSURFACE WORK. UTILITY LOCATIONS SHOWN HEREIN ARE FOR GRAPHIC ILLUSTRATION ONLY AND ARE NOT TO BE RELIED UPON. REPAIR OF ANY DAMAGE TO EXISTING FACILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. EXISTING UTILITIES, BOTH PUBLIC AND PRIVATE, ARE SHOWN ON THE DRAWINGS ACCORDING TO AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATION IN THE FIELD OF THESE UTILITY LINES AND THE PROTECTION OF THEM FROM DAMAGE DUE TO CONSTRUCTION OPERATIONS. IF EXISTING UTILITY LINES OF ANY NATURE ARE ENCOUNTERED WHICH CONFLICT WITH NEW CONSTRUCTION, THE CONTRACTOR SHALL NOTIFY THE OWNER'S REPRESENTATIVE IMMEDIATELY SO THAT THE CONFLICT MAY BE RESOLVED. 3. THE CONTRACTOR SHALL MAKE ARRANGEMENTS FOR THE PROPER BRACING, SHORING AND OTHER REQUIRED PROTECTION OF ALL UTILITIES BEFORE CONSTRUCTION BEGINS. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO THE UTILITIES AND ASSOCIATED STRUCTURES AND SHALL MAKE REPAIRS AS NECESSARY TO THE SATISFACTION OF THE UTILITY OWNER. 4. EXCEPT WHERE MODIFIED BY THE CONTRACT DOCUMENTS, ALL WORK PROPOSED HEREIN SHALL BE IN ACCORDANCE WITH THE FOLLOWING SPECIFICATIONS, WHICH ARE HEREBY MADE A PART HEREOF: (A) "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION IN ILLINOIS," AS PREPARED BY IDOT, LATEST EDITION. (B) "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS," LATEST EDITION. (C) "ILLINOIS RECOMMENDED STANDARDS FOR SEWAGE WORKS," AS PUBLISHED BY THE IEPA, LATEST EDITION. 5. THE STANDARD SPECIFICATIONS LISTED ON THESE CONSTRUCTION DRAWINGS AND SUBSEQUENT DETAILS ARE ALL TO BE CONSIDERED AS PART OF THE CONTRACT DOCUMENTS. INCIDENTAL ITEMS OR ACCESSORIES NECESSARY TO COMPLETE THIS WORK MAY NOT BE SPECIFICALLY NOTED BUT ARE TO BE CONSIDERED A PART OF THE CONTRACT. 6. NO DRAWINGS SHALL BE USED FOR CONSTRUCTION UNLESS SPECIFICALLY MARKED FOR CONSTRUCTION'. PRIOR TO COMMENCEMENT OF CONSTRUCTION, THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS AFFECTING THEIR WORK WITH THE ACTUAL CONDITIONS AT THE JOB SITE. IF THERE ARE ANY DISCREPANCIES FROM WHAT IS SHOWN ON THE CONSTRUCTION DRAWINGS, CONTRACTOR MUST IMMEDIATELY REPORT SAME TO THE OWNER'S REPRESENTATIVE BEFORE DOING ANY WORK, OTHERWISE THE CONTRACTOR ASSUMES FULL RESPONSIBILITY. IN THE EVENT OF DISAGREEMENT BETWEEN THE CONSTRUCTION DRAWINGS, STANDARD SPECIFICATIONS AND/OR SPECIAL DETAILS, THE CONTRACTOR SHALL SECURE WRITTEN INSTRUCTIONS FROM THE ENGINEER PRIOR TO PROCEEDING WITH ANY PART OF THE WORK AFFECTED BY OMISSIONS OR DISCREPANCIES. FAILING TO SECURE SUCH INSTRUCTION, THE CONTRACTOR WILL BE CONSIDERED TO HAVE PROCEEDED AT ITS OWN RISK AND EXPENSE. 7. CONSTRUCTION INGRESS -EGRESS SHALL BE CONFINED TO DEFINED UTILITY EASEMENTS, TEMPORARY CONSTRUCTION EASEMENTS AND PUBLIC ROADWAYS. CONSTRUCTION EXITS SHALL BE CLEANED DAILY AS NEEDED TO PREVENT THE SPREAD OF MUD OR DEBRIS ON THE EXISTING PAVEMENTS. MUD AND DEBRIS SHALL BE CLEARED FROM THE PAVEMENTS WHENEVER IT OCCURS AND AS REQUIRED BY THE VILLAGE OR ROADWAY AUTHORITY. THIS WORK SHALL BE CONSIDERED INCLUDED IN THE CONTRACT. 8. WHENEVER DURING CONSTRUCTION OPERATIONS, ANY LOOSE MATERIAL IS DEPOSITED IN THE FLOW LINE OF GUTTERS, DRAINAGE STRUCTURES, DITCHES, ETC. SUCH THAT THE NATURAL FLOW LINE OF WATER IS OBSTRUCTED, THIS LOOSE MATERIAL SHALL BE REMOVED AT THE CLOSE OF EACH WORKING DAY BY THE RESPONSIBLE PARTY. AT THE CONCLUSION OF CONSTRUCTION OPERATIONS, ALL DRAINAGE STRUCTURES AND FLOW LINES SHALL BE FREE FROM DIRT AND DEBRIS. THIS WORK SHALL BE CONSIDERED INCLUDED IN THE CONTRACT. 9. CONTRACTOR TO PROVIDE DUST CONTROL MEASURES TO PREVENT TRAFFIC HAZARDS OR THE DISCOMFORT OF PERSONS DOWN WIND. THE ONLY ACCEPTABLE METHODS WILL BE MECHANICAL SWEEPING OR WATERING WITH CALCIUM CHLORIDE. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE INSTALLATION AND MAINTENANCE OF ADEQUATE SIGNS, TRAFFIC CONTROL DEVICES, AND WARNING DEVICES TO INFORM AND PROTECT THE PUBLIC DURING ALL PHASES OF CONSTRUCTION. BARRICADES AND WARNING SIGNS SHALL BE PROVIDED IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATIONS. ALL TRAFFIC CONTROL WORK SHALL BE DONE IN ACCORDANCE WITH THE I.D.O.T. "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES." MATERIAL SHALL NOT BE PLACED OR DUMPED ON STREETS OR SIDEWALKS. 11. ALL EXISTING TRAFFIC SIGNS, STREET SIGNS, ETC., WHICH INTERFERE WITH CONSTRUCTION OPERATIONS AND ARE NOT NOTED FOR REMOVAL OR DISPOSAL SHALL BE REMOVED AND RESET BY THE CONTRACTOR AT LOCATIONS AS DESIGNATED BY THE OWNER'S REPRESENTATIVE. DAMAGE TO THESE ITEMS SHALL BE REPAIRED BY THE CONTRACTOR AT HIS OWN EXPENSE. THIS WORK SHALL BE CONSIDERED INCLUDED IN THE CONTRACT. 12. ALL PERMANENT TYPE PAVEMENTS OR OTHER PERMANENT IMPROVEMENTS THAT ARE REQUIRED TO BE REMOVED TO FACILITATE INSTALLATION OF THE IMPROVEMENT OR WHICH ABUT THE PROPOSED IMPROVEMENT SHALL BE SAW CUT AS DIRECTED PRIOR TO REMOVAL. ALL ITEMS SO REMOVED SHALL BE REPLACED WITH SIMILAR CONSTRUCTION MATERIALS TO THEIR ORIGINAL CONDITION OR BETTER. ANY DAMAGE TO FACILITIES DESIGNATED TO REMAIN SHALL BE REPAIRED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. 13. REMOVED PAVEMENT, SIDEWALK, CURB AND GUTTER, ETC. SHALL BE DISPOSED OF OFFSITE BY THE CONTRACTOR AT ITS OWN EXPENSE AND SHALL BE CONSIDERED INCLUDED IN THE CONTRACT UNLESS OTHERWISE SPECIFIED IN CONTRACT DOCUMENTS. 14. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO REMOVE ANY AND ALL MATERIALS, DEBRIS AND EQUIPMENT WHICH RESULT FROM CONSTRUCTION OPERATIONS FROM THE SITE AND DISPOSE OF IT IN ACCORDANCE WITH ALL FEDERAL, STATE AND LOCAL REQUIREMENTS AT NO ADDITIONAL EXPENSE TO THE OWNER. 15. THE ENGINEER AND OWNER ARE NOT RESPONSIBLE FOR THE CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES OR PROCEDURES, TIME OF PERFORMANCE, PROGRAMS OR FOR ANY SAFETY PRECAUTIONS USED BY THE CONTRACTOR. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR EXECUTION OF THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND SPECIFICATIONS. GENERAL NOTES (CONTINUED) 16. THE CONTRACTOR SHALL KEEP A SET OF "APPROVED" CONSTRUCTION DRAWINGS ON THE JOB SITE, AND SHALL MAINTAIN (AS INDICATED HEREIN AND ELSEWHERE WITHIN THESE CONSTRUCTION NOTES, SPECIFICATIONS, AND DRAWINGS) A LEGIBLE RECORD ON SAID DRAWINGS OF ANY UNANTICIPATED UTILITIES ENCOUNTERED, ANY MODIFICATIONS/ALTERATIONS TO ALIGNMENT AND/OR TO DRAWINGS AND SPECIFICATIONS OF PROPOSED IMPROVEMENTS, ETC. UPON COMPLETION OF THE CONTRACTOR'S WORK, SAID DRAWINGS AND INFORMATION SHALL BE PROVIDED TO OWNER'S REPRESENTATIVE. 17. CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTION SURVEY AND STAKEOUT. 18. CONTRACTOR SHALL COORDINATE PROTECTION OF OVERHEAD UTILITY CONTRACTORS AND CONTRACTOR'S PERSONNEL AND EQUIPMENT PRIOR TO PROCEEDING WITH WORK AT THE SITE. 19. BEFORE STARTING ANY EXCAVATION, THE CONTRACTOR SHALL CALL "JULIE" AT 1-800-892-0123 FOR FIELDLOCATIONS OF ALL BURIED UTILITIES (48 HOURS NOTIFICATION IS REQUIRED). 