charal lane road and watermain replacement project · charal lane road and watermain replacement...

117
BID PACKAGE INSTRUCTIONS AND FORM OF PROPOSAL for the Charal Lane Road and Watermain Replacement Project Project # 0048 TABLE OF CONTENTS Page 1. Invitation for Bidder's Proposals...................................................................... 1 - 2 2. General Instructions to Bidders ..................................................................... 3 - 10 3. Bidder's Proposal ......................................................................................... 11 - 16 4. Bidder's Sworn Acknowledgement .............................................................. 17 - 18 5. Bidder's Sworn Work History Statement ..................................................... 19 - 20 6. Performance Bond Sample Form ................................................................. 21 - 22 7. Labor & Material Payment Bond Sample Form .......................................... 23 - 24 8. Contract and Specifications 1150 Half Day Rd. Highland Park, Illinois 60035 847.432.0807 cityhpil.com Public Works Department

Upload: truongdung

Post on 04-Apr-2018

220 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

BID PACKAGE

INSTRUCTIONS AND FORM OF PROPOSAL

for the

Charal Lane Road and Watermain Replacement Project

Project # 0048

TABLE OF CONTENTS Page

1. Invitation for Bidder's Proposals ...................................................................... 1 - 2 2. General Instructions to Bidders ..................................................................... 3 - 10 3. Bidder's Proposal ......................................................................................... 11 - 16 4. Bidder's Sworn Acknowledgement .............................................................. 17 - 18 5. Bidder's Sworn Work History Statement ..................................................... 19 - 20 6. Performance Bond Sample Form ................................................................. 21 - 22 7. Labor & Material Payment Bond Sample Form .......................................... 23 - 24 8. Contract and Specifications

1150 Half Day Rd. Highland Park, Illinois 60035 847.432.0807 cityhpil.com

Public Works

Department

Page 2: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INVITATION

Instructions – Charal Lane Road and Watermain Replacement Project Page 1 of 24

CITY OF HIGHLAND PARK - DEPARTMENT OF PUBLIC WORKS CONTRACT FOR THE

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

INVITATION FOR BIDDER'S PROPOSALS OWNER: City of Highland Park (“Owner”)

Public Works Department 1150 Half Day Road Highland Park, Illinois 60035 Attn: Lisa Roberts, Contract Specialist

1. Invitation to Bid

Owner invites sealed Bidder's Proposals for the Work described in detail in the Contract and generally described as:

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT 2. Defined Terms

All terms capitalized in this Invitation for Bidder's Proposals and in the other documents included in the Bid Package are defined in the documents included in the Bid Package, as hereinafter defined, and shall have such defined meanings wherever used. 3. The Bid Package

The Bid Package consists of the following documents, all of which are by this reference made a part of this Invitation for Bidder's Proposals as though fully set forth herein:

(1) Invitation for Bidder's Proposals; (2) General Instructions to Bidders; (3) Addenda, if issued; (4) Bidder's Proposal; (5) Bidder's Sworn Acknowledgement; (6) Bidder's Sworn Work History Statement; (7) Performance Bond and Labor & Material Bond Forms; (8) Contract, including Specifications and all of its Attachments and Appendices.

4. Inspection and Examination

Complete digital project bidding documents are available at www.questcdn.com. Digital plan documents may be downloaded for a non-refundable fee of $50 by inputting Quest project #5137910 on the QuestCDN.com Project Search page. Please contact QuestCDN at 952-233-1632 or [email protected] for assistance in free membership registration, downloading, and working with this digital project information. No paper copies will be provided by the Owner.

In making copies of the Bid Package available to prospective Bidders, Owner does so only for the purpose of obtaining Bidder's Proposals and such provision does not confer a license or grant for any other use. The City reserves the right to accept or reject any or all bids.

Page 3: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INVITATION

Instructions – Charal Lane Road and Watermain Replacement Project Page 2 of 24

Each prospective Bidder shall, before submitting its Bidder's Proposal, carefully examine the Bid Package. Each prospective Bidder shall then inspect in detail the Work Site and the surrounding area and shall familiarize itself with all local conditions, including subsurface, underground and other concealed conditions, affecting the Contract, the Work and the Work Site. The Bidder whose Bidder's Proposal is accepted will be responsible for all errors in its Bidder's Proposal including those resulting from its failure or neglect to make a thorough examination and investigation of the Bid Package and the conditions of the Work Site and the surrounding area. 5. Pre-Bid Meeting

Not applicable for this project. 6. Bid Opening

Owner will receive sealed Bidder's Proposals for the Work until 10:00 a.m., local time, June 2, 2017 via the online electronic bid service through QuestCDN.com [project #5137910]. Each prospective bidder shall upload on the QuestCDN site, as a prerequisite to submitting a bid, the following:

• Certificate of Eligibility as issued by the Illinois Department of Transportation • Completed Bidder’s Proposal (Attachment A-1) as provided in the Bid Package

7. Bid Security and Insurance

A. Bid Security. Each Bidder's Proposal shall be accompanied by a security deposit

in the form of a Bid Bond and follow the amount in the table below:

Bid Security Amounts Total Base Bid Amount Security Amount

From Thru $ 0 $ 10,000 0 %

$ 10, 001 $ 50,000 10.0 % $ 50, 001 $ 100,000 5.0 %

$ 100, 001 $ 5,000,000 3.0 %

B. Performance and Payment Bonds. The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond upon award of the Contract, each in the penal sum of the full amount of the Contract Price, on forms provided by, or otherwise acceptable to, Owner, from a surety company meeting the requirements set forth above.

C. Insurance. The successful Bidder will be required to furnish certificates and policies of insurance as required by Section 4.2 of the Contract upon award.

Dated May 18, 2017 CITY OF HIGHLAND PARK

By: Lisa Roberts, Contract Specialist

Page 4: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 3 of 24

CITY OF HIGHLAND PARK - DEPARTMENT OF PUBLIC WORKS CONTRACT FOR THE

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

GENERAL INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS

Section Page 1. Interpretation of Documents Included in Bid Package .................................................................... 4 2. Calculation of Unit Price Proposals ................................................................................................. 4 3. Prevailing Wages ............................................................................................................................. 5 4. Taxes and Benefits ........................................................................................................................... 5 5. Permits and Licenses........................................................................................................................ 5 6. Preparation of Bidder's Proposal ...................................................................................................... 5 7. Signature Requirements ................................................................................................................... 6 8. Bid Security ..................................................................................................................................... 6 9. Submission of Bidder's Proposals .................................................................................................... 7 10. Withdrawal of Bidder's Proposals .................................................................................................... 7 11. Qualification of Bidders ................................................................................................................... 7 12. Disqualification of Bidders .............................................................................................................. 9 13. Award of Contract............................................................................................................................ 9 14. Notice of Award; Effective Date of Award ..................................................................................... 9 15. Closing of Contract ........................................................................................................................ 10 16. Failure to Close .............................................................................................................................. 10 17. Special Instructions ........................................................................................................................ 10 18. Documents Obtained From Other Sources .................................................................................... 10

Page 5: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 4 of 24

CITY OF HIGHLAND PARK - DEPARTMENT OF PUBLIC WORKS CONTRACT FOR THE

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

GENERAL INSTRUCTIONS TO BIDDERS 1. Interpretation of Documents Included in Bid Package

A. Defined Terms. All terms capitalized in these General Instructions to Bidders and in the other documents included in the Bid Package are defined in the documents included in the Bid Package and shall have such defined meanings wherever used.

B. Implied Terms. If any personnel, equipment, materials, or supplies that are not directly or indirectly set forth in the Contract are nevertheless necessary to the proper provision, performance, and completion of the whole of the Work in accordance with the intent of the Contract, each prospective Bidder shall understand such personnel, equipment, materials, or supplies to be implied and shall provide for such personnel, equipment, materials, or supplies in its Bidder’s Proposal as fully as if it were particularly described.

C. Information Provided by Owner. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other preliminary investigations is distributed with the Bid Package, or such information is otherwise made available to any prospective Bidder by Owner, such information is distributed or made available solely for the convenience of such prospective Bidder and is not part of the Bid Package. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of any such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that unanticipated conditions may not be present.

D. Addenda. No interpretation of the documents included within the Bid Package will be made except by written addendum duly issued by Owner (“Addendum”). No interpretation not contained in an Addendum shall be valid or have any force or effect whatever, nor entitle any Bidder to assert any claim or demand against Owner on account thereof.

All Addenda issued prior to the opening of Bidder's Proposals shall become a part of the Bid Package. Each prospective Bidder shall be responsible for inquiring from time to time as to the availability of Addenda.

If any prospective Bidder is in doubt as to the true meaning of any part of the Bid Package, such prospective Bidder shall submit to Owner a written request for an interpretation thereof as far in advance of the scheduled opening of Bidder's Proposals as possible.

Owner shall use its best efforts to issue Addenda in response to all valid, appropriate, and timely inquiries, but accepts no responsibility for doing so. Inquiries not answered by Addenda shall be considered invalid, inappropriate, or untimely inquiries.

2. Calculation of Unit Price Proposals

On all items for which Bidder’s Proposals are to be received on a unit price basis, the approximate quantities stated in the Schedule of Prices are Owner’s estimate only for Owner’s convenience in comparing Bidder’s Proposals and shall not be relied upon by Prospective Bidders. Each prospective Bidder shall, before submitting its Bidder’s Proposal, make its own estimate of the quantities of Unit Price Items required to complete the Work and shall determine its Price Proposal for each Unit Price Item in light of its own estimate.

Page 6: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 5 of 24

3. Prevailing Wages

In accordance with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq., not less than the prevailing rate of wages for similar work in the locality in which the Work is to be performed shall be paid to all laborers. A copy of Owner’s ordinance ascertaining the prevailing rate of wages, in effect as of the date of the Invitation for Bidder’s Proposals, is included in the Bid Package. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate shall apply to the Contract.

4. Taxes and Benefits

Owner is exempt from state and local sales, use, and excise taxes. Bidder’s Price Proposal shall not include any such taxes. A letter of exemption will be provided to the successful Bidder, if necessary. Owner will not reimburse, nor assist the successful Bidder in obtaining reimbursement for, any state or local sales, use or excise taxes paid by the successful Bidder.

Bidder’s Price Proposal shall include all other applicable federal, state, and local taxes of every kind or nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities or other similar benefits.

5. Permits and Licenses

Except as otherwise expressly provided in Attachment A to the Contract, Bidder’s Price Proposal shall include the cost of obtaining all permits, licenses, and other approvals and authorizations required by law for performance of the Work. It shall be the sole responsibility of each prospective Bidder to determine the applicable permits, licenses, and other approvals and authorizations and no extra compensation shall be paid by Owner for the successful Bidder’s failure to include these costs in its Bidder’s Proposal.

6. Preparation of Bidder's Proposal

Bidder's Proposals to enter into the Contract for the Work shall be made only on the Bidder's Proposal form [Attachment A-1] furnished by Owner and included in the Bid Package.

Entries on the Bidder's Proposal form shall be typed or legibly written in ink. Price Proposals are to be written by words and by figures as provided on the Bidder's Proposal form. In case of any conflict, words shall prevail. This project is being bid via the online electronic bidding service through QuestCDN and a bid will not be allowed if it does not contain a requested price for each and every item named in the Bidder's Proposal form.

Prospective Bidders are warned against making alterations of any kind to the Bidder's Proposal form or to any entry thereon. Bidder's Proposals that contain omissions, conditions, alterations, or additions not called for may be rejected or interpreted so as to be most favorable to Owner.

Each Bidder shall download, acknowledge receipt and upload with its Bidder's Proposal a copy of each Addendum issued and shall include in the place provided therefore in the Bidder's Proposal form a listing of all such Addenda.

Each Bidder shall complete and include into its Bidder's Proposal the Bidder's Sworn Acknowledgement (both Sealed and Notarized) and the Bidder's Sworn Work History Statement (when applicable) included in the Bid Package, and shall staple into its Bidder's Proposal the Bid Security.

Every Bidder submitting a Bidder's Proposal shall be conclusively deemed to have evidenced an intention to be bound thereby whether or not the requirements for signing Bidder's Proposals found in Section 7 of these General Instructions to Bidders are satisfied. However, any Bidder's Proposal that fails to comply with Section 7 of these General Instructions to Bidders may nevertheless be rejected.

Bidder's Proposals that are not submitted on the Bidder's Proposal form furnished by Owner or that are not prepared in accordance with these General Instructions to Bidders may be rejected.

Page 7: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 6 of 24

If a deficiently prepared Bidder's Proposal is not rejected, Owner may demand correction of any deficiency and award the Contract to Bidder upon satisfactory compliance with these General Instructions to Bidders.

7. Signature Requirements

A. Bidder’s Proposals. The following requirements shall be observed in the signing of each Bidder’s Proposal:

(1) Corporations. Each Bidder’s Proposal submitted by a corporation shall be signed by the President or other authorized officer of the corporation and shall also bear the attesting signature of the Secretary or Assistant Secretary of the corporation.

(2) Partnerships. Each Bidder’s Proposal submitted by a partnership shall be signed by all of its general partners or by an attorney-in-fact.

(3) Individuals. Each Bidder’s Proposal submitted by an individual shall be signed by such individual or by an attorney-in-fact.

(4) Joint Ventures. Each Bidder’s Proposal submitted by a joint venture shall be signed by each signatory of the joint venture agreement by which such joint venture was formed in accordance with the applicable provisions of (1), (2), and (3) above or by an attorney-in-fact.

When requested by Owner, satisfactory evidence of the authority of the person or persons signing on behalf of Bidder shall be furnished.

B. Other Documents. The signature requirements set forth in Subsection 7A shall apply to all other documents in the Bid Package required to be executed by Bidder, Bidder’s sureties and Bidder’s insurance representatives as well as to the Contract, the Contractor’s Certification, and all other required documentation related to the Contract.

8. Bid Security

A. Required Bid Security. Every Bidder’s Proposal shall be accompanied by bid security in the form of a Bid Bond as specified in the Invitation for Bidder’s Proposals (“Bid Security”), which Bid Security shall stand as a guaranty that (1) Bidder will submit all additional information requested by Owner; (2) if such Bidder’s Proposal is accepted, Bidder will timely file the Bonds and the certificates and policies of insurance required by the Contract; and (3) if such Bidder’s Proposal is accepted, Bidder will timely execute the Contract, the Contractor’s Certification, and all other required documentation related to the Contract.

B. Return of Bid Security. The City will hold the Bid Security from the two lowest Bidders until the contract is signed. Bid Security submitted in the form of Cashier’s Checks or Certified Checks will be returned within five days after execution of the Contract by Owner.

C. Liquidated Damages. If a Bidder fails to timely submit all additional information requested by Owner, or if the successful Bidder fails to timely and properly submit all required Bonds, certificates and policies of insurance, or if the successful Bidder fails to timely and properly execute the Contract, the Contractor’s Certification, and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure. For such reason, every Bidder shall, by submitting its Bidder’s Proposal, be deemed to agree that Owner shall have the right, at its option in the event of any such default, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security, or to exercise any and all equitable remedies it may have against the defaulting Bidder.

Page 8: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 7 of 24

9. Submission of Electronic Bid and Bidder's Proposal

Bidder’s are encouraged to download the QuestCDN.com On-Line Bidding User Guide to ensure the online bidding process is adhered to. Prior to participating in On-Line Bidding, Bidder’s will need to create an On-Line Bid ID code; this is your digital signature.

The Bidder's Proposal, properly signed, together with all other required documents, shall be uploaded prior to bid submission. All Addenda will be considered part of each Bidder's Proposal whether attached or not.

The Bidder’s Certificate of Eligibility as issued by the Illinois Department of Transportation will also be required to be uploaded prior to bid submission.

10. Withdrawal of Bidder's Proposal

Any Bidder's Proposal may be withdrawn at any time prior to the opening of any Bidder's Proposal, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner prior to the opening of any Bidder's Proposal. The withdrawal of a Bidder's Proposal prior to opening of any Bidder's Proposal will not prejudice the right of Bidder to file a new Bidder's Proposal.

No Bidder's Proposal shall be withdrawn without the consent of Owner for a period of 60 days after the opening of any Bidder's Proposal. Any Bidder's Proposal may be withdrawn at any time following the expiration of said 60 day period, provided that a request in writing, executed by Bidder in the manner specified in Section 7 of these General Instructions to Bidders, for the withdrawal of such Bidder's Proposal is filed with Owner after said 60 day period. If no such request is filed, the date for acceptance of such Bidder's Proposal shall be deemed to be extended until such a request is filed or until Owner executes a Contract pursuant to the Invitation for Bidder's Proposals or until Owner affirmatively and in writing rejects such Bidder's Proposal.

11. Qualification of Bidders

A. Factors. Owner intends to award the Contract only to a Bidder that 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 for the Contract Price and within the Contract Time.

B. Additional Information. Owner reserves the right to require from any Bidder, prior to award of the Contract, a detailed statement regarding the business and technical organizations and plant of Bidder that is available for the Work. Information pertaining to financial resources, experience of personnel, contract defaults, litigation history, and pending construction projects may also be requested.

C. Final Determination. The final selection of the successful Bidder shall be made on the basis of the amount of the Bidder’s Price Proposals, Owner’s prior experience with the Bidders, Owner’s knowledge of the Bidders’ performance on other relevant projects, any additional information submitted by Bidders to satisfy Owner that Bidders are adequately prepared to fulfill the Contract, and all other relevant facts or matters mentioned in the Bid Package or that Owner may legally consider in making its determination.

D. Owner Requests. If Owner requests, in order to demonstrate Bidder’s qualifications to perform the Work, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below within five days of Owner’s request.

1. Each Bid must contain evidence of Bidder’s qualifications to do business in the State of Illinois or covenant to obtain such qualifications prior to award of the contract. Acceptable document shall be IDOT's Certificate of Eligibility.

Page 9: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 8 of 24

2. The address and description of the Bidder’s place of business.

3. The number of years engaged in the contracting business under the present firm name, and the name of the state where incorporated.

4. A list of the property and equipment available to the Bidder to evaluate if the Bidder can complete the Work in accordance with the Bidding Documents.

5. A financial statement of the Bidder showing that the Bidder has the financial resources to meet all obligations incidental to the Work.

6. The Bidder’s performance record giving the description, location, and telephone numbers of all similar projects constructed in the last five years by the Bidder.

7. A list of projects presently under Contract, the approximate Contract amount, and percent of completion of each.

8. A list of Contracts which resulted in law suits.

9. A list of Contracts defaulted.

10. A statement of the Bidder indication whether or not the Bidder has ever filed bankruptcy while performing Work of like nature or magnitude.

11. A list of officers of the firm who, while in the employ of the firm or the employ of previous firms, were associated with Contracts which resulted in lawsuits, Contracts defaulted, or filed for bankruptcy.

12. The names and technical experience of personnel guaranteed to be employed in the responsible charge of the Work stating whether the personnel have or have not performed satisfactorily on other Contracts of like nature and magnitude or comparable difficulty at similar rate of progress.

13. A list of sub-contractors who will be used in completion of this contract.

14. Such additional information as will assist Owner in determining whether the Bidder is adequately prepared to fulfill the Contract.

E. The object of the request for the qualification of Bidder is not to discourage bidding or make it difficult for qualified Bidders to file Bids. Neither is it intended to discourage beginning Contractors. It is intended to make it possible for Owner to have exact information on financial ability, equipment, and experience in order to reduce the hazards involved in awarding Contracts to parties who may not be qualified to perform the Work as specified.

F. Bidder is advised to carefully review those portions of the Bid Form requiring Bidder’s representations and certifications.