20. THE ENGINEER WILL PERFORM A PRE -CONSTRUCTION VIDEOTAPING OF THE PROJECT SITE AND SURROUNDING AREA. THE CONTRACTOR WILL BE GIVEN THE OPTION OF BEING PRESENT DURING THE VIDEOTAPING. AN AGREEMENT STATING THAT THE CONTRACTOR APPROVES OF THE CONTENT OF THE VIDEOTAPES/CD SHALL BE SIGNED BEFORE CONSTRUCTION CAN BE INITIATED. THIS WORK SHALL BE CONSIDERED INCLUDED IN THE CONTRACT. 21. THE CONTRACTOR SHALL USE INLET FILTER BASKETS FOR THE PROTECTION OF ALL STORM INLETS AND CATCH BASINS WITHIN OR DOWNSTREAM OF THE PROJECT LIMITS. INLET FILTER BASKETS SHALL BE MAINTAINED THROUGHOUT CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. 22. WATER REQUIRED FOR CONSTRUCTION OPERATIONS MAY BE OBTAINED FROM VILLAGE FIRE HYDRANTS IN THE AREA. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING A WATER METER AND BACKFLOW PREVENTER FROM THE VILLAGE AND PURCHASING WATER AT THE APPLICABLE RATES. 23. THE CONTRACTOR SHALL BE REQUIRED TO PROVIDE PORTABLE SANITARY FACILITIES FOR THEIR USE THROUGHOUT THE DURATION OF THE PROJECT AT NO ADDITIONAL COST TO THE OWNER. FACILITY LOCATIONS MUST BE APPROVED BY THE VILLAGE. 24. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY ALL DIMENSIONS AND CONDITIONS EXISTING IN THE FIELD PRIOR TO ORDERING MATERIALS OR BEGINNING CONSTRUCTION OPERATIONS. 25. ALL DISTURBED GRASS AREAS SHALL BE RESTORED WITH SOD AS SPECIFIED. 26. ALL PARKWAY TREES ARE TO BE PRESERVED UNLESS THE VILLAGE HAS SPECIFICALLY AUTHORIZED THEIR REMOVAL. 27. ALL PARKWAY TREES MUST BE PROTECTED IN ACCORDANCE WITH THE VILLAGE'S TREE PROTECTION STANDARDS, AS WELL AS THE DETAIL INCLUDED IN THESE PLANS 28. 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. 28.1. 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). 28.2. 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. BUFFALO BOX CATCH BASIN CURB INLET DOWN GUY ELECTRIC METER ELECTRIC OUTLET ELECTRIC RISER FIRE HYDRANT FLARED END SECTION GAS VALVE LIGHT MANHOLE SANITARY MANHOLE SIGN STORM MANHOLE TELEPHONE MANHOLE TELEPHONE RISER UTILITY POLE VALVE VAULT WATER SHUT-OFF WATER VALVE YARD LIGHT — wE— ELECTRIC LINE ■ FENCE ----------- GAS LINE GUARDRAIL W— OVERHEAD UTILITIES ------------- STORM SEWER --- —----- ---- SANITARY FORCE MAIN ------------- SANITARY SEWER ----------- TELEPHONE LINE TREE PROTECTION FENCING ---- -.--- -» --- =.- WATER LINE ® PAVEMENT REMOVAL DRIVEWAY REMOVAL IDOT SIDEWALK REMOVAL _ CURB AND GUTTER REMOVAL INLET INVERT SODDING, SALT TOLERANT description m�m •--. ISSUE FOR BID BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 LICENSEE NO. 184.001310 FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C. DUNKELBERG ;lSonrn �'mspecz Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS GENERAL NOTES, LEGEND, AND ABBREVIATIONS project I contract 130605 drawing rev. G002 0 file 122927 GENERAL SHEETS.DWG ABBREVIATIONS B/ BOTTOM OF IDOT ILLINOIS DEPARTMENT OF TRANSPORTATION C CONDUIT CB CATCH BASIN IN INV INLET INVERT CL CENTERLINE CL FR & LID CLOSED FRAME AND LID LF MH LINEAR FEET MANHOLE DIA DIAMETER 0 DIAMETER NTS OD NOT TO SCALE OUTSIDE DIAMETER DIP DUCTILE IRON PIPE RCP REINFORCED CONCRETE PIPE EL ELEVATION ROW RIGHT OF WAY EX EXISTING FA FINE AGGREGATE SCH SDR SCHEDULE STANDARD DIMENSION RATIO FF FINISHED FLOOR STA STATION HDPE HIGH DENSITY POLYETHYLENE T/ ID INSIDE DIAMETER TYP TOP OF TYPICAL description m�m •--. ISSUE FOR BID BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 LICENSEE NO. 184.001310 FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C. DUNKELBERG ;lSonrn �'mspecz Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS GENERAL NOTES, LEGEND, AND ABBREVIATIONS project I contract 130605 drawing rev. G002 0 file 122927 GENERAL SHEETS.DWG MANHOLE 03S32 STATION 0+00 APPROX. DEPTH 19'2" W LINCOLN STREET Replacement Location Point Station Length (LF) A 0+35 33 B 0+68 C 1+21 50 D 1+71 TREE PROTECTION NOTES: 1. EXISTING SANITARY SEWER IS 12 -INCH VITRIFIED CLAY PIPE. 2. STATIONS ARE MEASURED FROM THE OUTSIDE WALL OF MH 03S32. 3. LOCATION OF EXISTING UTILITIES IS APPROXIMATE AND SHOULD BE VERIFIED IN THE FIELD. TREE PROTECTION co no.I date I by I ckd I description 0 102/16/211 EEP I CD I ISSUE FOR BID 0 10' 20' SCALE IN FEET ISSUE FOR BID G BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 H LICENSEE NO. 184.001310 date detailed FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C. DUNKELBERG ;lSonrn J'mspecz )a/ I Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS W LINCOLN STREET J PLAN VIEW project I contract 130605 drawing rev. C001 0 file C001 SS POINT REPAIRS.DWG TREE REMOVED BY VILLAGE FORESTRY DEPARTMENT MANHOLE 27S13 STATION 0+00 APPROX. DEPTH 12' W SUNSET ROAD 10 Replacement Location Point Station Length (LF) A 0+52 26 B 0+78 C 2+18 \\ 62 D 2+80 9 10 11 12 13 14 O1 '' no.l date I by I ckd I description 0 02/16/21 EEP CD ISSUE FOR BID \\ MANHOLE 27.14 STATION 2+80 APPROX. DEPTH 13' A 10, 4 -FOOT SIDEWALK REMOVE AND REPLACE, 15 LF CURB AND GUTTER REMOVE AND REPLACE, 62 LF TREE PROTECTIO NOTES: 1. EXISTING SANITARY SEWER IS 10 -INCH VITRIFIED CLAY PIPE. 2. STATIONS ARE MEASURED FROM THE OUTSIDE WALL OF MH 27513. 3. LOCATION OF EXISTING UTILITIES IS APPROXIMATE AND SHOULD BE VERIFIED IN THE FIELD. TREE REMOVED BY VILLAGE FORESTRY DEPARTMENT 0 10' 20' SCALE IN FEET ISSUE FOR BID G BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 H LICENSEE NO. 184.001310 date detailed FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C. DUNKELBERG ;lSonrn I'mspecz )a/ I Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS W SUNSET ROAD J PLAN VIEW project I contract 130605 drawing rev. C002 0 file C001 SS POINT REPAIRS.DWG 6" P.C.C. DRIVEWAY 2" BITUMINOUS GONG. SURFACE PAVEMENT COURSE MIXTURE C, CLASS 1, TYPE 3 2'AGGREG E 8" AGGREGATE BASE ASE COURSE CA -6 COURSE CA -6 CONCRETE DRIVEWAY ASPHALT DRIVEWAY DRIVEWAY CONSTRUCTION I SIDEWALK JOINTS 5'TYP. 1/2" EXPANSION JOIN (SEE SECTION ABOVE) BARRIER CURB AND GUTTER (DEPRESS ACROSS DRIVEWAY) MAX. TWIDER THAN DRIVEWAY @ PROPERTY LINE NOTES: 1. SIDEWALKS MUST HAVE A PLAIN BROOM FINISH. Village of Mount Prospect 2. NO WIRE MESH ALLOWED IN SIDEWALKS AND APRON. 3. SIDEWALK SHALL BE 6" THICK THRU DRIVEWAY AND 5" THICK IN Public Works Department ALL OTHER AREAS IN R.Q.W. 1700 W. Central Rd. 4. MAXIMUM DRIVEWAY WIDTH ON PRIVATE PROPERTY SHALL BE DETERMINED BY VILLAGE CODE: 142215 RESIDENTIAL DRIVEWAY APRON DETAIL DRIVEWAY APPROACH PER VILLAGE CODE SECTION: 16.306 SIDEWALK IN R.O.W. PER VILLAGE CODE SECTION: 16.307 Last Revised: 8-09 HAEngin..ring',R.f..nce,Det.iW,Vill.geStandardslRESIDENTIAL DRIVEWAY APRON DETAIL,dwg PROPERTY LINE 01 SIDEWALK FENCE AT DRIP LINE (CRITICAL ROOT ZDNE) UNLESS SPECIFICALLY EXEMPTED IN WRITING TREE PROTECTION FENCE STREET `r-- - \'( NINiMIai �cPARATtrsa TREE DIAMETER D 4W ABOVE GROUND <7 11. 