G. Owner’s decision as to qualification of the Bidder shall be final.

Page 10: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 9 of 24

12. Disqualification of Bidders

A. More Than One Bidder’s Proposal. No more than one Bidder’s Proposal for the Work described in the Contract shall be considered from any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture. Reasonable grounds for believing that any corporation, partnership, individual or joint venture is interested in more than one Bidder’s Proposal for the Work may cause the rejection of all Bidder’s Proposals in which such corporation, partnership, individual or joint venture is interested. Nothing contained in this Subsection 12A shall prohibit any single corporation, partnership, individual or joint venture, whether under the same or different names and whether or not in conjunction with any other corporation, partnership, individual or joint venture, from submitting a bid or quoting prices to more than one Bidder for equipment, materials and supplies or labor to be furnished as a subcontractor or supplier.

B. Collusion. If there are reasonable grounds for believing that collusion exists among any Bidders, all Bidders’ Proposals of the participants in such collusion will not be considered.

C. Default. If a Bidder is or has been in default on a contract with Owner or in the payment of monies due Owner, its Bidder’s Proposal will not be considered.

13. Award of Contract

A. Reservation of Rights. Owner reserves the right to accept the Bidder’s Proposal that is, in its judgment, the best and most favorable to the interests of Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder’s Proposal; to reject any and all Bidder’s Proposals; to accept and incorporate corrections, clarifications or modifications following the opening of the Bidder’s Proposals when to do so would not, in Owner’s opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bidder’s Proposal submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities, and Bidders should not rely upon, or anticipate, such waivers in submitting their Bidder’s Proposals.

B. Firm Offers. All Bidder’s Proposals are firm offers to enter into the Contract and no Bidder’s Proposals shall be deemed rejected, notwithstanding acceptance of any other Bidder’s Proposal, until the Contract has been executed by both Owner and the successful Bidder or until Owner affirmatively and in writing rejects such Bidder’s Proposal.

C. Time of Award. It is expected that the award of the Contract, if it is awarded, will be made within 60 days following the opening of the Bidder’s Proposals. Should administrative difficulties be encountered after the opening of the Bidder’s Proposals, including the annulment of any award, that may delay an award or subsequent award beyond such 60 day period, Owner may accept any Bidder’s Proposal for which the date for acceptance has been extended as provided in Section 10 of these General Instructions to Bidders in order to avoid the need for re-advertisement. No Bidder shall be under any obligation to extend the date for acceptance of its Bidder’s Proposal. Failure of one or more of the Bidders or their sureties to extend the date for acceptance of its Bidder’s Proposal shall not prejudice the right of Owner to accept any Bidder’s Proposal for which the date for acceptance has been extended.

14. Notice of Award; Effective Date of Award

If the Contract is awarded by Owner, such award shall be effective when a Notice of Award has been delivered to the successful Bidder (“Effective Date of Award”). Owner will prepare three copies of the Contract based upon Bidder’s Proposal and will submit them to the successful Bidder.

Page 11: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS

Instructions – Charal Lane Road and Watermain Replacement Project Page 10 of 24

15. Closing of Contract

A. Closing Date. Unless otherwise stated in the Notice of Award, the successful Bidder shall satisfactorily complete all Conditions Precedent to Closing, and the Contract and all related documents shall be executed, submitted and exchanged by Owner and Bidder (“Closing”) on, the tenth day following the Effective Date of Award or within such extended period as Owner may, in the exercise of its sole discretion, authorize in writing after issuance of the Notice of Award (“Closing Date”).

B. Conditions Precedent to Closing. On or before the Closing Date, the successful Bidder shall: (1) sign (see Section 7), date as of the Closing Date, and submit to Owner all three copies of the Contract, the Contractor’s Certification, and all other required documentation related to the Contract on or before the Closing Date; and (2) submit three executed copies of all required Bonds dated as of the Closing Date and all certificates and policies of insurance (see Contract, Article IV) (“Conditions Precedent to Closing”).

Failure to timely execute or submit any of the aforesaid documents shall be grounds for the imposition of liquidated damages as more specifically set forth in Section 8 above. If the submitted documents or any of them fail to comply with these General Instructions to Bidders or the Contract or are not timely executed and submitted, Owner may, in its sole discretion, annul the award or allow the successful Bidder an opportunity to correct the deficiencies.

In no event will Owner execute the Contract until any and all such deficiencies have been cured or Owner has received adequate assurances, as determined by Owner, of complete and prompt performance.

C. Closing. At the Closing, and provided that all documents required to be submitted prior to or at the Closing have been reviewed and determined by Owner to be in compliance with these General Instructions to Bidders and the Contract, or assurances of complete and prompt performance satisfactory to Owner have been received, Owner shall execute all copies of the Contract, retain two copies of the completed Contract, and tender one copy to the successful Bidder at the Closing.

16. Failure to Close

A. Annulment of Award; Liquidated Damages. The failure or refusal of a successful Bidder to comply with the Conditions Precedent to Closing or to Close shall be just cause for the annulment of the award and the imposition of liquidated damages or the exercise of equitable remedies, both as more specifically set forth in Section 8 above.

B. Subsequent Awards. Upon annulment of an award, Owner may accept, and award a Contract based on, any other Bidder’s Proposal as Owner, in its sole judgment, deems to be the best or may invite new Proposals or may abandon the bidding process or the Work.

17. Special Instructions

See Attachment D of Contract

18. Documents Obtained From Other Sources

Owner through QuestCDN is the only official source for bid packages and supporting materials. Registration with QuestCDN is the only way to ensure Bidders receive all Addenda and other notices concerning the Work that is the subject of this Bid Package. Owner cannot and does not ensure that Bidders who obtain Bid Packages from sources other than QuestCDN will receive Addenda and other notices. All Bidders are advised that bids that do not conform to the requirements of this Bid Package, including compliance with and attachment of all Addenda and other notices, may, at Owner’s discretion, be rejected as non-responsive and/or the Bidder disqualified.

Page 12: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 11 of 24

CITY OF HIGHLAND PARK - DEPARTMENT OF PUBLIC WORKS CONTRACT FOR THE

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

BIDDER'S PROPOSAL

Owner will receive sealed Bidder's Proposals for the Work until 10:00 a.m., local time, June 2, 2017 via the online electronic bid service through QuestCDN.com [project #5137910].

Name of Bidder_______________________________________________________________ (“Bidder”) Office Address______________________________________________________________________________ City, State Zip__________________________________________________________________________________ Contact Person ________________________________________________________________________ Email _______________________________________________________________________________ Telephone _______________________________________ Fax _________________________________ TO: City of Highland Park (“Owner”)

Public Works Department 1150 Half Day Road Highland Park, Illinois 60035 Attention: Lisa Roberts, Contract Specialist

Bidder warrants and represents that Bidder has carefully examined the Work Site described below and its environs and has reviewed and understood all documents included, referred to, or mentioned in this bound set of documents, including Addenda Nos. ______________________, which are securely stapled to the end of this Bidder's Proposal (“Bid Package”).

Bidder acknowledges and agrees that all terms capitalized in this Bidder's Proposal shall have the meaning given to them in the documents included in the Bid Package.

1. Work Proposal

A. Contract and Work. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will contract with Owner, in the form of the Contract included in the Bid Package: (1) to provide, perform and complete at the site or sites described in the Bid Package (“Work Site”) and in the manner described and specified in the Bid Package all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for the Charal Lane Road and Watermain Replacement Project; (2) to procure and furnish all permits, licenses and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in Attachment A to the Contract included in the Bid Package; (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Bid Package; (4) to pay all applicable federal, state and local taxes; (5) to do all other things required of Contractor by the Contract; and (6) to provide, perform and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to as the “Work.”

Page 13: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 12 of 24

B. Manner and Time of Performance. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that the Bidder will perform the Work in the manner and time prescribed in the Bid Package and according to the requirements of Owner pursuant thereto.

C. General. If this Bidder's Proposal is accepted, Bidder proposes, and agrees, that Bidder will do all other things required of Bidder or Contractor, as the case may be, by the Bid Package.

2. Contract Price Proposal

If this Bidder's Proposal is accepted, Bidder will, except as otherwise provided in Article 2.1 of the Contract, take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth on the following “Schedule of Prices” (“Price Proposal”), which Bidder understands and agrees will be made a part of the Contract:

A. UNIT PRICE CONTRACT

For providing, performing, and completing all Work related to the Charal Lane Road and Watermain Replacement Project; the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work and by the Unit Price set forth below for such Unit Price Item:

SCHEDULE OF PRICES as uploaded into QuestCDN vBid [project #5137910]

TOTAL ESTIMATED BASE BID CONTRACT PRICE: _______________________________________________________ Dollars and ____________ Cents (in writing) (in writing)

_______________________________________________________ Dollars and ____________ Cents (in figures) (in figures)

BASE BID ITEM CODE ITEM DESCRIPTION UofM QUANTITY

20200100 EARTH EXCAVATION CU YD 850

20201200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 85

20800150 TRENCH BACKFILL CU YD 1,285

21101615 TOPSOIL FURNISH AND PLACE, 4" SQ YD 1,500

25200200 SUPPLEMENTAL WATERING UNIT 45

30300001 AGGREGATE SUBGRADE IMPROVEMENT CU YD 85

35101600 AGGREGATE BASE COURSE, TYPE B 4" SQ YD 545

35102000 AGGREGATE BASE COURSE, TYPE B 8" SQ YD 4,250

40600275 BITUMINOUS MATERIALS (PRIME COAT) POUND 9,570

40600290 BITUMINOUS MATERIALS (TACK COAT) POUND 960

40603080 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TON 952

42300200 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH SQ YD 456

42400200 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 370

44000100 PAVEMENT REMOVAL SQ YD 4,250

44000200 DRIVEWAY PAVEMENT REMOVAL SQ YD 950

Page 14: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 13 of 24

ITEM CODE DESCRIPTION UofM QUANTITY

44000500 COMBINATION CURB AND GUTTER REMOVAL FOOT 2,270

44000600 SIDEWALK REMOVAL SQ FT 370

44201771 CLASS D PATCHES, TYPE IV, 10 INCH SQYD 36

55100200 STORM SEWER REMOVAL 6" FOOT 60

55100300 STORM SEWER REMOVAL 8" FOOT 126

55100400 STORM SEWER REMOVAL 10" FOOT 185

55100500 STORM SEWER REMOVAL 12" FOOT 92

60108104 PIPE UNDERDRAINS, TYPE 1, 4" FOOT 100

60250200 CATCH BASINS TO BE ADJUSTED EACH 3

60500050 REMOVING CATCH BASINS EACH 4

60500060 REMOVING INLETS EACH 7

60603800 COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.12 FOOT 2,270

78000650 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 15

X2520700 SODDING, SPECIAL SQYD 1,500

X4021000 TEMPORARY ACCESS (PRIVATE ENTRANCE) EACH 39

X4023000 TEMPORARY ACCESS (ROAD) EACH 1

X6023200 INLETS, TYPE A, SPECIAL EACH 11

X7010216 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) LSUM 1

XX000679 CUT AND CAP EXISTING WATER MAIN EACH 2

XX003424 CONNECTION TO EXISTING STRUCTURE EACH 1

Z0004510 HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3" SQ YD 903

Z0013798 CONSTRUCTION LAYOUT LSUM 1

HP105-02 PRE-CONSTRUCTION VIDEO RECORDING LSUM 1

HP105-01 AS BUILT DRAWINGS IN AUTOCAD CIVIL 3D & PDF LSUM 1

HP201-01 TREE PROTECTION FOOT 560

HP201-02 TREE ROOT PRUNING, 24" DEEP FOOT 400

HP280-01 DRAINAGE STRUCTURE INLET FILTER EACH 16

HP280-02 INLET FILTER CLEANING EACH 16

HP406-01 HOT-MIX ASPHALT SURFACE COURSE MIX ''D'' N50 (MODIFIED) TON 476

HP424-01 DETECTABLE WARNINGS (SPECIAL) SQFT 40

HP550-01 STORM SERVICE CONNECTION (KOR-N-TEE) EACH 2

HP550-02 STORM SERVICE CONNECTION (WYE FITTING) EACH 2

HP550-05 STORM SEWER, PVC SDR26, 6" FOOT 20

HP550-06 STORM SEWER, PVC SDR26, 8" FOOT 111

HP550-07 STORM SEWER, PVC SDR26, 12" FOOT 111

HP550-08 POINT REPAIR, STORM SEWERS, LESS THAN 10' DEPTH, 6"-10" EACH 3

HP-602-03 MANHOLES, INLETS AND CATCH BASINS TO BE ADJUSTED W/NEW NEENAH FOUNDRY TYPE R-3010 FRAME AND GRATE EACH 4

HP055-01 BRICK PAVER REMOVAL AND REINSTALLATION SQFT 150

HP561-01 WATER MAIN, D.I.P. CL54, 8" FOOT 1,100

Page 15: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 14 of 24

ITEM CODE DESCRIPTION UofM QUANTITY

HP561-02 WATER VALVE 8 INCH & 4' DIA. VALVE VAULT (H.P. STD WD-1002 & 1003) EACH 2

HP561-05 WATER MAIN CONNECTION (PRESSURE CONNECTION): 6 INCH EACH 2

HP561-09 WATER MAIN CONNECTION (PRESSURE CONNECTION): 12 INCH EACH 1

HP561-0X FITTINGS D.I. POUND 1,625

HP561-06 WATER SERVICE LINE, 1", COPPER REPLACEMENT FOOT 940

HP561-08 SADDLE TAP 1" EACH 28

HP561-10 EXISTING WATER MAIN TO BE ABANDONED, FILL WITH CLSM, 6" FOOT 810

HP564-01 FIRE HYDRANT / AUX. VALVE & VALVE BOX EACH 4

HP564-02 FIRE HYDRANT REMOVED EACH 4

HP565-01 DOMESTIC METER VAULT REMOVED & REPLACED WITH NEW METER VAULT (H.P. STANDARD WD-1001) EACH 1

HP213-01 EXPLORATORY HOLE EXCAVATION EACH 10

ALTERNATE ITEMS UNIT PRICING HP561-11 WATER MAIN TO BE PIPELINED, 6" FOOT 740

B. BASIS FOR DETERMINING PRICES

It is expressly understood and agreed that:

1. The approximate quantities set forth in this Schedule of Prices 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 Schedule of Prices;

3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits are included in this Schedule of Prices; and

4. All costs, royalties, and fees arising from the use on, or the incorporation into, the Work of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions are included in this Schedule of Prices.

All claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, or to claim any additional compensation by reason of the payment of any such tax, contribution, or premium or any such cost, royalty or fee is hereby waived and released.

3. Contract Time Proposal

If this Bidder's Proposal is accepted, Bidder will commence the Work not later than the “Commencement Date” set forth in Attachment A to the Contract and will perform the Work diligently and continuously and will complete the Work not later than the “Completion Date” set forth in Attachment A to the Contract.

Page 16: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 15 of 24

4. Firm Proposal

All prices and other terms stated in this Bidder's Proposal are firm and shall not be subject to withdrawal, escalation, or change for a period of 60 days after the date on which any Bidder's Proposal is opened or such extended acceptance date for Bidder's Proposals as may be established pursuant to Sections 10 and 13 of the General Instructions to Bidders.

5. Bidder Representations

A. No Collusion. Bidder warrants and represents that the only persons, firms, or corporations interested in this Bidder's Proposal as principals are those named in Bidder's Sworn Acknowledgment attached hereto and that this Bidder's Proposal is made without collusion with any other person, firm or corporation.

B. Not Barred. Bidder warrants, represents and certifies that it is not barred by law from contracting with Owner or with any unit of state or local government.

C. Qualified. Bidder warrants and represents that it has the requisite experience, ability, capital, facilities, plant, organization and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract Time Proposals set forth above. In support thereof, Bidder submits the attached Sworn Work History Statement. In the event Bidder is preliminarily deemed to be one of the most favorable to the interests of Owner, Bidder hereby agrees to furnish upon request, within two business days or such longer period as may be set forth in the request, such additional information as may be necessary to satisfy Owner that Bidder is adequately prepared to fulfill the Contract.

D. Owner's Reliance. Bidder acknowledges that Owner is relying on all warranties, representations and statements made by Bidder in this Bidder's Proposal.

6. Surety and Insurance

Bidder herewith tenders surety and insurance commitment letters as specified in Section 6 of the Invitation for Bidder's Proposals.

7. Bid Security

Bidder herewith issues a Bid Bond as specified in Section 6 of the Invitation for Bidder's Proposals for the sum of ___________________________________ dollars (“Bid Security”).

8. Owner's Remedies

Bidder acknowledges and agrees that should Bidder fail to timely submit all additional information that is requested of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely submit all the Bonds and all the certificates and policies of insurance required of it; or should Bidder, if Owner awards Bidder the Contract, fail to timely execute the Contract, Contractor's Certification and all other required documentation related to the Contract, it will be difficult and impracticable to ascertain and determine the amount of damage that Owner will sustain by reason of any such failure and, for such reason, Owner shall have the right, at its option in the event of any such default by Bidder, to retain or recover as reasonably estimated liquidated damages, and not as a penalty, the entire amount of the Bid Security or to exercise any and all equitable remedies it may have against Bidder.

9. Owner's Rights

Bidder acknowledges and agrees that Owner reserves the right to reject any and all Bidder's Proposals, reserves the right to accept or reject any item of any Bidder's Proposal and reserves such other rights as are set forth in Section 13 of the General Instructions to Bidders.

Page 17: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL

Instructions – Charal Lane Road and Watermain Replacement Project Page 16 of 24

10. Bidder's Obligations

In submitting this Bidder's Proposal, Bidder understands and agrees that it shall be bound by each and every term, condition or provision contained in the Bid Package, which are by this reference incorporated herein and made a part hereof.

DATED this _______ day of _________________, 2017 ATTEST: BIDDER By: __________________________ By:______________________________________ Print Name:_______________________Print Name:______________________________________ Title: __________________________ Title:_____________________________________

Page 18: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTION – FORM OF BIDDER’S PROPOSAL ACKNOWLEDGEMENT

Instructions – Charal Lane Road and Watermain Replacement Project Page 17 of 24

CITY OF HIGHLAND PARK - PUBLIC WORKS DEPARTMENT

CONTRACT FOR THE CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

BIDDER'S SWORN ACKNOWLEDGEMENT

________________________________ NAME (“Deponent”), being first duly sworn on oath, deposes and states that the undersigned Bidder is organized as indicated below and that all statements herein made are made on behalf of such Bidder in support of its Bidder's Proposal for the above Contract and that Deponent is authorized to make them.

Deponent also deposes and states that Bidder has carefully prepared, reviewed, and checked its Bidder's Proposal and that the statements contained in its Bidder's Proposal and in this Acknowledgement are true and correct.

COMPLETE APPLICABLE SECTION ONLY

1. Corporation

The Bidder is a corporation that is organized and existing under the laws of the State of ______________________________, that is qualified to do business in the State of Illinois, and that is operating under the legal name of ____________________________________.

The officers of the corporation are as follows:

TITLE NAME ADDRESS

President ____________________ ______________________________

Vice President ____________________ ______________________________

Secretary ____________________ ______________________________

Treasurer ____________________ ______________________________

2. Partnership

The Bidder is a partnership that is organized, existing and registered under the laws of the State of ______________________________ pursuant to that certain Partnership Agreement dated as of _____/_____/______ that is qualified to do business in the State of Illinois, and that is operating under the legal name of __________________________________________________________.

The general partners of the partnership are as follows:

NAME ADDRESS

____________________ ________________________________________________

____________________ ________________________________________________

____________________ ________________________________________________

Page 19: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTION – FORM OF BIDDER’S PROPOSAL ACKNOWLEDGEMENT

Instructions – Charal Lane Road and Watermain Replacement Project Page 18 of 24

3. Individual

The Bidder is an individual whose full name is ________________________________ whose residence address is and whose business address is ________________________________________. If operating under a trade or assumed name said trade or assumed name is as follows:

________________________________________[NAME].

4. Joint Venture

The Bidder is a joint venture that is organized and existing under the laws of the State of __________________________________ pursuant to that certain Joint Venture Agreement dated as of _____/_____/_____ that is qualified to do business in the State of Illinois, and that is operating under the legal name of ________________________________________________________.

The signatories to the aforesaid Joint Venture Agreement are as follows:

NAME (and ENTITY TYPE) ADDRESS

_________________(___) ________________________________________________

_________________(___) ________________________________________________

_________________(___) ________________________________________________

DATED this ______ day of ____________, 2017

ATTEST: BIDDER

By: _____________________________ By: ______________________________________

Title: ____________________________ Title: _____________________________________

Subscribed and Sworn to My Commission Expires: _____________________

Before me this _________ day

of ___________________, 2017

___________________________ [SEAL] Notary Public

Page 20: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL WORK HISTORY

Instructions – Charal Lane Road and Watermain Replacement Project Page 19 of 24

CITY OF HIGHLAND PARK - PUBLIC WORKS DEPARTMENT CONTRACT FOR THE

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

BIDDER'S SWORN WORK HISTORY STATEMENT

______________________________________________________ (“Deponent”), being first duly sworn on oath, deposes and states that all statements made in this Sworn Work History Statement are made on behalf of the undersigned Bidder in support of its Bidder's Proposal for the above Contract and that Deponent is authorized to make them.

Deponent also deposes and states that Bidder has carefully prepared, reviewed, and checked this Sworn Work History Statement and that the statements contained in this Sworn Work History Statement are true and correct.

IF NECESSARY FOR FULL DISCLOSURE, ADD SEPARATE SHEETS

JOINT VENTURES MUST SUBMIT SEPARATE SWORN WORK HISTORY STATEMENTS FOR THE JOINT VENTURE

AND FOR EACH SIGNATORY TO THE JOINT VENTURE AGREEMENT

1. Nature of Business

State the nature of Bidder's business: __________________________________

______________________________________________________________________________

2. Composition of Work

During the past three years, Bidder's work has consisted of:

____% Federal ____% As Contractor ____% Bidder's Forces

____% Other Public ____% As Subcontractor ____% Subcontractors

____% Private ____% Materials

3. Years in Business

State the number of years that Bidder, under its current name and organization, has been continuously engaged in the aforesaid business: __________ years

4. Predecessor Organizations

If Bidder has been in business under its current name and organization for less than five years, list any predecessor organizations:

NAME ADDRESS YEARS

____________________ ________________________________ ______

____________________ ________________________________ ______

Page 21: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL WORK HISTORY

Instructions – Charal Lane Road and Watermain Replacement Project Page 20 of 24

5. Business Licenses

List all business licenses currently held by Bidder:

ISSUING AGENCY TYPE NUMBER EXPIRATION __________________________ __________ __________ ____________

__________________________ __________ __________ ____________

6. Related Experience

List three projects most comparable to the Work completed by Bidder, or its predecessors, in the past five years:

PROJECT ONE PROJECT TWO PROJECT THREE

Owner Name ______________ _____________ _________________

Owner Address ______________ ______________ _________________

______________ ______________ _________________

Reference ______________ ______________ _________________

Telephone Number ______________ ______________ _________________

Type of Work ______________ ______________ _________________

______________ ______________ _________________

PROJECT ONE PROJECT TWO PROJECT THREE

Contractor ______________ ______________ _________________

(If Bidder was)

(Subcontractor) ______________ ______________ _________________

______________ ______________ _________________

Amount of Contract ______________ ______________ _________________

Date Completed ______________ ______________ _________________

DATED this ______ day of ____________, 2017

ATTEST: BIDDER By: _______________________ By: ____________________________________

Title: _______________________ Title: ____________________________________

Subscribed and Sworn to My Commission Expires: _______________ Before me this _________ day of ___________________, 2017 ___________________________ [SEAL] Notary Public

SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS

# 5385236_v1

Page 22: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL PERFORMANCE BOND SAMPLE

Instructions – Charal Lane Road and Watermain Replacement Project Page 21 of 24

CITY OF HIGHLAND PARK

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

PROJECT/CONTRACT #0048

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: that [FULL NAME, ADDRESS AND ORGANIZATION OF CONTRACTOR], as Principal, hereinafter called Contractor, and [FULL NAME AND ADDRESS OF SURETY], as Surety, a corporation organized and existing under the laws of the State of [INCORPORATION], hereinafter called Surety, are held and firmly bound unto the CITY OF HIGHLAND PARK, 1707 St. Johns Avenue, Highland Park, Illinois 60035, as Obligee, hereinafter called Owner, in the full and just sum of [CONTRACT PRICE] Dollars ($[CONTRACT PRICE]), for the payment of which sum of money well and truly to be made, Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys’ fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees, administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by reason of Contractor’s failure to promptly and faithfully perform its contract with Owner, said contract being more fully described below, and to include attorneys’ fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of Surety under this bond.

WHEREAS, Contractor has entered into a written agreement dated [DATE OF CONTRACT AGREEMENT], with Owner entitled “Contract Agreement Between City of Highland Park and [CONTRACTOR’S NAME] for the Construction of [NAME OF WORK] - Contract [NO.]” (the “Contract”), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if Contractor shall well, truly, and promptly perform all the undertakings, covenants, terms, conditions, and agreements of said Contractor under the Contract, including, but not limited to, Contractor’s obligations under the Contract: (1) to provide, perform and complete at the Work Site and in the manner specified in the Contract all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary for the construction and installation of the [NAME OF WORK], together with related attachments, equipment, and appurtenances thereto; (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in the Special Conditions of Contract; (3) to procure and furnish all bonds and certificates and policies of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and pursuant to, the Contract; all of which is herein referred to as the “Work,” whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of either Owner or Contractor to the other in or to the terms of said Contract; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished

Page 23: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL PERFORMANCE BOND SAMPLE

Instructions – Charal Lane Road and Watermain Replacement Project Page 22 of 24

facilities, equipment, materials, services, or sites; or in or to the mode or manner of payment therefor, shall in any way release Contractor and Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances, and notice of any and all defaults by Contractor or of Owner’s termination of Contractor being hereby waived by Surety.

Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the obligations of Surety under this bond in the event of Contractor’s default be greater than the obligations of Contractor under the Contract in the absence of such Contractor default.

In the event of a default or defaults by Contractor, Owner shall have the right to take over and complete the Contract upon 30 calendar days’ written notice to Surety, in which event Surety shall pay Owner all costs incurred by Owner in taking over and completing the Contract.

At its option, Owner may instead request that Surety take over and complete the Contract, in which event Surety shall take reasonable steps to proceed promptly with completion no later than 30 calendar days from the date on which Owner notifies Surety that Owner wants Surety to take over and complete the Contract.

Owner shall have no obligation to actually incur any expense or correct any deficient performance of Contractor in order to be entitled to receive the proceeds of this bond.

No right of action shall accrue on this bond to or for the use of any person or corporation other than Owner or the heirs, executors, administrators, or successors of Owner.

Signed and sealed this ___ day of ______, 20___.

Attest/Witness: PRINCIPAL: [NAME OF CONTRACTOR]

By: _________________________ By: ______________________________________ [NAME OF CONTRACTOR’S EXECUTING OFFICER] Title: ___________________________ Title: [TITLE OF CONTRACTOR'S EXECUTING OFFICER] Attest/Witness: SURETY: [NAME OF SURETY]

By: _________________________ By: ______________________________________ Title: ___________________________ Title: ______________________________________ Telephone: _______________________________

Page 24: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL PAYMENT BOND SAMPLE

Instructions – Charal Lane Road and Watermain Replacement Project Page 23 of 24

CITY OF HIGHLAND PARK

CHARAL LANE ROAD AND WATERMAIN REPLACEMENT PROJECT

PROJECT/CONTRACT #0048

LABOR AND MATERIAL PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: that [FULL NAME, ADDRESS AND ORGANIZATION OF CONTRACTOR], as Principal, hereinafter called Contractor, and [FULL NAME AND ADDRESS OF SURETY], as Surety, a corporation organized and existing under the laws of the State of [INCORPORATION], hereinafter called Surety, are held and firmly bound unto the CITY OF HIGHLAND PARK, 1707 St. Johns Avenue, Highland Park, Illinois 60035, as Obligee, hereinafter called Owner, for the use and benefit of itself and of claimants as hereinafter defined, in the full and just sum of [CONTRACT PRICE] Dollars ($[CONTRACT PRICE]), to be paid to it or the said claimants or its or their assigns, to which payment well and truly to be made Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include attorney’s fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of Surety under this bond.

WHEREAS, Contractor has entered into a written agreement dated [DATE OF CONTRACT AGREEMENT], with Owner entitled “Contract Agreement Between City of Highland Park and [CONTRACTOR’S NAME] for the Construction of [NAME OF WORK] - Contract [NO.]” (the “Contract”), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if Contractor shall promptly pay or cause to be paid all sums of money that may be due to any claimant with respect to Contractor’s obligations under the Contract: (1) to provide, perform, and complete at the Work Site and in the manner specified in the Contract all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary for the construction and installation of the [NAME OF WORK], together with related attachments, equipment, and appurtenances thereto; (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith except as otherwise expressly provided in the Special Conditions of Contract; (3) to procure and furnish all bonds and certificates and policies of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and pursuant to, the Contract; all of which is herein referred to as the “Work,” whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

For purpose of this bond, a claimant is defined as one having a direct contract with Contractor or with a subcontractor of Contractor to provide, perform or complete any part of the Work.

Contractor and Surety hereby jointly and severally agree that every claimant who has not had all just claims for the furnishing of any part of the Work paid in full, including, without limitation, all claims for amounts due for materials, lubricants, oil, gasoline, rentals of, or service or repairs on, machinery, equipment, and tools consumed or used in connection with the furnishing of any part of the Work, may sue

Page 25: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

INSTRUCTIONS – FORM OF BIDDER’S PROPOSAL PAYMENT BOND SAMPLE

Instructions – Charal Lane Road and Watermain Replacement Project Page 24 of 24

on this bond for the use of such claimant, may prosecute the suit to final judgment for such sum or sums as may be justly due such claimant, and may have execution therein; provided, however, that Owner shall not be liable for the payment of any costs or expenses of any such suit. The provisions of 30 ILCS 550/1 and 30 ILCS 550/2 shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond.

Contractor and Surety hereby jointly agree that Owner may sue on this bond if Owner is held liable to, or voluntarily agrees to pay, any claimant directly, but nothing in this bond shall create any duty on the part of Owner to pay any claimant.

Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of Owner or Contractor to the other in or to the terms of said Contract; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished facilities, equipment, materials, services, or sites; or in or to the mode or manner of payment therefor shall in any way release Contractor and Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of said Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by Contractor or of Owner’s termination of Contractor being hereby waived by Surety.

Signed and sealed this ___ day of ______, 20___.

Attest/Witness: PRINCIPAL: [NAME OF CONTRACTOR]

By: _________________________ By: ______________________________________ [NAME OF CONTRACTOR’S EXECUTING OFFICER] Title: ___________________________ Title: [TITLE OF CONTRACTOR'S EXECUTING OFFICER] Attest/Witness: SURETY: [NAME OF SURETY]

By: _________________________ By: ______________________________________ Title: ___________________________ Title: ______________________________________ Telephone: _______________________________

Page 26: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

CONTRACT BETWEEN

City of Highland Park

and

Name of Successful Bidder

for

Charal Lane Road and Watermain Replacement Project

Project #0048

1150 Half Day Rd. Highland Park, Illinois 60035 847.432.0807 cityhpil.com

Public Works

Department

Page 27: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

i

TABLE OF CONTENTS Page

ARTICLE I .................................................................................................................................................. 1

1.1 PERFORMANCE OF THE WORK .................................................................................................. 1

1.2 COMMENCEMENT AND COMPLETION DATES........................................................................... 1

1.3 REQUIRED SUBMITTALS ............................................................................................................ 1

1.4 REVIEW AND INTERPRETATION OF CONTRACT PROVISIONS ................................................. 2

1.5 CONDITIONS AT THE WORK SITE; RECORD DRAWINGS ......................................................... 3

1.6 TECHNICAL ABILITY TO PERFORM .......................................................................................... 3

1.7 FINANCIAL ABILITY TO PERFORM ............................................................................................ 3

1.8 TIME ............................................................................................................................................ 3

1.9 SAFETY AT THE WORK SITE ...................................................................................................... 3

1.10 CLEANLINESS OF THE WORK SITE AND ENVIRONS ................................................................. 4

1.11 DAMAGE TO THE WORK, THE WORK SITE, AND OTHER PROPERTY ..................................... 4

1.12 SUBCONTRACTORS AND SUPPLIERS .......................................................................................... 4

1.13 SIMULTANEOUS WORK BY OTHERS ......................................................................................... 5

1.14 OCCUPANCY PRIOR TO FINAL PAYMENT ................................................................................. 5

1.15 OWNER'S RIGHT TO TERMINATE OR SUSPEND WORK FOR CONVENIENCE .......................... 5

ARTICLE II ................................................................................................................................................ 5

2.1 CHANGES .................................................................................................................................... 5

2.2 DELAYS ....................................................................................................................................... 6

ARTICLE III ............................................................................................................................................... 6

3.1 INSPECTION; TESTING; CORRECTION OF DEFECTS ................................................................ 6

3.2 WARRANTY OF WORK ............................................................................................................... 6

3.3 OWNER'S RIGHT TO CORRECT.................................................................................................. 7

ARTICLE IV ............................................................................................................................................... 7

4.1 BONDS ......................................................................................................................................... 7

4.2 INSURANCE ................................................................................................................................. 7

4.3 INDEMNIFICATION ...................................................................................................................... 7

ARTICLE V ................................................................................................................................................ 8

5.1 CONTRACT PRICE ...................................................................................................................... 8

5.2 TAXES AND BENEFITS ................................................................................................................ 8

5.3 PROGRESS PAYMENTS ............................................................................................................... 8

5.4 FINAL ACCEPTANCE AND FINAL PAYMENT ............................................................................. 8

5.5 LIENS ........................................................................................................................................... 9

Page 28: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ii

5.6 DEDUCTIONS ............................................................................................................................... 9

ARTICLE VI ............................................................................................................................................. 10

6.1 DISPUTE RESOLUTION PROCEDURE ....................................................................................... 10

6.2 CONTRACTOR'S REMEDIES ..................................................................................................... 10

6.3 OWNER'S REMEDIES ................................................................................................................ 10

6.4 OWNER'S SPECIAL REMEDY FOR DELAY ............................................................................... 11

6.5 TERMINATIONS AND SUSPENSIONS DEEMED FOR CONVENIENCE ........................................ 11

ARTICLE VII ........................................................................................................................................... 12

7.1 BINDING EFFECT ...................................................................................................................... 12

7.2 RELATIONSHIP OF THE PARTIES ............................................................................................. 12

7.3 NO COLLUSION ......................................................................................................................... 12

7.4 ASSIGNMENT ............................................................................................................................. 12

7.5 CONFIDENTIAL INFORMATION ................................................................................................ 12

7.6 NO WAIVER .............................................................................................................................. 12

7.7 NO THIRD PARTY BENEFICIARIES .......................................................................................... 12

7.8 NOTICES .................................................................................................................................... 12

7.9 GOVERNING LAWS ................................................................................................................... 13

7.10 CHANGES IN LAWS ................................................................................................................... 13

7.11 COMPLIANCE WITH LAWS ....................................................................................................... 14

7.12 COMPLIANCE WITH PATENTS.................................................................................................. 14

7.13 TIME OF THE ESSENCE ............................................................................................................. 15

7.14 CALENDAR DAYS AND TIME .................................................................................................... 15

7.15 SEVERABILITY .......................................................................................................................... 15

7.16 ENTIRE AGREEMENT ............................................................................................................... 15

7.17 AMENDMENTS AND MODIFICATIONS ...................................................................................... 15

7.18 CONFLICTS OF INTEREST ......................................................................................................... 15

7.19 CONTRACT RENEWAL .............................................................................................................. 16

CONTRACTOR'S CERTIFICATION .................................................................................................. 17 ATTACHMENT A Supplemental Schedule of Contract Terms .................................................. 18 - 20 ATTACHMENT A1 Schedule of Contract Prices (Bidder’s Proposal) ATTACHMENT B Special Provisions – General ....................................................................... 21 - 23 Special Provisions – Detail Specifications .................................................. 24 - 85 ATTACHMENT C List of Drawings ................................................................................................. 86 ATTACHMENT D Special Instructions ............................................................................................. 87 APPENDIX I Prevailing Wage Ordinance .......................................................................... I1 – I2

Page 29: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 1 of 87

In consideration of the mutual promises set forth below, the CITY OF HIGHLAND PARK, 1150

Half Day Road, Highland Park, Illinois, 60035, a municipal corporation (“Owner”), and NAME AND CITY OF SUCCESSFUL BIDDER, (“Contractor”), make this Contract as of the __________ day of ______________________, 2017, and hereby agree as follows:

ARTICLE I THE WORK

1.1 Performance of the Work

Contractor shall, at its sole cost and expense, provide, perform, and complete all of the following, all of which is herein referred to as the “Work”:

1. Labor, Equipment, Materials, and Supplies. Provide, perform, and complete, in the manner described and specified in this Contract, all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary to accomplish the Project at the Work Site, both as defined in Attachment A, in accordance with the specifications attached hereto as Attachment B, the drawings identified in the list attached hereto as Attachment C, and the Special Project Requirements attached hereto as Attachment D.

2. Permits. Except as otherwise provided in Attachment A, procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith.

3. Bonds and Insurance. Procure and furnish all Bonds and all certificates and policies of insurance specified in this.

4. Taxes. Pay all applicable federal, state, and local taxes.

5. Miscellaneous. Do all other things required of Contractor by this Contract, including, without limitation, arranging for utility and other services needed for the work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work.

6. Quality. Provide, perform and complete all of the foregoing in a proper and workmanlike manner, consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or pursuant to, this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged and first quality equipment, materials, and supplies.

1.2 Commencement and Completion Dates

Contractor shall commence the Work not later than the “Commencement Date” set forth on Attachment A and shall diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the “Completion Date” set forth in Attachment A. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the “Contract Time.”

1.3 Required Submittals

A. Submittals Required. Contractor shall submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and shall, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this

Page 30: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 2 of 87

Contract (“Required Submittals”). Such details shall include, but shall not be limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work.

B. Number and Format. Contractor shall provide three complete sets for each Required Submittal. All Required Submittals, except drawings, shall be prepared on 8-1/2 inch by 11-inch paper. Two blue line prints and one sepia transparency of each drawing shall be provided. All prints of drawings shall be folded to 8-1/2 inches by 11 inches, or less. All drawings shall be clearly marked in the lower right-hand corner with the names of Owner and Contractor.

C. Time of Submission and Owner's Review. All Required Submittals shall be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner's sole opinion, to permit Owner to review the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner shall have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals shall, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal shall be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner's review and stamping of any Required Submittal shall be for the sole purpose of examining the general management, design, and details of the proposed Work, shall not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with, and as required by or pursuant to this Contract, and shall not be regarded as any assumption of risk or liability by Owner.