3-4- 21. : 0-14' 11' 5-19, 11 >19- 15, DRIP DKIP MINIMUM 6- FROM TIE LINE I— TREE TO NEW PAVEMENT .D= MINIMUM REQUIRED DISTANCE BETWEEN EXCAVATION PAVM, ETC. AND CENTER OF TREE. MINIMUM REQUIRED SEPARATION NINIMM REQUIRED SEPARATION —CRITICAL ROUT ZONE Village of Mount Prospect Public Works Department 1700 W Central Rd TREE PROTECTION DETAIL Scale: None Last Revised: 4-12 HAEnqhee,inq\Refe ncekDetaitslVillaqeStandads;TREE PROTECTION DETAIL,dwq 1" 6" SLOPE FT PAVEMENT PAVEMENT-� 12* 7"� IS. T 4' 2 t T 4" _10'MIN. t #4 REBAR CONTINUOUS 3 RE #4 CONTINUOUS BETWEEN EXPANSION REBAR -nVFEN EXPANSION RE A JOINTS JOINTS DEPRESSED CURB BARRIER CURB TYPE B-6.12 SLOPE 3" ' ' FT PAVEMENT 12" 7' PAVEMENT 4" PAVEMENT -\2 7"'•T --T 3" #4 REBAR CONTINUOUS �t T 12" MIN, t #4 REBAR CONTINUOUS BETWEEN EXPANSION I N ' 3" j BETWEEN EXPANSION JOINTS JOINTS J t 31, #4 REBAR CONTINUOUS ROLL CURB BETWEEN EXPANSION 3"�l JOINTS :'I'DIA. SMOOTH 18, PINCHED CAP TO ALLOW 1 DEPRESSED CURB (TYPE B) BARRIER CURB (TYPE B) BAR LUBRICATED FOR 1" EXPANSION NOTES: 1. T= PAVEMENT THICKNESS. T L ALL CURB AND GUTTER TO BE INSTALLED ON 4" COMPACTED STONE BEDDING. 3- REBAR CONTINUOUS 3. EXPANSION JOINTS SHALL BE DOWELED AND SPACED 60' ON CENTER, BETWEEN EXPANSION JOINTS AT ALL TANGENT POINTS OF RADIUS, 5" EITHER SIDE OF ALL UTILITY STRUCTURES AND BETWEEN NEW AND EXISTING CURB. Village of Mount Prospect 4. EXPANSION JOINT MATERIAL SHALL BE PLACED BEHIND ALL CURB ABUTTING CONCRETE PAVEMENT OR SIDEWALK. Public Works Department 1700 W. Central Rd. 5CONTROL JOINTS SHALL BE SAW CUT A MINIMUM OF 1 Y2" AT 15' ON CENTER. CURB AND GUTTER DETAIL Last Revised: 8-09 HAEngineering'.RefemneeDetaiWVillageStandar<JsXCURB AND GUTTER DETAIL.dwg SADDLETEE SERVICE LATERAL INSTALLED ADHESIVE SEALANT (SIKAFLEX I I FC) OVER CORED HOLE (SHALL ADHERE TO HOST PIPE) 6" MIN. 6" MIN. A. MIN A — — — — — — — — — — — — — — — — — — — — — — — — ENCASE CONNECTION IN 6" MIN. CEMENT STABILIZED SAND STAINLESS STEEL DOUBLE STRAP BANDS NOTES: 1. USING A CIRCULAR SAW FITTED WITH A DIAMOND BLADE, CAREFULLY CORE THE HOST PIPE MAKING A HOLE TO ACCEPT THE STUB OUT PROTRUDING FROM THE UNDERSIDE OF THE SADDLE. A FERNCO FLEXIBLE TAP SADDLE SHALL BE INSTALLED OVER THE CUT OUT. 2. IF THE MAIN LINE SEWER IS CRACKED OR DAMAGED, THE CONTRACTOR IS RESPONSIBLE FOR REPLACING UP TO 5 FT. OF MAIN LINE SEWER ON EITHER SIDE OF THE TAP. IF NO GOOD HOST PIPE CAN BE FOUND UP TO 5 FT. FROM THE TAP. THE VILLAGE MUST BE NOTIFIED, 1 THE CUT OUT HOLE SECTION SHALL BE COATED WITH SIKAFLEX 11 PC WHICH WILL CURE AT AMBIENT TEMPERATURE. 4. STRAP ON THE SADDLE USING A STAINLESS STEEL BAND ON EACH SIDE OF THE SADDLE, TIGHTEN THE BANDS TO PRODUCE A WATERTIGHT SEAL OF THE SADDLE GASKET TO THE HOST PIPE. Village of Mount Prospect 5. ENCASE THE ENTIRE SERVICE CONNECTION IN CEMENT STABILIZED SAND AS SHOWN ON DRAWING, Public Works Department A MINIMUM OF 6" BELOW. ABOVE. AND TO THE SIDES OF THE PIPE. 1700 IN Central Rd SERVICE CONNECTION TO MAIN LINE SEWER DETAIL Scale: None I Last Revised: 8-09 H:\E,gineeHng\Reference',DetallsiVillageSt ndards\SERVICE CONNECTION TO MAIN LINE SEWER DETAIL,dwg 11 12 13 14 GALVANIZED STEEL FRAMEA,,, OVERFLOW FEATURE HANDLES FOR EASY REMOVAL POLYESTER M REINFORCEME (OUTER LAYEF NOTE: INSTALL TEMPORARY FILTER BASKET IN ALL REMOVE AFTER FINAL PAVING HAS BEEN COMPLETED. NOT TO SCALE INLESS STEEL BAND VIMED INTO BAG) IROPYLENE Z FABRIC ZLAYER) no.1 date I by I ckd I description 0 102/16/211 EEP I CD I ISSUE FOR BID ISSUE FOR BID G 1�,BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 H LICENSEE NO. 184.001310 date detailed FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C.DUNKELBERG )a/ I Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS TYPICAL DETAILS project 130605 contract drawing rev. C101 0 sheet 5 of 6 sheets file 122927—DETAILS.DWG GRASS AREAS PAVED AREAS 1B O 12" O O NOTES: GRASS AREAS IN R.O.W. MUST BE RESTORED WITH 4" OF TOP SOIL AND SOD SEE PAVEMENT RESTORATION DETAIL FOR PATCHING REQUIREMENTS UNDER GRASS LIFTS AREAS BACKFILL WITH EXCAVATED MATERIAL PLACED AND COMPACTED IN 12" UNDER, AND MATERIAL WITHIN 2' OF PAVEMENT, CURB & GUTTER, AND SIDEWALK, BACKFILL WITH CA -6 IN 9" LIFTS COMPACTED TO 95% MAX. DENSITY G) CA -11 STONE BACKFILL PLACED AND COMPACTED IN 6" LIFTS (4� CA -11 STONE BUT NO LESS BEDDING. MINIMUM THICKNESS = 1 14 OF THE OUTSIDE DIAMETER OF THE PIPE, THAN 4" O UNSUITABLE REPLACED MATERIAL TO BE REMOVED AT THE DIRECTION OF VILLAGE ENGINEER, AND WITH COMPACTED CA -11 STONE THE TRENCH WIDTH SHALL BE AT LEAST 18" WIDER THAN THE OUTSIDE DIAMETER OF THE PIPE Village of Mount Prospect Public Works Department 1700 W. Central Rd. TRENCH SECTION DETAIL Last Revised: 8-09 H,'IEngineerinMReference\DetailskVillageStandards,TRENCH SECTION DETAIL dwg no.1 date I by I ckd I description 0 102/16/211 EEP I CD I ISSUE FOR BID ISSUE FOR BID G 1�,BURNS N&ME-DONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 H LICENSEE NO. 184.001310 date detailed FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C.DUNKELBERG )a/ I Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS TYPICAL DETAILS project 130605 contract drawing rev. C101 0 sheet 5 of 6 sheets file 122927—DETAILS.DWG 1.66" MIN. 235'MAX TRUNCATED DOME > O Z 0.4" LD ___I F-- SQUARE PATTERN TRUNCATED DOME DETAIL DETECTABLE WARNING DETAIL N.T.S. PRECAST ADA PANEL(S) SIDEWALK PRECAST ADA AS APPROVED BY THE I AS APPROVED WIDTH VILLAGE ENGINEER NOTES: 1. THE MAXIMUM SLOPE OF THE SIDE FLARE FOR TYPE B RAMPS SHALL BE 1:10. HOWEVER, IF THE WIDTH OF THE LANDING AREA BETWEEN THE TOP OF THE RAMP AND AN OBSTRUCTION IS LESS THAN 4'-0" THEN THE MAXIMUM SLOPE SHALL BE 1:12. 2ALL SLOPE RATIOS ARE EXPRESSED AS UNITS OF VERTICAL DISPLACEMENT TO UNIT OF HORIZONTAL DISPLACEMENT (VR). IF STANDARD 6' CURB IS USED: SIDE FLARES WILL BE 5' IN WIDTH AND RAMP WILL BE SIN DEPTH PANEL(S) BY THE RAMP WIDTH VILLAGE ENGINEER FLARE 6"MINSIDE FLARE TYPE B 36'MIN SIDE TYPE A Village of Mount Prospect Public Works Department 1700 W. Central Rd. ADA RAMP DETAIL Last Revised: 8-09 H.%Enginee6ng',R.f.,...WDetails\VillageStandardVADA RAMP DETAIL.dwg NOTES 9. 10 CHIMNEY SEAL (SEE NOTE #7) NOTE 3 2'-D' I ECCENTRIC GONE SECTION T STEPS REINFORCED PRECAST _DCT T CONCRETE SECTIONS ', i 3;, , i MINIMUM REQUIREMENTS fia-1 45- 1 s D (NOTE 8) BOOTED INOUT (NOTE 6j NOTE I BENCH TO BE PREPOURED COMPACTED 4"CA-1 I STONE Z NOTES: 1, PRECAST SECTIONS SHALL BEJOINED WITH TONGUE AND GROOVE JOINTS SEALED WITH TWO f2 STRIPS BUTYL RUBBER. 2. PRECAST CONCRETE BARREL SECTION ASTM C-478AND ASTM C-443. 