D. Responsibility for Delay. Contractor shall be responsible for any delay in the Work due to delay in providing Required Submittals conforming to this Contract.

1.4 Review and Interpretation of Contract Provisions

Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor shall, at no increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment, materials or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion.

Contractor shall promptly notify Owner of any discrepancy, error, omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner, then the subsequent decision of Owner as to which provision of this Contract shall govern shall be final, and any corrective work required shall not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time.

When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor shall, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification shall be subject to the prior review and consent of Owner.

Page 31: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 3 of 87

1.5 Conditions at the Work Site; Record Drawings

Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor shall have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at, or in the vicinity of, the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present.

Contractor shall be solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, whichever is earlier. Contractor shall check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor shall lay out the Work in accordance with this Contract and shall establish and maintain such locations, lines, and levels. Wherever pre-existing work is encountered, Contractor shall verify and be responsible for dimensions and location of such pre-existing work. Contractor shall notify Owner of any discrepancy between the dimensions, elevations, and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor shall carry out such instructions as if originally specified and without any increase in Contract Price.

Before Final Acceptance of the Work, Contractor shall submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating al field deviations from Attachment B or the drawings identified in Attachment C.

1.6 Technical Ability to Perform

Contractor represents and warrants that it is sufficiently experienced and competent, and has the necessary capital, facilities, plant, organization, and staff, to provide, perform, and complete the Work in full compliance with, and as required by or pursuant to, this Contract.

1.7 Financial Ability to Perform

Contractor represents and warrants that it is financially solvent, and Contractor has the financial resources necessary to provide, perform, and complete the Work in full compliance with, and as required by or pursuant to, this Contract.

1.8 Time

Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with, and as required by or pursuant to, this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may be incident to the Work. Specifically, and without limitation of the foregoing, Contractor acknowledges and agrees that Contractor shall be responsible for completion of all Work within the Contract Time, notwithstanding any strike or other work stoppage by employees of either Contractor or of Owner.

1.9 Safety at the Work Site

Page 32: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 4 of 87

Contractor shall be solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during performance of the Work. This requirement shall apply continuously and shall not be limited to normal working hours. Contractor shall take all safety precautions as shall be necessary to comply with all applicable laws and to prevent injury to persons and damage to property.

Contractor shall conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefore from the proper authorities. If any public or private right-of-way shall be rendered unsafe by Contractor's operations, Contractor shall make such repairs or provide such temporary ways or guards as shall be acceptable to the proper authorities.

1.10 Cleanliness of the Work Site and Environs

Contractor shall keep the Work Site and adjacent areas clean at all times during performance of the Work and shall, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition.

1.11 Damage to the Work, the Work Site, and Other Property

The Work and everything pertaining thereto shall be provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor shall be fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor shall, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all parts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified, and support and protect all buildings, bridges, roadways, conduits, wires, water pipes, gas pipes, sewers, pavements, curbs, sidewalks, fixtures and landscaping of all kinds and all other public or private property that may be encountered or endangered in providing, performing and completing the Work. Contractor shall have no claim against Owner because of any damage or loss to the Work or to Contractor's equipment, materials, or supplies from any cause whatsoever, including damage or loss due to simultaneous work by others. Contractor shall, promptly and without charge to Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other property as a result of the Work. Notwithstanding any other provision of this Contract, Contractor's obligations under this Section shall exist without regard to, and shall not be construed to be waived by, the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section.

1.12 Subcontractors and Suppliers

A. Approval and Use of Subcontractors and Suppliers. Contractor shall perform the Work with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor shall be acceptable to, and approved in advance by, Owner. Owner's approval of any subcontractor, supplier, and subcontract shall not relieve Contractor of full responsibility and liability for the provision, performance, and completion of the Work in full compliance with, and as required by or pursuant to, this Contract. All Work performed under any subcontract shall be subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to “Contractor” shall be deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract shall include a provision binding the subcontractor or supplier to all provisions of this Contract.

B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor shall immediately upon

Page 33: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 5 of 87

notice from Owner terminate such subcontractor or supplier. Contractor shall have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination.

1.13 Simultaneous Work By Others

Owner shall have the right to perform or have performed such other work, as Owner may desire in, about, or near the Work Site during the performance of the Work by Contractor. Contractor shall make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor shall afford Owner and other contractors reasonable opportunity for the execution of such other work and shall properly coordinate the Work with such other work.

1.14 Occupancy Prior to Final Payment

Owner shall have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service shall be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service shall be construed as an acceptance of any of the Work or a release or satisfaction of Contractor's duty to insure and protect the Work, not shall it, unless conducted in an unreasonable manner, be considered as an interference with Contractor's provision, performance, or completion of the Work.

1.15 Owner's Right to Terminate or Suspend Work for Convenience

A. Termination or Suspension for Convenience. Owner shall have the right, for its convenience, to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice shall state the extent and effective date of such termination or suspension. On such effective date, Contractor shall, as and to the extent directed, stop Work under this Contract, cease all placement of further orders or subcontracts, terminate or suspend Work under existing orders and subcontracts, cancel any outstanding orders or subcontracts that may be cancelled, and take any action necessary to protect any property in its possession in which Owner has or may acquire any interest and to dispose of such property in such manner as may be directed by Owner.

B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner shall pay Contractor (1) such direct costs, excluding overhead, as Contractor shall have paid or incurred for all Work done in compliance with, and as required by or pursuant to, this Contract up to the effective date of termination together with ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily incurred as the result of such termination. Any such payment shall be offset by any prior payment or payments and shall be subject to Owner's rights to withhold and deduct as provided in this Contract.

ARTICLE II CHANGES AND DELAYS

2.1 Changes

Owner shall have the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time (“Change Order”). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time shall be made within two business days following receipt of such Change Order, and shall, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the

Page 34: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 6 of 87

Work caused by any Change Order shall entitle Contractor to make any claim for damages, anticipated profits, or other compensation.

2.2 Delays

A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor shall, upon timely written application, be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No extension of the Contract Time shall be allowed for any other delay in completion of the Work.

B. No Compensation for Delays. No payment, compensation, damages, or adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, shall be made to, or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable.

ARTICLE III

CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK

3.1 Inspection; Testing; Correction of Defects

A. Inspection. Until Final Payment, all parts of the Work shall be subject to inspection and testing by Owner or its designated representatives. Contractor shall furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing.

B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work shall be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract, then Owner shall pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is not in full compliance with this Contract, then Contractor shall pay such cost.

C. Correction. Until Final Payment, Contractor shall, promptly and without charge, repair, correct, or replace all or any part of the Work that is defective, damaged, flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this Contract.

3.2 Warranty of Work

A. Scope of Warranty. Contractor warrants that the Work and all of its components shall be free from defects and flaws in design, workmanship, and materials; shall strictly conform to the requirements of this Contract; and shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed shall be in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner.

B. Repairs; Extension of Warranty. Contractor shall, promptly and without charge, correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B or Attachment D to this Contract or by law. The above warranty shall be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor's obligation to correct Work shall be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and shall not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract.

C. Subcontractor and Supplier Warranties. Whenever Attachment B or Attachment D requires a subcontractor or supplier to provide a guaranty or warranty, Contractor shall be solely responsible

Page 35: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 7 of 87

for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner shall be a precondition to Final Payment and shall not relieve Contractor of any of its guaranty or warranty obligations under this Contract.

3.3 Owner's Right to Correct

If, within two business days after Owner gives Contractor notice of any defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner shall be entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys' fees and administrative expenses.

ARTICLE IV FINANCIAL ASSURANCES

4.1 Bonds

Contemporaneous with Contractor's execution of this Contract, Contractor shall provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State of Illinois with a general rating of A minus and a financial size category of Class X or better in Best's Insurance Guide, each in the penal sum of the Contract Price (“Bonds”). Contractor shall, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, maintain and keep in force, at Contractor's expense, the Bonds required hereunder.

4.2 Insurance

Contemporaneous with Contractor's execution of this Contract, Contractor shall provide certificates and policies of insurance evidencing the minimum insurance coverage and limits set forth in Attachment A. For good cause shown, Owner may extend the time for submission of the required policies of insurance upon such terms, and with such assurances of complete and prompt performance, as Owner may impose in the exercise of its sole discretion. Such policies shall be in a form, and from companies, acceptable to Owner. Such insurance shall provide that no change, modification in, or cancellation of any insurance shall become effective until the expiration of 30 days after written notice thereof shall have been given by the insurance company to Owner. Contractor shall, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, maintain and keep in force, at Contractor's expense, the minimum insurance coverage and limits set forth in Attachment A.

4.3 Indemnification

Contractor shall indemnify, save harmless, and defend Owner against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys' fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any part thereof, whether or not due or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of Contractor, except to the extent caused by the sole negligence of Owner.

Page 36: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 8 of 87

ARTICLE V PAYMENT

5.1 Contract Price

Owner shall pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment A, and Contractor shall accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment A (“Contract Price”), subject to any additions, deductions, or withholdings provided for in this Contract.

5.2 Taxes and Benefits

Owner is exempt from and shall not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes all other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. All claim or right to claim additional compensation by reason of the payment of any such tax, contribution, or premium is hereby waived and released by Contractor.

5.3 Progress Payments

A. Payment in Installments. The Contract Price shall be paid in monthly installments in the manner set forth in Attachment A (“Progress Payments”).

B. Pay Requests. Contractor shall, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner (“Pay Request”). The first Pay Request shall be submitted not sooner than 60 days following commencement of work. Owner may, by written notice to Contractor, designate a specific day of each month on or before which Pay Requests must be submitted. Each Pay Request shall include (a) Contractor's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) Contractor's certification that all prior Progress Payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid.

C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every part of this Contract and of the Work are interdependent and common to one another and to Owner's obligation to pay all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely for the convenience of Contractor and for no other purpose.

5.4 Final Acceptance and Final Payment

A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor shall notify Owner and request a final inspection (“Notice of Completion”). Contractor's Notice of Completion shall be given sufficiently in advance of the Completion Date to allow for scheduling of the final inspection and for completion or correction before the Completion Date of any items identified by such inspection as being defective, damaged, flawed, unsuitable, nonconforming, incomplete, or otherwise not in full compliance with, or as required by or pursuant to, this Contract (“Punch List Work”).

B. Punch List and Final Acceptance. The Work shall be finally accepted when, and only when, the whole and all parts thereof shall have been completed to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor's Notice of Completion, Owner shall make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following Contractor's completion or correction of all Punch List Work, Owner shall make another review of the Work and prepare and deliver to Contractor either a

Page 37: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 9 of 87

written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work (“Final Acceptance”).

C. Final Payment. As soon as practicable after Final Acceptance, Contractor shall submit to Owner a properly completed final Pay Request in the form provided by Owner (“Final Pay Request”). Owner shall pay to Contractor the balance of the Contract Price, after deducting there from all charges against Contractor as provided for in this Contract (“Final Payment”). Final Payment shall be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment shall operate as a full and complete release of Owner of and from any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses of, by, or to Contractor for anything done, furnished for, arising out of, relating to, or in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to, or in connection with the Work.

5.5 Liens

A. Title. Nothing in this Contract shall be construed as vesting in Contractor any right of property in any equipment, materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into, attached to, or affixed to, the Work or the Work Site. All such equipment, materials, supplies, and other items shall, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title shall not release Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract.

B. Waivers of Lien. Contractor shall, from time to time at Owner's request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract (“Lien”) and that no right to file any Lien exists in favor of any person whatsoever.

C. Removal of Liens. If at any time any notice of any Lien is filed, then Contractor shall, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner shall have the right to retain from any money payable hereunder an amount that Owner, in its sole judgment, deems necessary to satisfy such Lien and to pay the costs and expenses, including attorneys' fees and administrative expenses, of any actions brought in connection therewith or by reason thereof.

D. Protection of Owner Only. This Section shall not operate to relieve Contractor's surety or sureties from any of their obligations under the Bonds, nor shall it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner's retention of funds pursuant to this Section shall be deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner shall have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner's interests would thereby be served.

5.6 Deductions

A. Owner's Right to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies, Owner shall have the right at any time or times, whether before or after approval of any Pay Request, to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of

Page 38: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 10 of 87

Contractor to perform any of its obligations under this Contract; or (10) the cost to Owner, including attorneys' fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner's remedies set forth in Section 6.3 of this Contract.

B. Use of Withheld Funds. Owner shall be entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor shall have either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner shall be entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys' fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract.

ARTICLE VI DISPUTES AND REMEDIES

6.1 Dispute Resolution Procedure

A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof; provided, however, that Contractor shall, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interpreted, determined, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, interpretation, determination, or decision, Contractor shall be conclusively deemed to have waived all such disputes or objections and all claims based thereon.

B. Negotiation of Disputes and Objections. To avoid and settle without litigation any such dispute or objection, Owner and Contractor agree to engage in good faith negotiations. Within three business days after Owner's receipt of Contractor's written notice of dispute or objection, a conference between Owner and Contractor shall be held to resolve the dispute. Within three business days after the end of the conference, Owner shall render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it shall, within three business days, give Owner notice thereof and, in such notice, shall state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor shall be conclusively deemed (1) to have agreed to and accepted Owner's final decision and (2) to have waived all claims based on such final decision.

6.2 Contractor's Remedies

If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within ten days following receipt of such demand, then Contractor shall be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity.

6.3 Owner's Remedies

If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due (“Event of Default”), and has failed to cure any such Event of Default within five business days after Contractor's receipt of written notice of such Event of Default, then Owner shall have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies:

Page 39: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 11 of 87

1. Owner may require Contractor, within such reasonable time as may be fixed by Owner, to complete or correct all or any part of the Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; to remove from the Work Site any such Work; to accelerate all or any part of the Work; and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract.

2. Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph 1 above and withhold or recover from Contractor all the cost and expense, including attorneys' fees and administrative costs, incurred by Owner in connection therewith.

3. Owner may accept the defective, damaged, flawed, unsuitable, nonconforming, incomplete, or dilatory Work or part thereof and make an equitable reduction in the Contract Price.

4. Owner may terminate this Contract without liability for further payment of amounts due or to become due under this Contract.

5. Owner may, without terminating this Contract, terminate Contractor's rights under this Contract and, for the purpose of completing or correcting the Work, evict Contractor and take possession of all equipment, materials, supplies, tools, appliances, plans, specifications, schedules, manuals, drawings, and other papers relating to the Work, whether at the Work Site or elsewhere, and either complete or correct the Work with its own forces or contracted forces, all at Contractor's expense.

6. Upon any termination of this Contract or of Contractor's rights under this Contract, and at Owner's option exercised in writing, any or all subcontracts and supplier contracts of Contractor shall be deemed to be assigned to Owner without any further action being required, but Owner shall not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment.

7. Owner may withhold from any Progress Payment or Final Payment, whether or not previously approved, or may recover from Contractor, any and all costs, including attorneys' fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to any Event of Default.

8. Owner may recover any damages suffered by Owner.

6.4 Owner's Special Remedy for Delay

If the Work is not completed by Contractor, in full compliance with, and as required by or pursuant to, this Contract, within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or may, in the exercise of its sole and absolute discretion, permit Contractor to complete the Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or not previously approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the “Per Diem Administrative Charge” set forth in Attachment A, as well as any additional damages caused by such delay.

6.5 Terminations and Suspensions Deemed for Convenience

Any termination or suspension of Contractor's rights under this Contract for an alleged default that is ultimately held unjustified shall automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract.

Page 40: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 12 of 87

ARTICLE VII LEGAL RELATIONSHIPS AND REQUIREMENTS

7.1 Binding Effect

This Contract shall be binding upon Owner and Contractor and upon their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party shall also be deemed to be a reference to the authorized officers, employees, agents, and representatives of such party.

7.2 Relationship of the Parties

Contractor shall act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract shall be construed (1) to create the relationship of principal and agent, partners, or joint ventures between Owner and Contractor or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor.

7.3 No Collusion

Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm, or corporation. If at any time it shall be found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor shall be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract shall, at Owner's option, be null and void.

7.4 Assignment

Contractor shall not (1) assign this Contract in whole or in part, (2) assign any of Contractor's rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner's prior written approval shall not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor.

7.5 Confidential Information

All information supplied by Owner to Contractor for or in connection with this Contract or the Work shall be held confidential by Contractor and shall not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work.

7.6 No Waiver

No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, nor any order by Owner for the payment of money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract, nor any other act or omission of Owner shall constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor operate to waive or otherwise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner.

7.7 No Third Party Beneficiaries

No claim as a third party beneficiary under this Contract by any person, firm, or corporation other than Contractor shall be made, or be valid, against the Owner or the Contractor.

7.8 Notices

Page 41: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 13 of 87

All notices required or permitted to be given under this Contract shall be in writing and shall be delivered (i) personally, (ii) by a reputable overnight courier or (iii) by certified mail, return receipt requested, and deposited in the U.S. mail, postage prepaid. Unless otherwise expressly provided in this Agreement, notices shall be deemed received upon the earlier of (a) actual receipt; (b) one business day after deposit with an overnight courier as evidenced by a receipt of deposit; or (c) three business days following deposit in the U.S. mail, as evidenced by a return receipt. By notice complying with the requirements of this Section, each party shall have the right to change the address or addressee, or both, for all future notices and communications to the other party but no notice of a change of address or addressee shall be effective until actually received. Notices and communications to the Owner shall be addressed to, and delivered at, the following address:

City of Highland Park 1150 Half Day Road Highland Park, IL 60035 Attention: City Engineer

With a copy to: Holland & Knight LLP 131 S. Dearborn Street, 30th Floor Chicago, Illinois 60603 Attention: Steven M. Elrod, Corporation Counsel

Notices and communications to the Contractor shall be addressed to, and delivered at, the following address:

_________________________________________________________

_________________________________________________________

_________________________________________________________

_________________________________________________________

_________________________________________________________

7.9 Governing Laws

This Contract shall be governed by, construed, and enforced in accordance with the internal laws, but not the conflicts of laws rules, of the State of Illinois.

7.10 Changes in Laws

Unless otherwise provided in this Contract, any reference to existing law shall be deemed to include any modifications of, or amendments, to existing law that may occur in the future.

Page 42: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 14 of 87

7.11 Compliance with Laws

A. Compliance with Laws. Contractor shall give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (in furtherance of which, a copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate shall apply to this Contract); any other prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes including, without limitation, the Employment of Illinois Workers on Public Works Act, 30 ILCS 570/0.01 et seq.; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et seq., the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/1 et seq.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, and the Occupational Safety and Health Act. Contractor shall also comply with all conditions of any federal, state, or local grant received by Owner or Contractor with respect to this Contract or the Work. Further, Contractor shall have a written sexual harassment policy in compliance with Section 2-105 of the Illinois Human Rights Act.

B. Certified Payrolls. Contractor shall, in accordance with Section 5 of the Illinois Prevailing Wage Act, 820 ILCS 130/5, submit to Owner, on a monthly basis, a certified payroll. The certified payroll shall consist of a complete copy of those records required to be made and kept by the Prevailing Wage Act. The certified payroll shall be accompanied by a statement signed by Contractor or subcontractor which certifies that: (1) such records are true and accurate; (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Prevailing Wage Act; and (3) Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. A general contractor may rely upon the certification of a lower tier subcontractor, provided that the general contractor does not knowingly rely upon a subcontractor's false certification. Upon two business days' notice, Contractor and each subcontractor shall make available for inspection the records required to be made and kept by the Act: (i) to Owner, its officers and agents, and to the Director of the Illinois Department of Labor and his or hers deputies and agents; and (ii) at all reasonable hours at a location within this State.

C. Liability for Noncompliance. Contractor shall be solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's, or its subcontractors' or suppliers', performance of, or failure to perform, the Work or any part thereof.

D. Required Provisions. Every provision of law required by law to be inserted into this Contract shall be deemed to be inserted herein.

7.12 Compliance with Patents

A. Assumption of Costs, Royalties, and Fees. Contractor shall pay or cause to be paid all costs, royalties, and fees arising from the use on, or the incorporation into, the Work, of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions.

B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using any equipment, materials, supplies, tools, appliances, devices, processes, or inventions supplied or required to be supplied or used under this Contract, Contractor shall promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency,

Page 43: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 15 of 87

quality, suitability, and market value, for review by Owner. If Owner should disapprove the offered substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and use, any such equipment, materials, supplies, tools, appliances, devices, processes, or inventions as may by this Contract be required to be supplied, Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment, materials, supplies, tools, appliances, devices, processes, or inventions without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should Contractor neglect or refuse to make any approved substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner shall have the right to make such substitution, or Owner may pay such royalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made.

7.13 Time of the Essence

Time is of the essence in the performance of all terms and provisions of this Contract Calendar Days and Time.

7.14 Calendar Days and Time

Unless otherwise provided in this Contract, any reference in this Contract to "day" or "days" shall mean calendar days and not business days. If the date for giving of any notice required to be given, or the performance of any obligation, under this Contract falls on a Saturday, Sunday, or federal holiday, then the notice or obligation may be given or performed on the next business day after that Saturday, Sunday, or federal holiday.

7.15 Severability

It is hereby expressed to be the intent of the parties to this Contract that should any provision, covenant, agreement, or portion of this Contract or its application to any Person or property be held invalid by a court of competent jurisdiction, the remaining provisions of this Contract and the validity, enforceability, and application to any Person or property shall not be impaired thereby, but the remaining provisions shall be interpreted, applied, and enforced so as to achieve, as near as may be, the purpose and intent of this Contract to the greatest extent permitted by applicable law.

7.16 Entire Agreement

This Contract constitutes the entire agreement between the parties to this Contract concerning the work and supercedes all prior agreements and negotiations between the parties, whether written or oral relating to the subject matter of this Contract.

7.17 Amendments and Modifications

No amendment or modification to this Contract shall be effective until it is reduced to writing and approved and executed by the corporate authorities of the parties in accordance with all applicable statutory procedures.

7.18 Conflicts of Interest

Contractor represents and certifies that, to the best of its knowledge, (1) no elected or appointed official, employee or agent of Owner has a personal financial interest in the business of the Contractor or in this Contract, or has personally received payment or other consideration for this Contract; (2) as of the date of this Contract, neither Contractor nor any person employed or associated with Contractor has any interest that would conflict in any manner or degree with the performance of the obligations under this Contract; and (3) neither Contractor nor any person employed by or associated with Contractor shall at any time during the term of this Contract obtain or acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Contract.

Page 44: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 16 of 87

7.19 Contract Renewal

This Contract may be renewed for no more than three additional and consecutive one-year terms, upon the mutual written consent of the City and Contractor. For all Work performed by Contractor during any renewal term, Contractor shall be paid an amount equal to the total Contract Price, as adjusted by the Consumer Price Index for all Urban Consumers published by the Bureau of Labor Statistics of the United States Department of Labor for Chicago-Gary-Kenosha, IL-IN-WI, All Items (1982-84=$100) for the previous calendar year, except as the City and Contractor may otherwise mutually agree.

IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed in three

original counterparts as of the day and year first written above. ATTEST: CITY OF HIGHLAND PARK __________________________________ ______________________________________ Ashley Knaus, Deputy City Clerk Ghida S. Neukirch, City Manager ATTEST: BIDDER By: ______________________________ By: __________________________________________

Executing Officer Print Name: __________________________ Print Name: ___________________________________ Title: _______________________________ Title: ________________________________________

#2149124_v3

Page 45: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Charal Lane Road and Watermain Replacement Project Page 17 of 87

STATE OF ILLINOIS ) ) SS

COUNTY OF __________ )

CONTRACTOR'S CERTIFICATION

________________________________________________ EXECUTING OFFICER, being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct.

Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of (i) a delinquency in the payment of any tax administered by the Illinois Department of Revenue unless Contractor is contesting, in accordance with the procedures established by the appropriate Revenue Act, its liability for the tax or the amount of tax, as set forth in 65 ILCS 5/11-42.1-1; or (ii) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq. DATED this ____________ day of ___________, 2017

ATTEST: BIDDER By: ___________________________ By: __________________________________

Print Name: ________________________ Print Name: _______________________________

Title: ___________________________ Title: __________________________________ Subscribed and sworn to before me this _____________ day of ______________________, 2017 My Commission Expires: ______________ ____________________________ [SEAL] Notary Public

Page 46: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT A

Charal Lane Road and Watermain Replacement Project Page 18 of 87

SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS

1. Project:

The work consists of complete open cut installation of a 1,100 feet if new D.I.P. CL54, 8” water main. 4,250 square yards of existing concrete pavement will be completely removed. A new full depth asphalt pavement consisting of 6 inches of HMA over an 8 inch stone base will replace the old PCC pavement. 2,270 feet of new B-6.12 curb and gutter is called out along the edge of pavement. Approximately 242 feet of PVC SDR 26 storm sewer is included in this contract. Disturbed area will be restored with 1,500 square yards of 4 inches of topsoil and sod. The roadway will remain open to the public during construction.

An alternate bid is required and the alternate bid calls for lining 740 feet of existing 6 inch water main. The existing water main is located in easements along private residential properties. No excavation is anticipated in the residential areas where the lining is called for.

2. Work Site:

The project limits are along Charal Lane from the cul-de-sac on the north end to the cul-de-sac on the south end. A portion of the work extends on Charal Court where the new water main will extend onto Green Bay Road and tie into an existing water main in Green Bay Road, to provide an enhanced looped water main system. An alternate bid is required and the alternate bid calls for lining 740 feet of existing 6 inch water main. The existing water main is located in easements along private residential properties north of the north cul-de-sac and south of the south cul-de-sac. No excavation is anticipated in the residential areas where the lining is called for.

3. Permits, Licenses, Approvals, and Authorizations:

Contractor shall obtain all required governmental permits, licenses, approvals, and authorizations, except:

None

4. Commencement Date:

July 10, 2017

5. Completion Date:

September 29, 2017. Completion of punch list items and final landscape restoration shall be done by October 20, 2017.

6. Invoicing:

Invoices must be submitted within sixty (60) days of completion of the Work. The City has no obligation to pay any invoices submitted after sixty (60) days of the completion of the invoiced Work.

Page 47: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT A

Charal Lane Road and Watermain Replacement Project Page 19 of 87

7. Insurance Coverage:

A. Worker's Compensation and Employer's Liability with limits not less than: (1) Worker's Compensation: Statutory; (2) Employer's Liability:

$500,000 injury-per occurrence $500,000 disease-per employee $500,000 disease-policy limit

Such insurance shall evidence that coverage applies in the State of Illinois Article 107.02.

B. Comprehensive Motor Vehicle Liability with a combined single limit of liability for bodily injury and property damage of not less than $1,000,000 for vehicles owned, non-owned, or rented.

All employees shall be included as insured.

C. Comprehensive General Liability with coverage written on an “occurrence” basis and with limits no less than: (1) General Aggregate: $2,000,000 (2) Bodily Injury: $500,000 per person

$1,000,000 per occurrence (3) Property Damage: $1,000,000 per occurrence, and

$2,000,000 aggregate (4) Other Coverage:

Coverages shall include: o Premises/Operations o Products/Completed Operations (to be maintained for two years following

Final Payment) o Independent Contractors o Personal Injury (with Employment Exclusion deleted) o Broad Form Property Damage Endorsement o Blanket Contractual Liability (must expressly cover the indemnity

provisions of the Contract) o Bodily Injury and Property Damage

“X”, “C”, and “U” exclusions shall be deleted.

Railroad exclusions shall be deleted if Work Site is within 50 feet of any railroad track.

All employees shall be included as insured.

D. Umbrella Policy. The $2,000,000 required coverage may be in any combination of primary, excess, and umbrella policies. Any excess or umbrella policy must provide excess coverage over underlying insurance on a following-form basis such that when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover such loss.

E. Owner as Additional Insured. Owner shall be named as an Additional Insured on the required policies excluding worker’s compensation.

8. Contract Price:

SCHEDULE OF PRICES (SEE ATTACHMENT A-1)

Page 48: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT A

Charal Lane Road and Watermain Replacement Project Page 20 of 87

9. Progress Payments:

A. General. Owner shall pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments, until 50 percent of contract Value of Work is completed. The total amount of Progress Payments made prior to Final Acceptance by Owner shall not exceed 95 percent of the Contract Price.

B. Value of Work. The Value of the Work shall be determined as follows (when applicable):

(1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor shall,

not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner (“Breakdown Schedule”). The sum of the items listed in the Breakdown Schedule shall equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule shall be revised and resubmitted until acceptable to Owner. No payment shall be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule.

Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner shall have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner's determination of the value of the Work completed.

(2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such

Work shall be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in the Schedule of Prices. The actual number of acceptable units installed and complete in place shall be measured on the basis described in Attachment B to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner's estimate only and shall not be used in establishing the Progress or Final Payments due Contractor. The Contract Price shall be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance.

C. Application of Payments. All Progress and Final Payments made by Owner to Contractor

shall be applied to the payment or reimbursement of the costs with respect to which they were paid and shall not be applied to or used for any pre-existing or unrelated debt between Contractor and Owner or between Contractor and any third party.

END OF SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS

Page 49: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT B

Charal Lane Road and Watermain Replacement Project Page 21 of 87

SPECIAL PROVISIONS - GENERAL

1 - Forms of Special Provisions

Omissions of words or phrases such as “the contractor shall,” “in conformance with,” “shall be,” “as noted on the plans,” “according to the plans,” “a,” “the,” and “all” are intentional, and the Contractor must supply omitted words or phrases by inference.

2 - Notice to Proceed

The Contractor shall proceed with the work and in the time set forth according to the conditions as outlined in the Invitation for Bids.

3 - Minor Work

Any minor work not specifically mentioned in the specifications or shown on the plans, but obviously necessary for proper completion of the work, shall be considered as being a part of and included in the contract, shall be executed in the proper manner and the Contractor shall not be entitled to extra or additional compensation for the same.

4 - Line, Grade, and As-Constructed Drawings

Line and grade stakes or project survey stake out shall be provided by the Contractor in accordance with the project plans. As-Constructed documentation (rim, invert, pipe elevations, manhole locations, etc.) shall be provided in the form of AutoCAD Civil 3D “.dwg” files and will be paid under As-Constructed Drawings in AutoCAD Civil 3D work item. An AutoCAD Civil 3D “.dwg” construction plan and profile file will be provided by the City.

5 - Waste Sites

All waste material shall be hauled to a site of the Contractor’s choice. Cost of disposal of same will be included in the contract cost and not paid by the City as a separate item.

6 - Working Days

Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sunday, legal holidays, or weekdays between 7:00 p.m. and 7:00 a.m. On Saturdays, no work shall begin before 9:00 a.m. or continue after 5:00 p.m. without specific permission of the Engineer.

If work outside of normal working day hours is necessary, payment at 1.5 times the salary and benefits of the City inspector shall be payable to the City. Reasonable delays due to weather or conditions beyond the control of the City or Contractor may not require payment.

7 - Codes and Standards

The “Standard Specifications for Road and Bridge Construction” prepared by the State of Illinois, Department of Transportation and adopted by said Department April 1, 2016, and the latest Standard Specifications for Traffic Control Items, prepared by said Department shall govern the construction of the proposed improvement insofar as applicable and except as modified herein; said specifications shall hereinafter be referred to as the “Base Specifications.” The following regulations or the latest revisions thereof are adopted by reference and the Contractor shall be responsible for conformance to same:

1. “Highland Park Building Code” 2. “Illinois Manual of Uniform Traffic Control Devices”

Page 50: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT B

Charal Lane Road and Watermain Replacement Project Page 22 of 87

The following special provisions supplement these specifications, and in case of conflict, the special provisions shall take precedence and shall govern: Division 1. Add the following articles to Section 101 of the State Standard Specifications –

Definition of Terms:

Art. 101.55 Awarding Authority

The terms “State, Department, Council, City, Owner, Municipality” or other words used to describe the Awarding Authority in these documents and the Standard Specifications shall be interpreted to mean the City Council of the City of Highland Park.

Art. 101.56 Highway

Shall also include “Street, Parking Lots, Public Easements, Approaches,” and shall be construed to mean the entire area defined in Art. 101.34.

8 - Use of Fire Hydrants

No use of fire hydrants shall be permitted. Water is available at the Public Works yard at 1150 Half Day Road. A water use permit must be taken out by the Contractor without fee.

9 - Home Access

The Contractor shall conduct his operation so that access to existing homes is maintained.

10 - Construction Schedule

Prior to commencing construction operations, the Contractor or his authorized representative shall meet with the Engineer of the City of Highland Park and present, in writing, his proposed construction schedule. Said schedule shall contain such information as the Engineer deems necessary, particularly in regard to location and date of starting construction, location of off-site disposal areas and access routes to be used, and when various phases of the work (including restoration) will be completed.

11 - Conduct of Construction Operations

Cooperation shall be extended by the Contractor to notify homeowners as to when direct vehicular access to their property will be curtailed and approximate length of time of such curtailment and directions where to park. Written notification will be given to all effected properties 48 hours prior to access curtailment. A sample letter shall be provided to the Engineer at the time of the pre-construction meeting.

Heavy construction vehicles will not be permitted to cross over curbs or use private driveways for turnarounds. Any damage to parkways, curbs, and driveways caused by the Contractor’s operations will be repaired at his expense.

12 - Sanitary Facilities & Rubbish Control

The Contractor shall provide suitable toilet facilities at the job site in a location approved by the Engineer. The facility shall be approved by the City and shall be kept in a clean and sanitary condition. Sanitary Sewer manholes used for toilet facilities shall be cleaned and flushed upon removal of temporary toilet facilities.

During construction, the premises shall be kept clean of rubbish, paper and other debris. A suitable refuse container shall be provided in the vicinity of the parking area for disposal of lunch wrappings and garbage. The refuse contained shall be emptied regularly.

Page 51: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT B

Charal Lane Road and Watermain Replacement Project Page 23 of 87

13 - Tree Trimming

All tree trimming, pruning and repair of wound surfaces shall be at the Contractor’s expense and under the supervision of the City Forester. The Contractor shall provide proper tree guards to protect trees from damage due to construction equipment and operations. The Contractor shall provide all labor and materials required, and the cost thereof shall be incidental to and included in the contract.

14 - Construction Safety

The Contractor shall take all precautions necessary to protect the general public and his workmen from hazardous locations that might occur within the limits of the improvement. All trench openings and other construction openings extending below the pavement subgrade shall be fenced off with an adequately supported four-foot high snow fence at all times when actual construction is not in progress at the opening location.

The duty of the Engineer to inspect all work done and materials furnished and to suspend any work that is being improperly performed does not include review or approval of the adequacy of the Contractor’s safety measures, methods and bracing of excavated trenches in, on or near the construction site.

15 - Bracing and Sheeting

It shall be the Contractor’s responsibility to protect open cut trenches as may be required by state or federal law, as may be necessary to protect life, property, or the work. Trenches in the pavements or in close proximity to improved streets or roadways shall be sheeted or braced in a substantial and effective manner. Sheeting may be removed after backfilling has been completed to such elevation as to permit its safe removal. Sheeting and bracing left in place must be removed for a distance of three feet below the established street grade. The cost of furnishing, placing and removing sheeting and bracing shall be incidental to construction, and included in the contract unit price for the work being done.

16 - Potable Water Lines

Any work performed on a potable water supply shall be done under the direction of a plumber licensed by the State of Illinois. The Contractor shall furnish the Engineer with the plumber’s license number prior to starting any work on any potable water supply.

17 - Protection of Utilities

In excavating trenches and laying pipe, all existing utilities, including water pipes and services, sewer pipes and services, gas pipes and services, electric or telephone transmission pole lines, cable or conduits, shall be protected, supported, maintained in service and restored to the condition in which they were found, all at no extra remuneration. Where any utility facility, including service connections, is endangered or damaged by the work, the utility management shall be notified by the Contractor, and the Contractor shall cooperate with the utility and pay the cost of protection and repair, if damaged. The engineers have endeavored to locate subsurface obstructions from field surveys and available records, and known structures are shown on the plans or notice given of their presence. While the work was carefully done, the accuracy of the information cannot be guaranteed. Invert elevations of sanitary and storm sewers have been obtained from field surveys; where possible, elevations are shown on the plans. Wherever the Contractor deems it necessary to determine the exact location of existing pipe, valve, or other underground structures, the Contractor may make any examinations that he may determine desirable in advance of the work. No added compensation will be paid therefore.