3, PRECAST CONCRETE RING CONSTRUCTION ASTM 0-478-64T ADJUSTMENT TO 12" MAXIMUM, USING THE MINIMUM NEEDED TO ACHIEVE THE DESIRED ELEVATION -3 RINGS MAXIMUM, RUBBER NOISE RINGS SHALL BE USED IN ALL TRAFFIC AREAS. ,L STEPS SHALL BE EMBEDDED INTO WALLA MINIMUM CPS INCHESAND SHALL BE STEEL REINFORCED POLYURETHANE STEPS (12 - WIDE) AND 12" BETWEEN EACH STEP. 5 FOR OPTIONAL PRECAST CONCRETE FLAT SLAB TOP REFER TO IDOT STANDARD 602601 6. A FACTORY INSTALLED 'RUBBER BOOT SEAL" SHALL BE PRECAST INTO MANHOLES AT ALL PIPE OPENINGS (SANITARY ONLY) ASTM C923 7. FOR ALL RENOVATEDNEW MANHOLES. USE EITHER THE CRETEX INTERNALEXTERNAL CHIMNEY SEAL OR THE ADAPTOR INC. EXTERNAL CHIMNEY SEAL. 3, MINIMUM DIAMETER (D) SHALL BE AS FOLLOWS 48" FOR 8" - 18" PIPE 60, FOR 21"- 36" PIPE 72"FOR 39'-60'PIPE 9 APPROVED MANUFACTURERS PRODUCT NUMBERS: - PAVED AREAS (SOLID LID! EAST JORDAN 1050, EXTRA HEAVY DUTY, TYPE A SOLID COVER NON -PAVED AREAS (SOLID LID): EAST JORDAN 1050, MEDIUM DUTY, TYPE A SOLID COVER 10.ADDITIONAL DETAILS FOR SANITARY FRAMES AND LIDS -FRAMESAND COVERS FOR MANHOLES LOCATED WITHIN FLOODPLAIN AREAS AND HAVING A RIM ELEVATION BELOW THE FLOOD PROTECTION ELEVATION SHALL BE WATER TIGHT. LOOK TYPE COVERS- NEENAH NO. R-1 755-6 OR APPROVED EQUAL, ALL SANITARY LIDS MUST BEGASKET TYPE WITH CONCEALED PICKHOLES. _ SOLID LIDS FOR VILLAGE OWNED STRUCTURES MUST HAVE THE WORDS "VILLAGE OF MOUNT PROSPECT' AND HAVE THE NAME OF THE UTILITY 'SANITARY) CAST INTO THE LID Village of Mount Prospect Public Works Department 1700 W. Central Rd. SANITARY MANHOLE DETAIL Last Revised: 8-09 H:',Engineering'Refemnce'Detaits,VillageStandarcW,SANITARY MANHOLE DETAIL.dwg NEW BASE COURSE (SEE NOTES BELOW) NEW ASPHALT, 3" MIN. THICKNESS (SEE NOTES BELOW) SAW CUT 2 2' SAW CUT EDGE D- 7 EDGE EXISTING BASE VARIES ZEXISTING BASE COMPACTED CA -6 TRENCH BACKFILL NOTES: 1. SURFACE REPLACEMENT SHALL BE HMA SURFACE COURSE MIX D. N50 AS DEFINED IN SECTION 406 OF THE ILLINOIS STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. 2. THE THICKNESS OF THE BASE COURSE SHALL BE 8", OR MATCH THE EXISTING PAVEMENT BASE THICKNESS, WHICHEVER IS GREATER. 3. IF THE BASE OF THE EXISTING PAVEMENT IS CONCRETE, THE BASE OF THE PAVEMENT PATCH SHALL ALSO BE CONCRETE. IF THE BASE OF THE EXISTING PAVEMENT IS NOT CONCRETE, THE BASE OF THE PAVEMENT PATCH MAY BE ONE OF THE FOLLOWING AS APPROVED BY THE VILLAGE: A. CONCRETE B. HMA SURFACE COURSE MIX D. N50 AS DEFINED IN SECTION 406 OF THE ILLINOIS STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. C. HMA BINDER COURSE, IL -19.0 AS DEFINED IN SECTION 406 OF THE ILLINOIS STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. 4. WHERE THE EXISTING PAVEMENT BASE IS CONCRETE. THE CONCRETE BASE OF THE PATCH SHALL BE DOWELED INTO THE ADJACENT PAVEMENT USING I X" DOWELS AS DIRECTED BY THE VILLAGE. MATERIAL WALL THICKNESS (T) PRECAST CONC. MIN. 1/12 -D CAST–IN–PLACE CONC. MIN. 6" CAST IRON FRAME AND COVER AS SPECIFIED, ADJUST SEE LETTERED 'STORM" OR "SANITARY" SECTION 32-3.09 BITUMINOUS MASTIC OR RUBBER GASKET SEAL 2'-1 _J Z UJ �E I M - SLOPE TO 0 Q� do DRAIN 1 STE IS %AT 0 C. z V) T z z Ld U-1 < Q_ 4"MIN. D=4'MIN, S V) _J Ln U) Bz SLOPE TO DRAIN L—A RUBBER GASKETED 00 COUPLINGS FOR SANITARY T MANHOLES PER ASTM C-923. SECTION A A SECTIONAL PLAN GROUT BOTTOM SLAB: 3500 PSI CONCRETE OR PRECAST REINFORCED CONCRETE SLAB ON 6" SAND CUSHION BOTTOM SLAB, MAY BE PRECAST MONOLITHIC WITH MANHOLE WALL SECTION NOTE: STEPS REQUIRED, UNLESS DELETED TYPICAL BY SPECIAL PROVISIONS. NOTE: SEPARATE SANITARY SEWER MANHOLE TYPE A MANHOLES SUBJECT TO SATURATED SOIL CONDITIONS OR SURFACE SUBMERGENCE SHALL BE EQUIPPED WITH CHIMNEY SEALS AND WATER TIGHT MANHOLE COVERS. DIV.V,/STANDARD DRAWING NO.] Div. V NOTES .A 4WER- Of EX'STINS PIPE UNNG ,.,ice--.' 'EW Q_E:�,M=N_ Cr P,PE ATCH VC -P MPE SEGkl�_N A L�NED A SUPF C—ENT OF T- S PLL RE.%IOVED 0AX, 1 �_NGTl­O A! BE A— ACHED TQ _HE PRE LINER, Village of Mount Prospect Public W.rks Department 1700 W Cem-al Rd SERVICE CONNECTION TO MAIN LINE SEWER W/ WYE DETAIL �Sc le7l',Icne � Last _Revised: 05-11 "NON SHEAR" MISSION COUPLING MEETING REPLACEMENT SEGMENT OF PIPE TO f ASTM C1173-06 EXISTING VITRIFIED MATCH EXISTING PIPE INVERT WITH TMAX. CLAY PIPE SIMILAR SIZE OF SDR26 PVC — — — — — — — — — — / EXISTING SUBGRADE --- SOLID BLOCKING TO SUPPORT EXISTING PIPE Village of Mount Prospect Public Works Department 1700 W. Central Rd. SEWER REPAIR DETAIL Last Revised: 2-08 HAIA,ic,Eng\[).MiIMCIPP REPAIR DETAIL.dwg no.1 date I by I ckd I description 0 102/16/211 EEP I CD I ISSUE FOR BID ISSUE FOR BID G 1�,BURNS 'WIMSDONNELL 1431 OPUS PLACE SUITE 400 DOWNERS GROVE, IL 60515 630-724-3200 H LICENSEE NO. 184.001310 date detailed FEBRUARY 2021 E. PRZYBYLINSKI designed checked E. PRZYBYLINSKI C.DUNKELBERG Cook County, Illinois 2021 SANITARY SEWER POINT REPAIRS TYPICAL DETAILS project 130605 contract drawing rev. C102 0 sheet 6 of 6 sheets file 122927–DETAILS.DWG ADDENDUM NO. 1 PROJECT MANUAL FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS SANITARY SEWER POINT REPAIRS DATE: February 24, 2021 BID OPENING: March 1, 2021 * 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 FORM A. Second Page (Page 14 of the Project Manual), Last paragraph, line 5 replace "45" with "60" and on line 6 replace "60" with "75" II. CONTRACT A. Article V — Commencement and Completion of Work — Replace the first paragraph with the following: "After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieve substantial performance within 60 calendar days after the date of the Notice to Proceed and final completion 75 calendar days after the date of the Notice to Proceed." III. GENERAL CONDITIONS A. Section 2.d.i: Replace "by June 30, 2021 (the "Substantial Performance Date")." with "within 60 calendar days from the date of Notice to Proceed." The remainder of this paragraph remains unchanged. B. Section 2.d.ii: Replace "by August 30, 2021 (the "Final Performance Date")" with "within 75 calendar days from the date of Notice to Proceed." C. Section 2. e. i, sentence 10: Replace "by June 30, 2021," with "within 60 calendar days from the date of Notice to Proceed," The remainder of this sentence remains unchanged. D. Section 2.e.i, sentence 10: Replace "by August 30, 2021" with "within 75 calendar days from the date of Notice to Proceed," IV. SPECIFICATION SECTION 33-31-00 GRAVITY PIPE A. Section 2.02.A.1: Add the following: Minimum pipe shall be SDR -26 for W. Sunset Rd. sanitary sewer point repair and SDR -21 for W. Lincoln St. sanitary sewer point repair. General: I. Responses to questions from Contractors submitted by email or from the pre-bid virtual meeting held on February 24, 2021 at 10:00 AM are as follows: Page 1 of 3 12 ADDENDUM NO. 1 PROJECT MANUAL FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS SANITARY SEWER POINT REPAIRS Q: Page 14 states: "The contractor shall reach substantial completion by 45 calendar days after the date of the Notice to Proceed with final completion by 60 calendar days after the date of the Notice to Proceed" Page 18 states: "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" These conflict with each other. Furthermore, it's a very busy time and many crews are booked. Can you change this to 6/30/21 or 60 days (whichever is later) to allow us to bid with local crews? A: See the corrections in this addendum under BID FORM. Q: Can you help me find the CIPP scope? A: The CIPP scope is at the beginning of the special provisions —Project Manual page 57 under Alternate Bid Item 1.A: CIPP Q: What is the starting and ending manhole for the 280' of 10" and 360' of 12"? A: For the 10"- MH 27S 13 to MH 27S 14 and the 12" MH 03532 to MH 03533. Q: What is the depth of the 12 -inch sewer on Lincoln St.? A: At MH 03S32 the depth is 19'-2" and at MH 03S33 the depth is 11'-11 P. The depth of the 60 - inch sewer at MH 03S41 is 20'-8" which may be an incorrect measurement caused by weather conditions (offset & MH fog). Based on CCTV results of the 60 -inch, there is no conflict between the 12 -inch and 60 -inch sanitary sewer. The 12 -inch sewer is above the 60 -inch sewer. Q: What size are the sewer laterals? A: The sewer laterals are 6 -inch diameter. Q: What size are the sewer laterals? A: The sewer laterals are 6 -inch diameter. Page 2 of 3 13 ADDENDUM NO. 1 PROJECT MANUAL FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS SANITARY SEWER POINT REPAIRS BIDDER'S ACKNOWLEDGMENT OF RECEIPT 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 3 of 3 14 Vi//age of Mount Prospect GIS This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be WGS_1984_Web _Mercator Auxiliary_Sphere accurate, current, or otherwise reliable. © Village of Mount Prospect, IL THIS MAP IS NOT TO BE USED FOR NAVIGATION Legend Notes This map was automatically generated using Geocortex Essentials 3/3/2021 15 Municipal Building Corporate Boundary IL American Manhole MWRD Structure EE Relief Station Separate Sanitary Sewer Man1 VOMP PRIVATE MWRD IL American Sanitary Main Separate Sanitary Sewer Main VOMP PRIVATE MWRD Building Footprint Hydrology LNWCD 16_DeliveryO.Tl F Red: Band -1 Green: Band -2 Blue: Band -3 Notes This map was automatically generated using Geocortex Essentials 3/3/2021 15 '"DENDUM NO. 1 PROJECT MANUAL FOR T1 JF*N A W MA DATE: February 24,2021 BID OPENING: March 1, 2021 * 10M 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. UMME I. BID FORM A. Second Page (Page 14 of the Project Manual), Last paragraph, line 5 replace "45" with "60" and on line 6 replace "60" with "75". 91000���� fl A. Article V — Commencement and Completion of Work — Replace the first paragraph with the following.- "After the wrietten Notice to Proceed 'is issued by the Village, which w ill start the performance period, the Contractor then has 10 days to commence work. I I The Contractor shall achieve substantial performance within 60 calendar days after the date of the Notice to Proceed and final completion 75 calendar days after the date of the Notice to Proceed." 111, GENERAL CONDITIONS A. Section 2.d.i.- Replace "by June 30, 2021 (the "Substantial Performance Date")." with 4 *thin 60 calendar days from the date of Notice to Proceed." The remainder of this wi I paragraph remains unchanged. B. Section 2.d.ii: Replace "by August 30, 2021 (the "-Final Performance Date")" with 44within 75 calendar days from the date of Notice to Proceed." C. Section 2.e.i, sentence 10: Replace "by June 30, 202 1 " with "within 60 calendar days from the date of Notice to Proceed," The remainder of this sentence remains unched ang. D. Section 2.e.i, sentence 10: Replace "by August 30, 2021" with "within 75 calendar days from the date of Notice to Proceed," IV, SPECIFICATION SECTION 33-31-00 GRAVITY PIPE 0 A. Section 2.02.A. 1: Add the following: Minimum pipe shall be SDR -26 for W. Sunset Rd. sanitary sewer point repair and SDR -21 for W. Lincoln St. sanitary sewer point repair. Responses to questions from Contractors submitted by emad or from the pre-bid'virtual meetl"ng held on February 4, 20: at 10:00 AM are as follows,* 16 ADDENDUM VILLAGEPROJECT MANUAL FOR THE 1 i 1 ECT9 ILLINOIS SANITARY SEWER POINT REPAIRS Q: Page 14 states: "The contractor shall reach substantial completion by 45 calenday days after the date of the Notice to Proceed with final completion by 60 calendar days after Y date r Notice to ■ ►► localPage 18 states: "BIDDER agrees that the Work will be Substantially Completed 1"T 60 consecutive calendar days from the date of "Notice to Proceed" and Finally Completed 'in 15 calendar days thereafter" These conflict with each other. Furthermore, 'It's a very busy time and many crew� are booked. Can you change this to 6/30/21 or 60 days (whichever is later) to IN crews ! us to bid with A: See the corrections 'in this addendum under BID FORM. Q*,, Can you help me find the Mscope? A: The CIPP scope is . beginning specialManual« ` 57 under Alternate Bid Item LA: CIPP Whatis the starting 1 enaing manhole1 A: o Q: What 'is r depth . sewer As At and at MH 03S33 ` depth ` depth ` inch sewer at MH 03S41 i's 20'-8"' which may be an incorrect measurement caused by weather conditions (offset & MH fog). Based on CCTV results of the 60 -inch, there is no con i between the 12 -Inch and 60-1*nch sanitary sewer, The 12-in.ch. sewer is above the 60 -Inch sewer. a. Q -0 Whit size are the sewer laterals .9 A The seer laterals are 6 -inch diameter. Q: What size are the sewer laterals .9 .A *# The sever laterals are 6-1*nch diameter, ih ADDENDUM NO. 1 PROJECT MANUAL FOR THE " DKI) a a [slut' K 8 W;W;j 10 A 6 A IV IVA A % ll' 41�1 loll6 0 11 il 1-] 1 lk 11,1111''111 � i iiiii, � I tick 0i BIDD�ER hereby acknowledges receipt of Addendum Company Name ........ Performance ConstructEnq,nee flqLLL11-%(I ByA qW IV If W 0 W, 1, 0 W W g Print Name......... *goo 08 0: Lonnie Ayery Post' tion/Tit le President -Date 02/25/2021 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 0 O's the BIDDER. Include thi's original in your I wat 18 rftft Bid rxvqu,s U t For SANITARY SEWER POINT REPAIRS BID OPENING: Monday, March 1, 2021 -1 :00 P.M. Local Time 9U 7f . . . . . . . . . . 'ONO Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 WIV 19 9% bection 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 57 Bidder's Qualification Statement Bid Form Bid Sheet Bid Security Certification Requirements Affidavit— Bid Certification References Sanitary Sewer Point Repairs N 20 OTICE TOi BIDDERS, Bid for Sanitary Sewer Point Repairs Projecu Sealed bids will be received until 1:00 p.m. on March 1 st, 2021 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope please submit bid clearly marked "'Sealed Bid for Sanitary Sewer Point Repairs". Public bid opening will be held virtually and can be accessed using the following information: Please Join my meeting from your computer, tablet or smartphone. 