END OF SPECIAL PROVISIONS – GENERAL

Page 52: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Table of Contents  COMPLETION SCHEDULE ..................................................................................................... 1 SAWCUT JOINTS ..................................................................................................................... 1 CLEAN CONSTRUCTION OR DEMOLITION DEBRIS (CCDD) REQUIREMENTS PER 35 IAC 1100 ................................................................................................................................ 1 ITEM 20201200: REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL ................ 2 ITEM 20800150: TRENCH BACKFILL ................................................................................... 2 ITEM 30300001: AGGREGATE SUBGRADE IMPROVEMENT .......................................... 2 ITEM 42300200: PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH..................................................................................................................................................... 4 ITEM 44000100: PAVEMENT REMOVAL ............................................................................. 5 ITEM 44000200: DRIVEWAY PAVEMENT REMOVAL ...................................................... 5 ITEM 44000500: COMBINATION CURB AND GUTTER REMOVAL ................................ 5 ITEM 60108106: PIPE UNDERDRAINS, TYPE 1, 4” ............................................................. 5 ITEM X2520700: SODDING, SPECIAL................................................................................... 6 ITEM X4021000 & X4023000: AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS ..................................................................................................................................... 6 ITEMS X6023200: INLETS, TYPE A, SPECIAL ..................................................................... 7 ITEM X7010216: TRAFFIC CONTROL AND PROTECTION, (SPECIAL) .......................... 8 ITEM XX000679: CUT AND CAP EXISTING WATER MAIN ............................................. 8 ITEM Z0004510: HOT MIX ASPHALT DRIVEWAY PAVEMENT, 3” ................................ 9 ITEM Z0013798: CONSTRUCTION LAYOUT ....................................................................... 9 ITEM HP105-02: PRE-CONSTRUCTION VIDEO RECORDING .......................................... 9 ITEM HP105-01: AS-BUILT DRAWINGS IN AUTOCAD CIVIL 3D & PDF ....................... 9 ITEM HP201-01: TREE PROTECTION ................................................................................. 11 ITEM HP201-02: TREE ROOT PRUNING, 24” DEEP .......................................................... 11 ITEM HP280-01 & HP280-02: DRAINAGE STRUCTURE INLET FILTER & INLET FILTER CLEANING ................................................................................................................ 12 ITEM HP406-01: HOT-MIX ASPHALT SURFACE COURSE “D” N50 (MODIFIED)....... 13 ITEM HP424-01: DETECTABLE WARNINGS (SPECIAL) ................................................. 13 ITEM HP550-1: STORM SERVICE CONNECTION (KOR-N-TEE): ................................... 14 ITEM HP550-2: STORM SERVICE CONNECTION (WYE FITTING): .............................. 14 ITEM HP550-XX: STORM SEWERS, PVC SDR-26, (DIAMETER SPECIFIED) .............. 14 ITEM HP550-08: POINT REPAIR, STORM SEWERS, LESS THAN 10’ DEPTH, 6”-10” . 16 ITEM HP602-03: MANHOLES, INLETS AND CATCH BASINS TO BE ADJUSTED

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 24 of 87

Page 53: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

W/NEW NEENAH FOUNDRY TYPE R-3010 FRAME AND GRATE ................................ 18 ITEM HP055-01: BRICK PAVER DRIVEWAY REMOVAL AND REINSTALLATION .. 18 ITEM HP561-01: WATER MAIN, D.I.P. CL54, 8” ................................................................ 19 ITEM HP561-02: WATER VALVE 8 INCH & 4’ DIA. VALVE VAULT (H.P. STD WD-1002 & 1003) ............................................................................................................................ 20 ITEM HP561-05: WATER MAIN CONNECTION (PRESSURE CONNECTION): (SPECIFIED SIZE) ................................................................................................................... 21 ITEM HP561-0X: FITTINGS D.I. .......................................................................................... 22 ITEM HP561-07: WATER SERVICE LINE, 1” COPPER REPLACEMENT ....................... 22 ITEM HP561-08: SADDLE TAP, 1” ....................................................................................... 23 ITEM HP561-10: EXISTING WATER MAIN TO BE ABANDONED, FILL WITH CLSM, 6” ............................................................................................................................................... 24 ITEM HP564-01: FIRE HYDRANT / AUX. VALVE AND VALVE BOX ........................... 24 ITEM HP564-02: FIRE HYDRANT REMOVED ................................................................... 24 ITEM HP565-01: DOMESTIC METER VAULT REMOVED & REPLACED WITH NEW METER VAULT ( H.P. STANDARD WD-1001) ................................................................... 25 ITEM HP213-01: EXPLORATORY HOLE EXCAVATION ................................................. 25 ITEM HP561-11: WATER MAIN TO BE PIPELINED .......................................................... 25 WATER MAIN SPECIAL PROVISIONS ............................................................................... 33 IDOT RECURRING, LRS AND BDE SPECIAL PROVISIONS ........................................... 38 

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 25 of 87

Page 54: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

1

SPECIAL PROVISIONS - DETAIL SPECIFICATIONS

The following Detailed Specifications apply to the proposal items as numbered. Before any materials are incorporated into the job, the Contractor will make sure that the materials will meet the specifications of Division 1000, Materials, “State of Illinois, Standard Specifications for Road and Bridge Construction, Adopted April 1, 2016” and the Supplemental Specifications, “Section 561 Water Main” and “Sanitary Sewer Specifications” included herein, and will furnish necessary certification that they meet the specification. COMPLETION SCHEDULE The contractor shall begin construction on or after July 10, 2017 and shall complete construction by September 29, 2017. All subsequent restoration shall be completed by October 20, 2017. Should the contractor fail to comply with the listed dates, the provisions of Section 108.09 shall be applied. SAWCUT JOINTS The removal and/or replacement of any driveways, pavement, curb, sidewalk, etc. shall be accomplished by means of a saw cut joint, at the direction of the Engineer. This work will not be paid for separately, but shall be included in the unit price bid for the various removal items. CLEAN CONSTRUCTION OR DEMOLITION DEBRIS (CCDD) REQUIREMENTS PER 35 IAC 1100 If the Contractor is planning on disposing of uncontaminated soils at an Illinois Environmental Protection Agency (IEPA) permitted CCDD facility, the work shall be conducted in accordance with the criteria set forth in 35 Illinois Administrative Code (IAC) 1100 as amended on August 27, 2012. The following protocol must be followed:

1. The Contractor must identify in writing the name / location of the Contractor’s intended CCDD facility to the Owner (or Engineer) prior to the commencement of any construction activities.

2. The Owner (or Engineer) will contact the Contractor’s CCDD facility to identify the laboratory testing or certifications required for disposal acceptance.

3. The Contractor will assist the Owner (or Engineer) in obtaining the sample(s) through the use of the Contractor’s equipment. The Contractor shall expose soils at one or more distinct locations as directed by the Owner (or Engineer). The Owner (or Engineer) will determine the number, location and depth of the samples that will need to be collected for characterization of the excess soil that will be generated during the construction project.

4. The Owner (or Engineer) will be responsible for the sampling / testing of the soil and preparation of the required certification form.

5. The samples will be run with standard 5 to 7 working day turnaround time unless a rush is required by the Contractor. If so, the Contractor will be responsible for additional fees associates with fast-tracking the samples.

6. Once the appropriate certifications have been prepared, the Contractor will be responsible for all hauling/disposal of material at the CCDD facility.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 26 of 87

Page 55: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

2

The city shall be responsible for the cost of the material testing, however, costs associated with obtaining the samples or any other costs necessary to complete this item as specified shall be the responsibility of the Contractor. If any contaminated soil is encountered that requires landfill disposal as a non-special waste, special waste or hazardous waste, it will be paid for per Article 109.04 of the Standard Specifications. ITEM 20201200: REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL This work shall be done in accordance with Section 202 of the Standard Specifications insofar as applicable. If unsuitable material is present at or below the proposed top of existing subgrade, it shall be removed at locations and depths indicated by the Engineer. The quantity provided for this pay item is an estimate and therefore no increase in unit price will be allowed if the actual quantity used is less than the contract quantity. This work shall be measured in place and paid for at the contract unit price per CUBIC YARD for REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL. Replacement material shall be placed per the AGGREGATE SUBGRADE IMPROVEMENT special provision and shall be paid for separately from the REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL pay item. ITEM 20800150: TRENCH BACKFILL Trench backfill shall be placed in all trenches crossing driveways, sidewalks, and all proposed and existing roadways as specified in Section 208 of the Standard Specifications. Material gradation CA-6 shall be used for backfill material, stone or crushed concrete meeting the Standard Specifications for CA-6 is permitted. The material filling excavations within the parkway (beyond two feet (2’) from the back of curb) shall be compacted native material. The work includes removal of the temporary aggregate driving material in preparation to install pavements, driveways, curbs and gutters, or sidewalks. Trench backfill shall be measured for payment as specified in Article 208.03(b) of the Standard Specifications. The maximum trench width that will be measured for payment shall be as specified in the Standard Specifications. Any trench backfill material needed for backfilling the portion of the trench that is beyond the maximum width of trench allowed shall not be measured for payment. Trench backfill will be measured for payment per the Standard specifications. Any trench backfill placed above the proposed top of subgrade elevation shall not be measured for payment as trench backfill. This work shall be measured in place and paid for at the contract unit price per CUBIC YARD for TRENCH BACKFILL. ITEM 30300001: AGGREGATE SUBGRADE IMPROVEMENT Add the following Section to the Standard Specifications:

“SECTION 303. AGGREGATE SUBGRADE IMPROVEMENT

303.01 Description. This work shall consist of constructing an aggregate subgrade improvement.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 27 of 87

Page 56: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

3

303.02 Materials. Materials shall be according to the following. Item Article/Section

(a) Coarse Aggregate ................................................................................................................. 1004.07 (b) Reclaimed Asphalt Pavement (RAP) (Notes 1, 2 and 3) .......................................................... 1031 Note 1. Crushed RAP, from either full depth or single lift removal, may be mechanically blended

with aggregate gradation CS 01 but shall not exceed 40 percent by weight of the total product. The top size of the Coarse RAP shall be less than 4 in. (100 mm) and well graded.

Note 2. RAP having 100 percent passing the 1 1/2 in (37.5 mm) sieve and being well graded, may

be used as capping aggregate in the top 3 in. (75 mm) when aggregate gradation CS 01 is used in lower lifts. When RAP is blended with any of the coarse aggregates, the blending shall be done with mechanically calibrated feeders. The final product shall not contain more than 40 percent by weight of RAP.

Note 3. The RAP used for aggregate subgrade improvement shall be according to the current

Bureau of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”.

303.03 Equipment. The vibratory machine shall be according to Article 1101.01, or as approved by

the Engineer. The calibration for the mechanical feeders shall have an accuracy of ± 2.0 percent of the actual quantity of material delivered.

303.04 Soil Preparation. The stability of the soil shall be according to the Department’s Subgrade Stability Manual for the aggregate thickness specified.

303.05 Placing Aggregate. The maximum nominal lift thickness of aggregate gradation CS 01 shall be 24 in. (600 mm).

303.06 Capping Aggregate. The top surface of the aggregate subgrade shall consist of a minimum 3 in. (75 mm) of aggregate gradations CA 06 or CA 10. When Reclaimed Asphalt Pavement (RAP) is used, it shall be crushed and screened where 100 percent is passing the 1 1/2 in. (37.5 mm) sieve and being well graded. RAP that has been fractionated to size will not be permitted for use in capping. Capping aggregate will not be required when the aggregate subgrade improvement is used as a cubic yard pay item for undercut applications. When RAP is blended with any of the coarse aggregates, the blending shall be done with mechanically calibrated feeders.

303.07 Compaction. All aggregate lifts shall be compacted to the satisfaction of the Engineer. If the

moisture content of the material is such that compaction cannot be obtained, sufficient water shall be added so that satisfactory compaction can be obtained.

303.08 Finishing and Maintenance of Aggregate Subgrade Improvement. The aggregate

subgrade improvement shall be finished to the lines, grades, and cross sections shown on the plans, or as directed by the Engineer. The aggregate subgrade improvement shall be maintained in a smooth and compacted condition.

303.09 Method of Measurement. This work will be measured for payment according to Article

311.08. 303.10 Basis of Payment. This work will be paid for at the contract unit price per cubic yard (cubic

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 28 of 87

Page 57: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

4

meter) for AGGREGATE SUBGRADE IMPROVEMENT or at the contract unit price per square yard (square meter) for AGGREGATE SUBGRADE IMPROVEMENT, of the thickness specified.

Add the following to Section 1004 of the Standard Specifications:

“ 1004.07 Coarse Aggregate for Aggregate Subgrade Improvement. The aggregate shall be according to Article 1004.01 and the following.

(a) Description. The coarse aggregate shall be crushed gravel, crushed stone, or crushed concrete. The top 12 inches of the aggregate subgrade improvement shall be 3 inches of capping material and 9 inches of crushed gravel, crushed stone or crushed concrete. In applications where greater than 36 inches of subgrade material is required, rounded gravel, meeting the CS01 gradation, may be used beginning at a depth of 12 inches below the bottom of pavement.

(b) Quality. The coarse aggregate shall consist of sound durable particles reasonably free of deleterious materials. Non-mechanically blended RAP may be allowed up to a maximum of 5.0 percent.

(c) Gradation.

(1) The coarse aggregate gradation for total subgrade thicknesses of 12 in. (300 mm) or greater shall be CS 01.

COARSE AGGREGATE SUBGRADE GRADATIONS Sieve Size and Percent Passing Grad No.

8” 6” 4” 2” #4 CS 01 100 97 ± 3 90 ± 10 45 ± 25 20 ± 20

COARSE AGGREGATE SUBGRADE GRADATIONS (Metric)

Grad No. Sieve Size and Percent Passing 200 mm 150 mm 100 mm 50 mm 4.75 mm

CS 01 100 97 ± 3 90 ± 10 45 ± 25 20 ± 20

(2) The 3 in. (75 mm) capping aggregate shall be gradation CA 6 or CA 10.

ITEM 42300200: PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH This work shall be done in accordance with Sections 351 and 423 of the Standard Specifications insofar as applicable and detailed on the plans. This work shall include shaping and compacting the existing subgrade, installing Aggregate Base Course Type B, 4” and placing Portland Cement Concrete, Class SI (no fly ash) to a thickness of 6 inches at the locations shown on the Plans and in accordance with the requirements of each item. The Aggregate base course type B, 4” shall not be measured for payment and shall be considered incidental to the concrete driveway pay item. The work shall conform the City of Highland Park Standard STR-1031. Including the installation of No. 4 epoxy coated rebar and 1.5” depth saw cut of the driveway corners per the City Standard. The contractor shall notify all residents prior to removing their driveways.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 29 of 87

Page 58: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

5

This work will be measured in place and paid for at the contract unit price per SQUARE YARD for PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH price shall be payment in full for shaping, compaction, labor, equipment, full depth saw cut and incidental expenses necessary to complete the work as detailed. ITEM 44000100: PAVEMENT REMOVAL This work shall be done in accordance with Section 440 of the Standard Specifications insofar as applicable. There is an existing concrete pavement on Charal Court and Charal Lane within the project limits. The removal of the entire concrete pavement section shall be included in the PAVEMENT REMOVAL pay item. No changes in unit cost will be allowed if field conditions encountered differ from the thickness and width measurements of the existing pavement as shown on the plans. The pavement removal work shall be measured in place and paid for at the contract unit price per SQUARE YARD for PAVEMENT REMOVAL. ITEM 44000200: DRIVEWAY PAVEMENT REMOVAL This work shall be done in accordance with Sections and 440 of the Standard Specifications insofar as applicable. This work shall include saw cutting, and removal of existing driveway. The contractor shall notify all residents prior to removing their driveways. Access to driveways shall be provided in accordance with the AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS special provision. The removal of the existing driveway shall include the complete removal of the existing driveway including the removal of all concrete, asphalt, aggregate, and soils from the top of the existing grade elevation to the proposed top of driveway subgrade elevation for the proposed driveway. This work will be measured in place and paid for at the contract unit price per SQUARE YARD for DRIVEWAY PAVEMENT REMOVAL, price shall be payment in full for removal of existing driveway and incidental expenses necessary to complete the work as detailed. ITEM 44000500: COMBINATION CURB AND GUTTER REMOVAL This work shall consist of all work necessary to remove the existing combination concrete curb and gutter as shown in the plans or as directed by the engineer in accordance with Sections 440 of the Standard Specifications insofar as applicable. Work shall consist of the removal and disposal of the existing curb and gutter. Access to driveways shall be maintained per the AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS special provision. This work will be measured in place and paid for at the contract unit price per lineal FOOT for COMBINATION CURB AND GUTTER REMOVAL. ITEM 60108106: PIPE UNDERDRAINS, TYPE 1, 4” This work shall be done in accordance with Section 601 of the Standard Specifications except as modified herein. The center of the pipe underdrains shall be placed 6” from the edge of the proposed curb and gutter or as directed by the Engineer. The pipe underdrain shall maintain a minimum slope of 0.20% throughout the length of the underdrain run. The trench width, depth and backfill shall conform to the applicable portions of Section 601 of the Standard Specifications. The underdrain shall be plugged in accordance with

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 30 of 87

Page 59: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

6

the Standard Specifications at the upstream dead end and shall be cored in to the proposed storm sewer structures. The coring of the structures shall not be paid for separately but shall be considered incidental to the pipe underdrain pay item. This work shall be measured in place and paid for at the contract unit price per lineal FOOT for PIPE UNDERDRAINS, TYPE 1, 4”. ITEM X2520700: SODDING, SPECIAL This work shall be done in accordance with Section 252 of the Standard Specifications and shall include placing the City required Blue Grass sod and the application of fertilizer nutrients at a rate of 180 pounds per acre. The nutrients shall consist of Nitrogen (N), available Phosphorus (P2O5), and Soluble Potash (K2O) in the ratio of 5:3:2, respectively, unless directed otherwise by the Engineer. Prior to sodding, the previously placed topsoil must be prepared in accordance with Article 211.05 except that all soil particles must be reduced to a size not larger than l-inch in the largest dimension. All sod, regardless of slope, shall be properly staked in place and rolled as required to the satisfaction of the Engineer.

Watering shall be performed in accordance with Article 252.08 of the Standard Specifications. Supplemental Watering will be paid for separately in accordance with Article 252.13 of the Standard Specifications.

This work shall be paid for at the contract unit price per SQUARE YARD for SODDING, SPECIAL, which price shall include furnishing and placing fertilizer nutrients. ITEM X4021000 & X4023000: AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS Effective: April 1, 2001 Revised: January 2, 2007 Revise Article 402.10 of the Standard Specifications to read:

“402.10 For Temporary Access. The contractor shall construct and maintain aggregate surface course for temporary access to private entrances, commercial entrances and roads according to Article 402.07 and as directed by the Engineer.

The aggregate surface course shall be constructed to the dimensions and grades specified below, except as modified by the plans or as directed by the Engineer.

(a) Private Entrance. The minimum width shall be 12 ft (3.6 m). The minimum compacted thickness shall be 6 in. (150 mm). The maximum grade shall be eight percent, except as required to match the existing grade.

(b) Commercial Entrance. The minimum width shall be 24 ft (7.2 m). The minimum compacted

thickness shall be 9 in. (230 mm). The maximum grade shall be six percent, except as required to match the existing grade.

(c) Road. The minimum width shall be 24 ft (7.2 m). The minimum compacted thickness shall be 9

in. (230 mm). The grade and elevation shall be the same as the removed pavement, except as required to meet the grade of any new pavement constructed.

Maintaining the temporary access shall include relocating and/or regrading the aggregate surface

coarse for any operation that may disturb or remove the temporary access. The same type and gradation

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 31 of 87

Page 60: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

7

of material used to construct the temporary access shall be used to maintain it.

When use of the temporary access is discontinued, the aggregate shall be removed and utilized in the permanent construction or disposed of according to Article 202.03.” Add the following to Article 402.12 of the Standard Specifications:

“Aggregate surface course for temporary access will be measured for payment as each for every private entrance, commercial entrance or road constructed for the purpose of temporary access. If a residential drive, commercial entrance, or road is to be constructed under multiple stages, the aggregate needed to construct the second or subsequent stages will not be measured for payment but shall be included in the cost per each of the type specified.” Revise the second paragraph of Article 402.13 of the Standard Specifications to read:

“Aggregate surface course for temporary access will be paid for at the contract unit price per EACH for TEMPORARY ACCESS (PRIVATE ENTRANCE) or TEMPORARY ACCESS (ROAD).

Partial payment of each amount bid for temporary access, of the type specified, will be paid according to the following schedule:

(a) Upon construction of the temporary access, sixty percent of the contract unit price per each, of the type constructed, will be paid.

(b) Subject to the approval of the Engineer for the adequate maintenance and removal of the temporary

access, the remaining forty percent of the pay item will be paid upon the permanent removal of the temporary access.”

ITEMS X6023200: INLETS, TYPE A, SPECIAL This work shall be done in accordance with Section 602 of the Standard Specifications and the Standards provided. All structures that are called on the plans to be Type 1 frames with closed lids shall be Neenah R-1712 Type B, stamped with the City of Highland Park logo and appropriate utility designation. Use LADTECH, Inc. Injection Molded Recycled High Density Polyethylene Adjusting Rings for all proposed structures as needed. Existing sewer lines to remain in service shall be reconnected to the proposed structures as shown on the plans or as directed by the Engineer. This work shall not be paid for separately and shall be considered incidental to the various manhole and inlet pay items. This work shall be paid for at the contract unit price per EACH for INLETS, TYPE A, SPECIAL, types of the diameter, frame and lid specified, which price shall include all equipment, labor, and material to complete the work.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 32 of 87

Page 61: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

8

ITEM X7010216: TRAFFIC CONTROL AND PROTECTION, (SPECIAL) Construction operations shall be conducted in a manner such that Charal Court and Charal Lane will be open to emergency and local traffic at all times. Construction of curb and gutter and driveways shall be planned so as to cause a minimum of inconvenience to the abutting property owners. Temporary traffic control devices shall be furnished and maintained as required and shall conform to the applicable portions of Section 700 of the Standard Specifications; Highway Standards 701001-02, 701006-05, 701501-06, 701801-06, 701901-05, and the MUTCD. This work shall be accomplished and protected with lighted barricades such that the streets will be left open to specified traffic at the end of each working day. During construction, the contractor shall provide lighted barricades, flagmen and other temporary protection where necessary for public safety at all times. The contractor shall designate an employee as responsible for traffic protection and provide a telephone number to the City and the engineer where this employee can be reached during non-working hours. Should traffic protection be determined to be inadequate by the engineer or the City, this employee will be contacted. Upon failure to respond satisfactorily, the City will take the necessary actions to protect the public, and the cost of this work will be deducted from payment to the contractor. The contractor is expected to comply with the Standard Specifications, contract plans, and these Special Provisions concerning traffic control and protection. All traffic control devices shall be kept clean and neat appearing, and shall be replaced immediately if they become ineffective due to damage or defacement. Failure to comply with the Standard Specifications, contract plans, or these Special Provisions concerning traffic control will result in a charge of $300.00 per day, in addition, if the contractor fails to respond, the municipality may correct the deficiencies and all cost thereof will be deducted from monies due or which may become due the contractor. This corrective action will in no way relieve the contractor of his/her contractual requirements or responsibilities. This work will be paid for at the contract unit price per LUMP SUM for TRAFFIC CONTROL AND PROTECTION, (SPECIAL), which price shall be payment in full for all labor, materials, transportation, handling, and incidentals necessary to furnish, install, maintain, and remove all traffic control devices indicated in the Plans and Specifications. The salvage value of the materials removed shall be reflected in the bid price for this item. ITEM XX000679: CUT AND CAP EXISTING WATER MAIN The Contractor shall install the water main as shown on the plans and completely flush and chlorinate said main. The Contractor shall then be required to disconnect the house services from the old main and reconnect to the new main. This reconnection of services shall not be accomplished until a satisfactory chlorination report is received on the new main in that area. After all water services have been reinstated, the contractor shall abandon the existing water main by installing caps at the locations indicated in the plans or as directed by the Engineer, assisted by the Water Department, performing appropriate valve closings as necessary. The cost for any caps or plugs installed will be paid for at the contract unit price bid per EACH for CUT AND CAP EXISTING WATER MAIN.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 33 of 87

Page 62: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

9

ITEM Z0004510: HOT MIX ASPHALT DRIVEWAY PAVEMENT, 3” This work shall be done in accordance with applicable articles of Sections 351 and 406 of the Standard Specifications insofar as applicable. This work shall include excavation, shaping, and compacting the existing subgrade, installing Aggregate Base Course Type B, 6”, and placing Hot Mix Asphalt Surface Course, Mix “D,” N50, Modified to a compacted thickness of three inches (3”), placed in two (2) lifts, at the locations shown on the Plans and in accordance with the requirements of each item. The contractor shall notify all residents prior to removing their driveways. Prior to construction of the hot mix asphalt surface course, the aggregate base course shall be shaped and compacted. This work will be measured in place and paid for at the contract unit price per SQUARE YARD for HOT MIX ASPHALT DRIVEWAY PAVEMENT, 3”, which price shall include all of the above. Aggregate Base Course Type B, 6” shall not be measured for payment separately and shall be considered incidental to this pay item. ITEM Z0013798: CONSTRUCTION LAYOUT This work shall be done in accordance with Section 105 of the Standard Specifications insofar as applicable. The project Line and Grade shall be placed in the field per the “Issued for Bidding” project plans. Field engineering shall be provided by the Contractor to ensure its survey crew executes project layout and staking in accord with the proposed plans. No additional compensation or payment will be made for damaged or disturbed points or layout. It shall be the responsibility of the Contractor to record, keep for reference and adequately protect all construction staking for layout during the construction phase of the project. The work shall be paid for at the contract unit price per LUMP SUM for CONSTRUCTION LAYOUT, which price shall include field engineering, calculations, field adjustments and re-staking due to field changes, labor, equipment and materials required to complete the field survey work. ITEM HP105-02: PRE-CONSTRUCTION VIDEO RECORDING This work shall be done in accordance with the Standard Specifications insofar as applicable.

Detailed recording of the construction site, in DVD format, shall be taken and submitted to the City Engineer for approval before project mobilization and start of construction. Included in the item is complete documentation of project site existing conditions, location of all objects which include street signage, road, driveways, trees, landscaping and mailboxes along the project route.

This work shall be paid for at the contract unit price per LUMP SUM for PRE-CONSTRUCTION VIDEO RECORDING which price shall include all labor, equipment and materials required to complete the work.

ITEM HP105-01: AS-BUILT DRAWINGS IN AUTOCAD CIVIL 3D & PDF This work shall be done in accordance with Section 105 of the Standard Specifications insofar as applicable.

This work shall include providing the City with as-built documents.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 34 of 87

Page 63: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

10

The as-built documents shall be submitted to the City in electronic format. The electronic format submitted shall be:

1. AutoCAD Civil 3D 2016 files 2. PDF files viewable with a PDF software such as Adobe Reader. The PDF files shall be formatted

to print plan sheets to full scale (typically 24” x 36” hard copies). The media used to provide the documents shall be a USB flash drive that can be read with a typical Microsoft computer. Alternatively, the contractor may provide the City with the electronic files through their ftp site or other means mutually agreeable to both parties. The as-built documents shall be provided by the contractor upon completion of construction of the project. They shall reflect all changes made in the specifications and working drawings during the construction process, and show the exact dimensions, geometry, and location of all elements of the work completed under the contract. As-built site construction plans shall include the words “As-Built” in the title block with the current date on each revised sheet. The CADD files shall include information noted below along with the customized styles and layers used in the creation of the project plans. 1. Survey Data Information based on State Plane Coordinate System NAD 83 2. Points Data Information 3. Surface Data Information 4. Parcels, Alignments, Profiles 5. Assemblies, Corridors 6. Grading 7. Pipes 8. Sections 9. All contract project plans Upon request the City or its consultant may provide the contractor with its AutoCADD (.dwg) files. A licensed Professional Engineer (PE) and Professional Land Surveyor (PLS) registered in the State of Illinois must stamp the As-Built site construction plans. The PE and/or PLS shall stamp and sign the final engineering pages of the site construction plans; and the PLS shall stamp and sign the final site survey. Upon completion of construction the City will provide the contractor with written notification of the requirement to submit the as-built documents noted in this specification. The contractor shall provide the City with the documents within 45 days of the City’s notification. Failure to deliver the documents within the timeframe specified shall result in a penalty to the contractor in the amount of $100 for each day beyond the 45 day timeframe. The penalty shall accrue daily until the documents are delivered to the City and shall be deducted from any retainage owed to the contractor. This work shall be paid for at the contract unit price per LUMP SUM for AS-BUILT DRAWINGS IN AUTOCAD CIVIL 3D & PDF.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 35 of 87

Page 64: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

11

ITEM HP201-01: TREE PROTECTION This work shall be done in accordance with Section 201 of the Standard Specifications insofar as applicable. This item includes the use of wood-lathe, snow fence type material supported by metal posts no further than 10 feet apart. The temporary fencing should be installed at the “drip-line”, or as far away from the trunk of the tree as it is practical. It is more effective to fence groups of trees together for protection rather than to address trees separately. The City Forester needs to be contacted prior to construction, or at the pre-con, to inspect and/or approve of the Contractor’s proposed tree protection plan and fencing. No equipment or materials should be allowed within the drip line of any tree. Tree protection will be completed at locations as determined by the Owner.

The work shall be paid for at the contract unit price per FOOT for TREE PROTECTION.

ITEM HP201-02: TREE ROOT PRUNING, 24” DEEP This work shall be done in accordance with the following Root Pruning Standards as well as with Section 201 of the Standard Specifications insofar as applicable. ROOT PRUNING STANDARDS: Intent: The intent of root pruning is to minimize root damage and promote root regeneration when excavation occurs within the critical root zone of the tree. Location, Depth, Length: For the installation of sewers, water mains, electric lines, telephone lines and cable television lines, the root pruning shall be done at the point where the top of the trench will be closest to the tree and to a depth of 24 inches. For the installation of foundations, the root pruning shall be done at the limits of the over-dig for the foundation and to a depth of 24 inches. For the installation of curbs and similar construction, the root pruning shall be at the limit of excavation and to the depth of excavation. For example, if a curb is being constructed with an over-dig of one foot and a depth of the base of eighteen inches, then the root pruning would be done one foot behind the location of the back of curb and to a depth of eighteen inches. The length of the required root pruning shall be equal to; two feet of length for each inch of tree diameter. For example, the required length of root pruning for a 20 inch diameter tree would be 40 feet. The City or a qualified arborist may determine that this requirement be modified due to special site conditions. Equipment: The equipment used must be able to cut the roots cleanly, without tearing or grabbing. Chain type trenchers are not allowed. All equipment used shall be inspected and approved by the City or qualified arborist prior to commencement of work. Methodology: Where specifying root pruning, the contractor shall identify the location, depth, and length of the root pruning in the field for City approval. This can be done by staking and/or painting a line on the ground. The field location of the root pruning shall not be completed until proper City staff provides final approval. When the root pruning is complete, the area will be inspected by the City or a qualified arborist to identify any hand pruning that may be necessary to achieve a clean cut on exposed roots. In areas where it is not

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 36 of 87

Page 65: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

12

practical to use a machine to perform root pruning as determined by a qualified arborist, the roots shall be cut cleanly by hand. All trenches resulting from root pruning operations shall be back-filled or barricaded immediately. Timing: Root pruning shall be completed as close to the time of excavation as possible. All root pruning shall be completed prior to any disturbance within the critical root zone of a tree. The contractor shall coordinate this with the City or a qualified arborist to ensure minimum site disturbance and tree impact The work shall be paid for at the contract unit price per FOOT for TREE ROOT PRUNING, 24” DEEP.

ITEM HP280-01 & HP280-02: DRAINAGE STRUCTURE INLET FILTER & INLET FILTER CLEANING This work shall consist of the furnishing, installation, cleaning, and removal of a drainage structure inlet filter assembly, consisting of a frame and filter bag, to collect sediment in surface storm water runoff at locations shown on the plans or as directed by the Engineer.

The Contractor shall inspect the work site and review the plans to determine the number and dimensions of the various types of drainage structure frames (circular and rectangular) into which the inlet filters will be installed prior to ordering materials.

The drainage structure inlet filter assembly shall be installed under the grate on the lip of the drainage structure frame with the fabric bag hanging down into the drainage structure.

The drainage structure inlet filter assembly shall remain in place until final removal of the assembly is directed by the Engineer. The drainage structure inlet filter assembly shall remain the property of the Contractor.

Cleaning of the filter is to be periodically performed as directed by the Engineer, for the duration of the use of each drainage structure inlet filter assembly. The Engineer will be the sole judge of the need for cleaning, based on the rate that debris and silt is collected at each inlet filter location.

Cleaning of the inlet filter shall consist of inspecting, cleaning (includes removal and proper disposal of debris and silt that has accumulated in the filter fabric bag), by vactoring, removing and dumping or any other method approved by the Engineer.

Final removal of the assembly shall include the disposal of debris or silt that has accumulated in the filter bag at the time of final removal. Periodic cleaning of the filter is paid for separately.

The drainage structure inlet filter shall be the "Catch-All Inlet & Pipe Protector", as manufactured by Mar-Mac Manufacturing Company, Inc., P .0. Box 278, McBee, South Carolina 29101, (877) 962-7622; or approved equal. A detail drawing in the plans depicts the drainage structure inlet filter assembly.

The drainage structure inlet filter assembly consists of a steel frame with a replaceable geotextile fabric bag attached with a steel band with locking cap that is suspended from the frame. A clean used bag and a used steel frame in good condition meeting the approval of the Engineer may be substituted for new materials.

The drainage structure inlet filter assembly frame shall be rigid steel meeting the requirements of ASTM-A36. The frame shall include an overflow feature that is welded to the frame's ring. The overflow feature shall be designed to allow full flow of water into the structure if the filter bag is filled with sediment. The dimensions of the assembly frame shall allow the drainage structure grate to fit into the inlet filter assembly frame opening. The assembly frame shall rest on the inside lip of the drainage structure frame for the full variety of existing and proposed drainage structure frames that are present on this contract.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 37 of 87

Page 66: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

13

The drainage structure inlet filter assembly bag shall be constructed of a polypropylene geotextile fabric with a minimum weight of 4 ounces per square yard, a minimum flow rate of 145 gallons per minute per square foot, and designed for a minimum silt and debris capacity of 2 cubic feet. The filter bag shall be reinforced with an outer polyester mesh fabric with a minimum weight of 4 ounces per square yard. The filter bag shall be suspended from the steel frame with a stainless steel band and locking cap. The inlet filter assembly frame shall not cause the drainage structure grate to extend higher than 1/4 inch above the drainage structure frame.

The work shall be paid for at the contract unit price per EACH for DRAINAGE STRUCTURE INLET FILTER & INLET FILTER CLEANING.

ITEM HP406-01: HOT-MIX ASPHALT SURFACE COURSE “D” N50 (MODIFIED) The mix design for this bituminous pavement will meet all criteria for Mix D, N50 HMA pavement and follow the specifications listed in the HOT MIX ASPHALT MIXTURE REQUIREMENT table in the local detail drawings except as modified to meet the following requirements.

a) The components of the HMA surface mixture shall be combined in such proportions as to produce an aggregate mixture conforming to the following composition limits by weight:

Passing ½” (12.5 mm) sieve 100% Passing #4 (4.75 mm) sieve 60 – 75% Passing #8 (2.36 mm) sieve 45 – 55% Passing #50 (300 µm) sieve 10 – 25% Passing #200 (75 µm) sieve 3 – 11%

b) No RAP shall be used in the HMA Surface Course. This work will be paid for at the contract unit price per TON for HOT MIX ASPHALT SURFACE COURSE, MIX “D”, N50, MODIFIED. ITEM HP424-01: DETECTABLE WARNINGS (SPECIAL)

This work shall be done in accordance with Section 424, Article 424.09 of the Standard Specifications insofar as applicable.

The detectable warning device shall meet the following requirements. An approved equivalent may be permitted at the discretion of the Engineer:

TufTile polymer detectable warning tiles. Colonial Red (Federal Color 20109). Linear tiles and radial tiles in compliance with IDOT, PROWAG, and Access Board requirements.

Method of Measurement. This work will be measured for payment in accordance with Article 424.12 of the Standard Specifications.

Basis of Payment. This work shall be paid for at the contract unit price per SQUARE FOOT for DETECTABLE WARNINGS (SPECIAL).

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 38 of 87

Page 67: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

14

ITEM HP550-1: STORM SERVICE CONNECTION (KOR-N-TEE): This work shall be done in accordance with the applicable portions of Sections 550 and 551 of the Standard Specifications insofar as applicable included herein and included in the following description.

The work of this pay item shall include coring the main line storm sewer and installing the KOR-N-TEE connection at the locations noted on the plans or as directed by the Engineer, in accordance with the manufacturer’s recommendations, and as detailed on H.P. STD. ST-1022.

The work will be paid for at the contract unit price per EACH for STORM SERVICE CONNECTION (KOR-N-TEE) which price shall include excavation, equipment, labor, and incidental expenses necessary to make a complete installation as specified.

ITEM HP550-2: STORM SERVICE CONNECTION (WYE FITTING): This work shall be done in accordance with the applicable portions of Sections 550 AND 551 of the Standard Specifications insofar as applicable included herein and included in the following description.

The work of this pay item shall include coring the main line storm sewer and installing the prefabricated wye fitting at the locations noted on the plans or as directed by the Engineer, in accordance with the manufacturer’s recommendations, and as detailed on the plans titled “Storm Sewer Lateral Connection” for connection therefore of Storm Sewers. All other connections and fittings required to complete or repair these services shall be considered part of STORM SEWER 6” (HOUSE SERVICE).

The work will be paid for at the contract unit price for EACH for STORM SERVICE CONNECTION (WYE FITTING).

ITEM HP550-XX: STORM SEWERS, PVC SDR-26, (DIAMETER SPECIFIED) The work shall be done in accordance with Section 550 of the Standard Specifications and shall consist of sewer pipe complete in place, including sawcutting, and removal and disposal of existing pavement; excavation; bracing, bedding and covering of pipe; trench dewatering; finish grading; removal and disposal of waste excavated materials and existing sewers and structures as required; protection, replacement, or repair of utilities, coring existing structures for connection of new storm sewers; but not including trench backfill.

Pipe Materials The Storm Sewer PVC SDR-26 shall be done in accordance with Section 550 of the Standard Specifications insofar as applicable for the size indicated on the plans.

PVC SDR-26 shall meet ASTM D-3034 pipe and D-3212 joint specifications.

Pipe shall be subject to rejection for failure to conform to the requirements of specifications or for the following reasons:

* Fractures or cracks passing through pipe wall or socket, except single cracks not exceeding 2 inches in length at either end of pipe or single chip in the socket exterior for which the mathematical sum of width, depth, and length does not exceed 6 inches, unless these defects exist in more than 5 percent of entire shipment or delivery.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 39 of 87

Page 68: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

15

* Chips or fractures on the interior or pipe exceeding 2 inches in length, 1-inch in width, and of depth more than 1/8 barrel thickness.

* Cracks sufficient to impair strength, durability, or serviceability of pipe.

* Defects indicating improper proportioning, mixing, and molding.

* Variations of more than 1/8-inch/lineal foot in alignment of pipe intended to be straight.

* Damaged ends, where such damage would prevent making satisfactory joint.

* Extensive patching or painting of any surface or pipe with exception of miter pipe formed by removal of wedge shaped sections from middle of pipe.

Acceptance of fittings, stubs, miters, cutoff or other specially fabricated pipe sections shall be based on visual inspection at the job site.

Storm sewer, 6” (house service) shall be Polyvinyl Chloride Pipe-PVC SDR 26 storm sewer, ASTM 3034 or ductile iron pipe Class 52. This item is to include 4” and 6" service lines encountered during construction and will be paid for as STORM SEWER, PVC SDR26, 6”.

The contractor shall use a laser beam to set the alignment and grade of the sewer. Any work built to incorrect line and grade shall be removed at once and rebuilt to the correct line and grade.

Backfilling: All trenches and excavations shall be backfilled immediately after the pipe is laid therein, unless other protection of the pipe line is directed. Under no circumstances shall water be allowed to rise in unbackfilled trenches after the pipe has been placed. No material shall be used for backfilling that contains stones over a 6-inch dimension, frozen earth, debris, or earth with an exceptionally high void content. For backfill up to a level of 2 feet over the top of the pipe, only selected materials shall be used. Each layer of the selected fine graded backfill, free from stones, lumps, and clods shall be carefully placed and uniformly tamped in a manner to eliminate the possibility of lateral or vertical displacement.

All backfill material up to a height of 24 inches above the top of the pipe shall be carefully deposited in uniform layers not exceeding 8 inches in thickness (loose measure), with each layer firmly compacted by pneumatic or hydraulic tamping equipment approved by the engineer in such a manner as not to disturb or injure the pipe. Backfilling above this height shall be done by the material being deposited in uniform layers not exceeding 12 inches in thickness (loose measure), with each layer compacted by pneumatic or hydraulic tamping equipment approved by the engineer.