6 0 nggtjwqqt oin/823220173 You can also dial In using your phone. United States: wo� Access Code: 823-220-173 New to GoToMeeting? Get the app now and be ready when your first meeting starts: 1,r[q? [gbgi, tQ 2 The project includes but is not limited to the following bid items: Replacement of 171 linear feet of 12 -inch & 10 -inch sanitary sewer, curb and gutter, sidewalk and driveway apron, reconnection of sanitary laterals, and all other pertinent work and material necessary to complete the project. The Work shall be constructed in accordance with the Sanitary Sewer point Repairs Documents dated February 2021. 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 a non mandatory pre-bid conference at 10:00 a.m. on February 24, 2021. The meeting will be held virtually and can be accessed using the following information: Please join my meeting from your computer, tablet or smartphone., http 674,8677 I o toaieet',, You can also dial In using your phone. United States: -L 240-34,12, Access Code: 906-748-677 New to GoToMeeting? Get the app now and be ready when your first meeting starts: h, �ggjobaill,gyq riieet' 11/9 48677 Specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar :ti1sr, C"t website using the following link www.motin Sanitary Sewer Point Repairs a 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 Sanitary Sewer Point Repairs Ifl 0� Bid Let Date: February 161h, 2021 Bid Opening Date: March ls', 2021 Project Name: Sanitary Sewer Point Repairm. Project Location: W. Lincoln Street and S. Busse Road; W. Sunset Road west of Country Lane in the Village of Mount Prospect Owners: Village of Mount Prospect The project includes but is not limited to the following bid items: Replacement of 157 feet of 12 -inch & 10 -inch sanitary sewer, curb and gutter, sidewalk and driveway apron, reconnection of sanitary laterals, and all other pertinent work and material necessary to complete the project. The Work shall be constructed in accordance with the Sanitary Sewer Point Repairs engineering plans and specifications dated February 2021. Bid Documents available from: ,iga ` ' tf!�. Question Cut Off: 4:00 p.m., February 22"d, 2021 Bids Due: 1:00 p.m., March 191, 2021 Bids submitted to: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, Illinois 60056-2229 (847) 870-5640 Burns & McDonnell Engineering Claus Dunkelberg / (847) 404-9764 Email: cdunkelberg@burnsmcd.com Sanitary Sewer Point Repairs W 23 BIDDER'S QUALIFICATION STATEMENT impoill piiq� !1117!1211K� SQ.B ITTED TO: Village of Mount Prospect Village Manager's Off ice, Third Floor 50 S. Emerson Mount Prospect, IL 60056-2229 SUBMITTED BY: Company, Performance Construction & Engineering,,LLC Name Lonnie Ave Address 217 W. John Street Piano, IL 60545 Principal Office 217 W. JohnStree� Raw, IL 60545 Corporation, partnership, individual, joint venture, other Cor qration Contractor license number and state 0511721-6 1p a W qP qr Ab Ah oft Ak 1w 400 . . . . . . . ... ... ........... . ......... db AL ............ . .. . .. . .................... ...... . .......... .. . . ............. . . . .... . ....................... . .. . .. . .. . .. . ............. .. ...... ............. ............ .. . . . .......... . ...... ......... . ......... ... 40 dr IL . .. . .......... .......... . . ......... ................................. . ....................... .. ...... ... . ......... . . . . .. . ........................ . .. ....... ..... .. ...... Sanitary Sewer Point Repairs PERFORMANCE CONSTRUCTION & ENGINEERING, LLC 217 W. John Street Plano, IL 60545 0 2015- Present: Owner/President of Performance Construction & Engineering, LLC. where he has successfully bid and completed over $8.7 million in municipal and private contracts & 2004- 2015: Utility Construction Coordinator for the City of Aurora where he designed & constructed over 100,000' of storm sewer ranging in size from 12" - 7211 , over 40, 000' of sa n ita ry sewe rs, , a n d 35, 000' of water m a i ns 2000- 2004: Head Estimator/Project Manager for Benchmark Construction Company where he estimated and managed multiple large construction projects including the reconstruction of Lower Wacker Drive and the Reconstruction of 95th Street from Torrence Avenue to Lake Michigan 1997- 2000: Engineering Enterprises, Inc. & Walter E. Deuchler & Associates where designed and built numerous municipal projects including the installation of booster pump station, pressure reducing station, and multiple water towers and well houses GIM Kkc,h,en PX. — en Pr , new a January 2020 — Present: Senior Project Managerat Performance Construction & Engineering, LLC, where he has bid and is in the process of completing over $3 million in Municipal contracts. 0 2010 - 2020: Resident Engineer at Thomas Engineering Group, LLC, where he oversaw the construction of over $75 million in IDOT, Municipal and Tollway contracts ranging in size from $250K to over $40 million, including the Deerfield Road Reconstruction ($20 million in 2016 & 2017) and the Edens Spur Reconstruction ($42 million in 2018 & 2019). 0 2002 - 2010: Project Manager/Estimator at Glenbrook Excavating & Concrete, where he bid and successfully managed over $50 million in IDOT, Municipal and Private contracts. 0 1999 - 2002: Assistant Resident Engineer/Project Superintendent at SDIN3 Construction Group, where he was field engineer on various Municipal and Private jobs and successfully completed the company's first General Contracting project — South Village Green in Lincolnshire. 0 1995 - 1999: Assistant General •Superintendent at Harry Kuhn Construction where he was responsible for the tracking and billing of contract and force account work for over $50 million in annual revenue. =d ml- an 0 2017- Present: Field Foreman of Performance Construction & Engineering where he managed the daily field operations on several large municipal projects including the completion of over $4.5 million in municipal and private contracts 0 2011 - 2017: Manager of Packing Division for General Mills 1994- 2011: Union Laborer/Foreman for R. A. Bright Construction, Dempsey Ing Sewer & Water, and Dienst Sewer & Water 1111111q� ::ii��Iiplli iip! 11! 111 1 1 1 !"112 11 25 F,'I�NANCLA,,L,,,,,,aIAI,E,,MENT 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: It MM.� k@Led, apg,, D Amount .0c a b........... . . .. . . . ..... . ........ . . ......... 'Adder hereby represents and warrants that all statements set forth herein are true and correct, -1 at e March 1 t 2021 (OFFICIAL SEAL) ,IV a of 0 a Title President (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of 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). Sanitary Sewer Point Repairs 26 INSTRUCTIONS TO BIDDERS 1) Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provide complete and intact, properly signed in ink in the proper spaces, and submittedin a seale envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3r Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on Marc 1st, 2021. Envelopes shall be plainly marked, "Sealed Bid for Sanitary Sewer Pol Repairs" and with the following information: company's name, address, date and time opening. Bids must be signed by an authorized official of the organization submitting the bi with the name of the official and his/her title typed below the signature. 2) There will be a,nQ!2!_,.man,dato_ry pre-bid conference at 10:00 a.m. o February 24, 2021. The meeting will be held virtually and can be accessed using the followin, information: Please Join my meeting from your computer, tablet or smartphone, 11ittPo's)/ '9 M.Lo r �/906748677 You can also dial in using your phone. United States: ±� Access Code: 906-748-677 New to GoToMeeting? Get the app now and be ready when your first meeting starts: jaotornee 3) D it - 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. The Specifications describe the services that the Village feels is necessary to meet th performance requirements of the Village. It is not the desire or the intent to eliminate o exclude any bidder from bidding because of minor deviations, alternates or changes. )I Bidders desiring to bid on services which deviate from these Specifications, but which the believe are equivalent, are requested to submit alternate bids. However, alternate bids mu be clearly indicated as such, and deviations from the applicable Specifications should b plainly noted. The bid must be accompanied by complete Specifications for the servl%.qu. offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. Ther is to be only one bid per envelope. The Village shall be the sole and final judge unequivocall as to whether any substitute is of equivalent or better quality. This decision is final and wi 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 qualification or stipulations shall be stated on standard letterhead size sheets of paper, all attached to th bid form. I Sanitary Sewer Point Repairs M }iviq ia, 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) IgLe Bids,. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8) _bvEma* A!A Fax. Email and Facsimile machine transmitted bids will not be accepted. 0% 9) Errorin, BJ�L. When an error is made in extending total prices, the unit bid price will govern. s, Otherwise, the bidder is not relieved from errors in bid preparation. 10) Withd[g& ,.Q[ _gLf3Aig. 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) All bidders shall complete and submit Section 001153- Bidder's Qualification Statement. renBack( 12) gound.Qheck. 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) fLergjjl n I of ld And qtr t. 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)gorC ditions. 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. Sanitary Sewer Point Repairs 9 28 15) to LemmtiAJ`on,,oLBJd Any bidder in doubt as to the true meaning of any part the Specifications or other bid documents may submit a written request for interpretation t the Village, as provided in the Specifications. Bidders will acknowledge receipt of an addendum issued by so noting on the bid sheet. Oral explanations are not binding. 11 a 16) Unit prices shall be shown for each unit on which there is a bid, and shall include a packing, crating, freight, and shipping charges, and cost of unloading at the destination unles otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price but may be used in an overall evaluation. 17) QMa!,1f1ggJjongo Factors: It is the intention of the Village to award the Contract Qpmkmsm, 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 speed, 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. N 4 18),AWg1:d,,pr Rglw, yon. 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. Sanitary Sewer Point Repairs 10 29 Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village will take into account the Base Bid as well as each Alternate bid item. The Village reserves the right to award any combination of the Base Bid and Alternate bid items including but not limited to the Base Bid plus all of the Alternates and the Base Bid plus no Alternates. The Village shall be the sole judge of compliance with the Specifications. a. New,_EgM,!g,.men't. 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. W, ...... eryigg....aJqJna P.nal,40600"', _rdA. 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. DgtLai LqQrlotarv. Complete and detailed brochures and specifications for vehicle equipment, materials, goods, supplies and/or services to be furnished must be include with each bid. Any reservations on the use of data contained in a bid must be clearly state in the proposal itself. Unless stated otherwise, information submitted in response to th bid is not proprietary or confidential. I n , And±=@ Contract prices are to include all royalties d. *Wgi 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),.L[My,,]enjidder. 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. 4 Q@.8 ion Fo 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 Sanitary Sewer Point Repairs 11 30 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 33EA prohibiting bid -rigging and bid rotation, Therefore, the Bid Certification Form must be notarized. 22),!D���Jj' �Qin.,.gf , @1.d Qoqurnen . 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. Sanitary Sewer Point Repairs IV) 31 BID FORM ,Sanitiallif: -P Village of Mount Prospect Department of Public Works FROM: Performance Construction & Engineen9k, LLU ........ .... Alt quart) 5 TO: Off ice of the Village Manager, 31dFloor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect'.1 janita, Alrs 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 Conons and Special Provisions Speccations Bid Form Affidavit— Bid Certification Form Bid Security Bid Sheet — Sanitary Sewer Point Repairs 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 ! o""! osed 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, Sanitary Sewer Point Repairs 13 32 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 (110) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum Addendum Acknowledgement by Bidder or Date No. Date Authorized Acknowledgqd 02/24/2021 Lonnie Avery 02/25/2021 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 bidde the bidder must then execute the contract and provide the required bonds or letter o credit and certificate of insurance to the Village within ten (10) days. The Village will the issue a written Notice to Proceed which starts the performance period. The contracto shall reach substantial completion bl,y,4, 5 -calendar d, after the da,,te. of the Notice t MLS Propceed with ftnal Mp alendar days the Noti ,!ggom 60 c, Afl2r, ggk g t!q" 1 00 NO 1111111L i6ft=­ J - Proceed. Substantial completion shall be defined as the completion of all work excep- for site restoration. Failure to complete the work in the designated time frame may resul in the Director of Public Works withholding compensation due the contractor for failure t Sanitary Sewer Point Repairs 14 33 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): X 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) — Sanitary Sewer Point Repairs Respectfully submitted: Name of Firm/Bidder: Perkrwance, Constau ction & Ena,ineerina. LLC atu re) Title- President Date: -March 1 2021 Contact Information: Official Address: 217 W. John Street, Plaq 60545 Email: Jonnle621772 Qgmalil.com Sanitary Sewer Point Repairs rN 34 BID SHEET 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. COMPLET'E TABLE AS INDICATED Item Approx. No. Description Unit Qty. of Price Per Unit Extension Units -- 1 Mobilization L SUM 1 1 71102.00 1 7,102.00 2 Sanitary Sewer Replacement— 10" LF 88 ra 3 Sanitary Sewer Replacement— 1201 LF 83 590.00 48,970.00 4 Sidewalk Removal LF 15 10.00 150.00 5 PCC Sidewalk, 511 LF 15 ___7 11 11 11 11 1 1 1 mifiii 1111M 1 _­ 64-00 - 300.00 6 Detectable Warnings SF 6 40.00 240.00, 7 Driveway Pavement Removal SY 16 1 17.00 272.001 8 PCC Driveway Pavement, 6" Sy 16 ............ .. 100.00, 1j600.00 9 Combination Concrete Curb and Gutter LF 92 Removal 12.50 1)150.001 10 Combination Concrete Curb and Gutter, LF 92 Roll Curb 50.00 4600.00 wwwww 11 Sodding, Salt Tolerant SY 1800 1.00 1)800.00 Base Td - 500.00118jotal Sanitary Sewer Point Repairs 16 35 Item No. Description Uni Approx Pric e Per 6 Qty. Extension t of Units Unit CIPP 1 0-inch Sanitary LF 280 Sewer 62.00 17,360.00 2 CIPP 12-inch Sanitary LF 360 — .......... Sewer 64.00 237040.00 Total Alternate Bid Item No. 1- 40,400.00 TOTAL BASE BID PRICE (the sum of extensions of the Bid Sheet): On0j:WI ndred EiIIIII 11 ousa0_dFiy_ Dollars and Zero Cents Cents (in writing) (in writing) . . ............................................................ ...................... .. .. .. .. .. TOTAL BASE BID PRICE and ALTERNATE BID ITEM 1 (the sum of extensions of the Bid Sheet): One Hundred Fifty Eight Thousand Nine Hundred Dollars and Zero Cents Cents Sanitary Sewer Point Repairs M 36 Iiio I pill!''1111 ii� i 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 gpnsecutive calendar days ;;M164% 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. Performance Construction & Engineering, LLC 217 W John Street, Raw, IL 60545 . ...... .. (I279ig!L 1&,A,%J918-1237 11 1 1 1 , I. m IV, 37 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 March 1 t 2021 4 State Contractor License Number (if any) 0,5311721-6 Contractor Contact Information: Address: 217 W. John Street, Piano, IL 60545 Telephone: (630) 273-2693 or (630) 918-1237 E-mail: lonnie6272@gmaii.com Sanitary Sewer Point Repairs 19 38 F."lid Grerfificafior'i Fonn Page I n Complany/1"'rm Name.- s ructionlil"NOnail - IRWI--- 11 Ift Aft Address: 7 18U 450" 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, , n, i �eA� being first duly sworn on oath, deposes and states that he or she v is Preis d - -L (sole owner, partner, joint ventured, President, Secretary, etc.) of Performance Construction & and has the (Name of Company) authority to make all certifications required by this affidavit. 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. WIS.` IV, . . . ....... .. The undersigned further states that Performance Construction En ineerin ,LLC (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILLS 5/33E-3, 33E-4. The undersigned further states that Performance Construction & Engineering, LLC (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILLS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILLS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. Sanitary Sewer Point Repairs 20 39 AFFIDAVIT — BID CERTIFICATION FORM 0 The undersigned further states that Performance Construction & EnqL'neeru �jgv LLC 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. Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILLS 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 ILLS 5/1-103 (M) (2002)2 The undersigned further states that Performance Construction & Enainleer! iL4,LL,-C-1111,, has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILLS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information cont'', in this Affidavit is true and correct. President Signed! Title . Name Printed: Lonnie Avery Sanitary Sewer Point Repairs 21 M A TM c ,nt, A3"" 10 omm 197�' Li KNOW ALL MEN BY THESE PRESENTS, that we Performance Construction & Engineering, LLC (Here insertfidl name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and North American Specialty Insurance Company (Here insertfull name and address or legal title of Surety) a corporation duly organized under the laws of the State of New Hampshire as Surety, hereinafter called the Surety, are held and firmly bound unto Mount Prospect Public Work (Here insertfidl name and address or legal title qf Owner) Department I as Obligee, hereinafter called the Obligee, in the surn of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. W14EREAS, the Principal has submitted a bid for Sanitary Sewer Point Repairs (Here insertfull name, address and description of'project) NOW, THEREFORE, if the Obligee shall acGept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and crive such bond or bonds as may be specified in the bidding or Contract Documents with good mid sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and crive such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Oblioree may in good faith contract with another party to perform the Work covered by said bid, then this obliaration shall be null and void, otherwise to remain in full force aid effect. Signed and scaled this I st day of March, 202� Performance Co, tion & ( PI (Seal) "1 110 iq ARN ml� t , At vi Vi 01 Nqrth Ampri�qAn y (Sit" VV 7itle), acqueliWL. Drey Attorney -in -Paid . . .. ..... AIA Document A31OTM— 1970. Copyright @ 1963 nd 1970 by The American Ins 11tu te of Architects. a SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON rNr FERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and SeniorVice President of Westport Insurance Corporation and, M1,q1i,,­aeIA, Senior Vice Pof resident Washington. International InsurancC e ompany and Senior Vice President --jt of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly Sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. 0 'A V,F'1C[, t SEAL M", KENNY No 14"PublIc - M. Kenny, Notary Public 1, Jeffr (3ioldbet the duly elected Vice President and Assistant Secretary orNorth American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and Foregoing is a true and correct copy ofa Power of Attoniey given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 1 St day of..,_ March %,2021 . ...................... Jeffrey Goldberg, Vice Pi es)dent & A ssis(ant See relary cif Wash i w, ton International Insurance Comp my� & North American Specialty Insurwice Cornpa:ty & Vice President & Assistant Secretary of Wemport Insurance Corporal ion 42