All backfill material shall be compacted by pneumatic tamping equipment (approved by the engineer) to 90 percent of maximum dry density as determined according to AASHTO T-180 modified proctor density, backfill material within 2 feet from any proposed or replaced pavement, driveway, or walk shall be compacted to 95 percent of AASHTO T-180 modified proctor density.

Removal of existing sewers and/or structures in line with new sewers, water main, or removal of existing sewers for connections to new manholes, structures or inlets shall not be paid for separately and shall be considered incidental to the new sewer pipe, except as noted.

This work shall be done in accordance with Section 551 of the Standard Specifications insofar as applicable.

Storm sewers of various sizes and materials shall not be salvaged and shall be disposed of at off-site locations.

All spoil materials shall be cleaned and removed from the pavement or traveled way, shoulders, backslopes and roadway ditches. Spoil material shall not be stored anywhere within the right-of-way. Soil shall be removed by hand from around trees, hydrants, utility poles, etc.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 40 of 87

Page 69: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

16

Television Inspection of Completed Sewers: Upon completion of the work, the sewers will be inspected by the City's closed circuit television. In the event any portion or portions of the sewer were not installed in accordance with the plans and specifications or to the required lines and grades or is otherwise defective, the contractor shall proceed at once to make the necessary repairs and corrections required to eliminate said defects. After such repairs and corrections have been made, the sewer will be re-televised, and any further corrective work will be done as is necessary. The City may re-televise said corrective work.

This work shall be paid for at the contract unit price per FOOT for STORM SEWER, PVC SDR-26, (DIAMETER SPECIFIED) as specified.

ITEM HP550-08: POINT REPAIR, STORM SEWERS, LESS THAN 10’ DEPTH, 6”-10” POINT REPAIR AND SEWER REPLACEMENT A. Description: This work shall consist of the removal and replacement of the existing sanitary sewer sections to the line and grade indicated on the contract drawings and/or as directed by the Engineer. Connections with existing pipes shall be made by means of mission couplings or approved equal. The Contractor shall take care to disturb the least amount of surface area possible during the excavation. Existing service connections within the limits of the repair shall be replaced with a new wye or tee section. The cost for wyes or tees shall be incidental to the point repair. B. Materials: All replacement sanitary sewers located in areas where proper horizontal and vertical separation from existing water main is achieved shall be semi-rigid PVC SDR 26 conforming to ASTM D3034 with elastomeric gasketed joints meeting the requirements of ASTM D3212. In areas where proper separation from existing water main does not exist, or other areas as directed by the Engineer, the replacement sewer pipe shall be Ductile Iron Sanitary Pipe (DISP) conforming to ANSI 21.51 with joints meeting the requirements of ANSI 21.11. C. Construction Requirements: The sewer section to be replaced shall be exposed by excavation. The Contractor shall provide and operate all necessary trench dewatering equipment, sheeting and trench boxes to sufficiently keep the trench dry and safe during all sewer replacement operations. The trench width shall be kept to a minimum at all times. It is the intent of this contract to disturb the least amount of surface area possible. Therefore, the Contractor shall take great care not to unnecessarily disturb or destroy trees, shrubs, additional pavement, etc. during the sewer replacement operations. If the Contractor unnecessarily disturbs additional surface area, trees, sodding, etc., all such items shall be replaced in kind by the Contractor without additional compensation. Following excavation and verification of the damaged pipe location and size, the existing sewer shall be removed. Then, the trench bottom shall be reshaped so that the replacement pipe shall be at the line and grade shown on the contract drawings or otherwise installed at a minimum slope, or as directed by the Engineer. The existing material at the bottom of the trench shall be removed and replaced with Grade CA-6 course aggregate. Material added to the trench bottom as a pipe bedding shall be tamped to the Engineer's satisfaction. All sewers, including building services, shall have a Grade CA-6 stone bedding of a minimum thickness of four inches (4"). The Contractor shall ensure that the bedding is properly placed under the pipe haunches and is in full contact with the new pipe. PVC SDR 26 Joint Assembly: The bell and spigot areas of PVC pipe joints shall be thoroughly cleaned, making certain that the gasket is properly seated. Once seated, a sufficient amount of gasket lubricant shall be applied to the gasket and the spigot end.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 41 of 87

Page 70: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

17

Care shall be taken to ensure that the outer edge of the spigot is well lubricated. Once lubricated, the gasket shall not be removed from the bell. The joint shall be aligned and the spigot pushed to the home mark using a bar and wood block from the back end. The Contractor shall take great care to ensure that the wood block protects the pipe end from the bar. All burrs and rough spots shall then be removed from the outer pipe wall and spigot ends with a file or other appropriate device. The Contractor shall also take great care not to scratch, indent, puncture or otherwise damage the PVC pipe during installation. All pipe materials used during the sewer replacement shall be inspected and approved by the Engineer before and during installation. If a pipe section has been damaged in any way before or during installation, it shall be removed and replaced to the satisfaction of the Engineer. Connections at Manholes: At all connections to existing and/or proposed manholes, a watertight field cast connection shall be made by means of a Contech Manhole Water Stop or equal. The stop shall be placed on the pipe near the center of the manhole wall with gasket fingers pointing to the outside of the manhole. The steel band shall then be tightened by means of a socket wrench to assure a positive watertight seal against the outside pipe. Connections with Existing Pipes (Band-Seal Coupling Installation): The existing exposed sewer shall be cut at the ends within the limits of removal as directed by the Engineer. The following equipment or equal shall be used to cut the pipe: a. Rigid No. 246 Soil Pipe Cutter with extension chain. b. Wheeler Model 490-12 Pipe Cutter. c. Quickie gasoline powered cut-off saw. The replacement pipe shall also be cut using the above equipment, as required for abutting plain square ends at the points of connection. The length of the replacement pipe after cutting shall be one-half inch to one inch (1/2" to 1") less than the length of the removed pipe. Temporary blocking should be provided as required or as directed by the Engineer. The Band Coupling shall be centered over each joint and clamp bolts and shear ring shall be tightened using a hex bolt wrench or socket device. All surfaces and couplings must be clean. The temporary blocking shall be removed and the excavated area filled in and tamped. The Contractor shall follow the method or guidelines for installation of the Band Coupling specified by the manufacturer during installation. After installation of the replacement pipe, the trench shall be properly backfilled in a uniform fashion by placing two (2) six-inch (6") lifts, above PVC Pipe. Again, the Contractor shall take great care to assure that bedding and backfill material is in full contact with the new pipe. The cost for stone backfill shall be incidental to the point repair pay items. At all locations where a sanitary sewer pipe replacement is required, the flow of sewage shall be maintained at all times possible during the construction by by-pass pumping. Sewer services to buildings shall not be interrupted unless approved in advance by the Engineer. The Contractor shall have sole responsibility for locating all sewer service laterals within the limits of the POINT REPAIR. Any building service connections existing within the limits of the sewer replaced shall be provided with a wye or tee section, regardless of the type of the existing connection. Connection of new 6" PVC SDR 26 to existing service laterals shall be made by means of mission couplings or other fittings approved by the Engineer. The cost for this work, including couplings, fittings and 6 inch SDR 26 pipe necessary for connections to the existing services shall be incidental to the contract unit price bid per EACH

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 42 of 87

Page 71: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

18

for POINT REPAIR, STORM SEWERS, LESS THAN 10’ DEPTH, 6”-10”. The depth shall be measured from the top of existing grade to the top of the sewer pipe. D. Testing and Inspection of Sewers: In all cases where a point repair is made, the full length of sewer main, (manhole to manhole) shall be inspected by means of closed circuit television inspection after the repair has been finished. Any replaced sections, which do not pass the inspection(s), shall be repaired at the Contractor’s expense. The cost for all sewer televising shall be considered incidental to the contract. E. Measurement and Payment: The contract unit prices bid for the point repair shall include the cost for all excavation, trench dewatering and maintenance, bypass pumping, removal and disposal of existing sewer pipe and unfit materials, trench bottom reshaping, bedding, haunching, installation of replacement sewer pipe, mission couplings and related fittings, 12" of stone backfill over the pipe, specialty restoration items such as gardens, decorative stone, etc. sewer testing and inspection, and all other work necessary for a complete job. No extra compensation shall be made to the Contractor for by-passing of sewage flow to continue service, dewatering of trenches, sheeting, protection of existing underground service laterals, the removal, disposal and replacement of unstable material, removal of the existing sewer, specialty restoration and surface items and/or filling of voided areas with appropriate material. Instead, this work shall be considered incidental and included in the unit price. The cost for all work associated with the sewer replacement, including but not limited to excavation, removal and disposal of deleterious materials, bypass pumping, replacement sewer, backfilling and surface restoration will be paid for at the contract unit price bid per EACH for POINT REPAIR, STORM SEWERS, LESS THAN 10’ DEPTH, 6”-10”. ITEM HP602-03: MANHOLES, INLETS AND CATCH BASINS TO BE ADJUSTED W/NEW NEENAH FOUNDRY TYPE R-3010 FRAME AND GRATE This work shall be done in accordance with Sections 602 and 603 of the Standard Specifications insofar as applicable. The work shall include adjustment of existing structure with the installation of a new frame and grate. Use LADTECH, Inc. Injection Molded Recycled High Density Polyethylene Adjusting Rings for structure adjustments on the streets and curbs. All existing storm sewer frames and grates removed shall remain the property of the City of Highland park and the delivery of the existing storm sewer frames and grates shall be coordinated with the Engineer and the City Public Works Department. This work will be paid for at the contract unit price per EACH for MANHOLES, INLETS OR CATCH BASINS TO BE ADJUSTED W/NEW NEENAH FOUNDRY TYPE R-3010 FRAME AND GRATE. ITEM HP055-01: BRICK PAVER DRIVEWAY REMOVAL AND REINSTALLATION This work shall be in accordance with applicable portions of IDOT Bureau of Local Roads and Streets Special Provision for Paving Brick and Concrete Paver Pavements and Sidewalks revised 1-1-2009 (Checksheet #LRS14). The brick pavers that interfere with the proposed combination curb and gutter shown on the plan shall be removed up to the limits established by the Engineer and reinstalled after the proposed curb and gutter has been installed across the driveway. Any leftover bricks shall be salvaged and shall be delivered to affected homeowners. Should the homeowner not want the pavers they shall then be disposed of offsite at the Contractor’s expense.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 43 of 87

Page 72: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

19

A sub-base granular material base course shall be prepared to compacted depth of 2” and compacted, and in accordance with Section 311 of the Standard Specifications. Sand shall be spread over granular base as a setting bed for pavers. Sand shall be spread 2” thick, and leveled to required slope and grade. Minimum thickness of sand shall be 1” after leveling. Bed shall not be compacted until pavers are installed. Surface tolerance shall be within ¼” of required grade as measured with a 10’ straightedge in both transverse and longitudinal directions. The setting bed shall be protected from damage prior to setting pavers. Unit pavers shall be set on sand setting bed. Setting shall be done by competent workmen under adequate supervision, and in accordance with manufacturer’s recommendations. Pavers shall be set true to the required lines and grades in a pattern that was the same as the existing condition. Pavers shall be tightly butted. Joints between pavers shall be uniform and shall not exceed 1/8”. There shall be no raised edges, either pavers or materials adjacent to pavers, that could allow someone to trip. The tolerance for such edges shall be 0” – 1/8” maximum in range. After a sufficient area of pavers has been installed, the pavers shall be compacted by running a mechanical vibratory compactor over the paved surface until the pavers are uniformly leveled, true to grade, and totally immobilized. Where required, pavers shall be accurately cut with a masonry or concrete saw. Cut edges shall be plumb and straight. Scoring and breaking shall not be acceptable. Joints between pavers shall be filled by sweeping sharp sand into the joints. When joints are filled, paver surfaces shall be swept clean of sand. The removal of the existing paver bricks, resetting of the paver bricks, sub-base and sand materials and installation, excavation, and related work will be paid for at the contract unit price bid per SQUARE FOOT for BRICK PAVER DRIVEWAY REMOVAL AND REINSTALLATION. The quantity shall be calculated as the square footage of the removed bricks to the limits as directed by the Engineer. ITEM HP561-01: WATER MAIN, D.I.P. CL54, 8” This work shall be done in accordance with Section 561 of the Standard Specifications insofar as applicable and as modified in the “Supplemental Specifications Section 561 Water Main” included herein, shall consist of water main pipe complete in place, including pavement saw cutting and removal, excavation, bracing, bedding and covering of pipe; trench dewatering; finish grading; removal and disposal of waste excavated materials as required; protection, replacement, or repair of utilities; but not including trench backfill.

DIP PIPE Ductile iron pipe shall be ANSI thickness Class 54 for pipe diameters 4-inch to 10-inch and Class 52 for pipe diameters 12-inch and greater and made in standard 18 or 20-foot lengths. All pipes shall conform to ANSI Specification A21.51 or latest revision.

All pipe shall have a cement lining on the inside surface of the thickness meeting the requirements of "half thickness" lining covered by ANSI/AWWA-C104/A21.4. All pipe shall be coated inside and outside with an asphaltic coating.

JOINTS Ductile iron pipe joints shall be mechanical joint or push on joint as specified, and shall conform to applicable sections of ANSI/AWWA-C111/A21.11. Pipe shall be furnished with sufficient ductile iron glands, gaskets, and high strength tee head bolts and hexagon nuts to provide for each socket opening. All gaskets shall be of the plain rubber type and made to accurate dimensions. All glands shall be made of high strength ductile iron. Tee head bolts shall have a minimum tensile strength of 50,000 pounds per square inch. ALL HARDWARE SHALL BE STAINLESS STEEL.

RESTRAINED JOINT PIPE

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 44 of 87

Page 73: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

20

Restrained joint pipe system, where directed by the Engineer, or as indicated on the drawings, shall use one of the following methods:

a) Lock rings welded into place around pipe barrel. b) Bolted rings installed around pipe barrels that fit inside pipe bells. c) Gaskets which include stainless steel locking segments vulcanized into the gasket. d) Mechanical joint retainer gland systems that provide locking segments shaped to pipe

barrel that do not create stress points on pipe barrel. 1. Setpoint type retainer glands will not be allowed

e) Acceptable products: 1. American Fastite, Flex-Ring. 2. Clow Tyton Joint - Type A. 3. U.S. Pipe TR-Flex Gripper. 4. or Approved equal

EXCAVATION AND FOUNDATION

The trench shall be excavated to an elevation 4 inches below the bottom of the pipe so that the invert of the finished water main will be at the depth and grade as specified on the plans.

Well compacted moist CA-7 crushed stone bedding material at least 4 inches in depth below the bottom of the pipe shall be placed the entire width of the trench and the entire length of the pipe to the spring line as specified herein and detailed on the plans. The aggregate shall meet the approval of the engineer.

Backfilling Backfilling will be done using CA-7, or as otherwise directed by the Engineer, with each layer compacted by pneumatic or hydraulic tamping equipment, approved by the Engineer.

Spoil material shall be loaded onto trucks as it is excavated and immediately hauled away outside of the City Limits, unless approved otherwise by the Engineer.

This work shall be paid for at the contract unit price per FOOT for WATER MAIN, of the type, class and diameter specified measured in place, which price shall include the cost of pipe, all tees, bends, joint materials, all pipe fittings and accessories, tests, disinfecting of the water mains, saw cutting, excavation, disposal of unsuitable material labor, abandonment of existing water main, equipment, bedding, blocking, backfilling and compaction, glands and fastening devices required for jointing, corporation stops, copper and test plugs for testing, sterilization and sampling as well as incidental materials required in the construction of said water main complete in place as specified herein and detailed on the plans.

ITEM HP561-02: WATER VALVE 8 INCH & 4’ DIA. VALVE VAULT (H.P. STD WD-1002 & 1003) This work shall be done in accordance with Section 561 of the Standard Specifications insofar as applicable, and the “Supplemental Specifications Section 561 Water Main”, included herein, and the following:

GATE VALVES: All gate valves shall be RESILIENT SEAT GATE VALVES except hydrant auxiliary valve may be a standard gate valve.

Resilient seat gate valves shall be Mueller or approved equal, conforming to AWWA C509-94.

Valves shall be bronze stemmed, modified wedge disc pattern designed for 200 pounds per square inch

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 45 of 87

Page 74: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

21

working pressure. Each valve shall be tested to 400 pounds hydrostatic test pressure and shall be furnished with an O-ring stem seal. Valves shall be closed by turning the stem in a clockwise direction; with 2-inch square operating nut. ALL VALVES SHALL UTILIZE STAINLESS STEEL NUTS AND BOLTS.

BUTTERFLY VALVES All butterfly valves shall be Mueller Lineseal III or approved equal conforming to AWWA C504-94, 150 p.s.i. working pressure, 300 p.s.i. test pressure.

Valve bodies shall be either cast iron or cast steel or fabricated steel. Valve shafts shall be solid one-piece 18-8 stainless steel, type 302, 303, 304, or 316. Valves shall be 90 degree seating with valve seats of natural gum rubber compound and shall be provided with adjustable mechanical stop to prevent over travel of the valve disc in the open and closed position.

Valves shall be equipped with totally enclosed worm gear reducer and bevel gear attached with 2-inch square operating nut. Valves shall be closed by turning the stem in a clockwise direction. ALL VALVES SHALL UTILIZE STAINLESS STEEL NUTS AND BOLTS.

Valve Vaults shall be constructed in accordance with Section 602 of the Standard Specifications and the H.P. Water Specifications. Vault shall be that of a solid precast concrete manhole structure having a solid bottom and rubber booted (penetrations) openings. Use Type 1 special frame closed solid lid Neenah R-1712 Type B, stamped with the word "WATER" or approved equal. Use LADTECH, Inc. Injection Molded Recycled High Density Polyethylene Adjusting Rings for proposed structures on the streets and curbs.

This work shall be paid for at the contract unit price per EACH for WATER VALVE 8 INCH & 4’ DIA. VALVE VAULT (H.P. STD WD-1002 & 1003) of the type and size specified which price shall include the valve vaults, valve and accessories, labor, installation in the valve vault and incidental expenses necessary to furnish and install the valve complete as specified herein and detailed on the plans. Fire hydrant valves will not be paid for separately and the cost thereof included in the unit price of the hydrant.

ITEM HP561-05: WATER MAIN CONNECTION (PRESSURE CONNECTION): (SPECIFIED SIZE) This work shall be done in accordance with Section 561 of the Standard Specifications insofar as applicable, and the “Supplemental Specifications Section 561 Water Main”, included herein, and the following:

The work shall consist of making a pressure connection to the existing water main and furnishing a valve vault at the connection at the locations indicated on the plans or as directed by the engineer. Tapping sleeve and valve shall be Mueller or an approved equal. Tapping sleeve shall be of the mechanical joint type. Tapping valve shall meet the same requirements as listed for butterfly valves in the supplemental Specification Section 561 Water Main, included herein; and in addition, the seat opening shall permit full diameter cuts. All procedures in making the connection shall be in compliance with the manufacturer's recommendations. Any damage to the existing water main resulting from any negligent, careless, or improper procedure shall be the sole liability of the Contractor.

This item shall be paid for at the contract unit price per EACH for WATER MAIN CONNECTION (PRESSURE CONNECTION): (SPECIFIED SIZE), which price shall include the valve, valve vault, tapping sleeve, tap, excavation, equipment, labor and incidental expenses necessary to make a complete installation as specified.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 46 of 87

Page 75: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

22

ITEM HP561-0X: FITTINGS D.I. This work shall be done in accordance with Section 561 of The Standard Specifications insofar as applicable, and the “Supplemental Section 561 Water Main”, included herein, and the following:

Fittings shall include all tees, bends, reducers, sleeves, or other fittings required outside the limits of the new water main. All fittings shall be ductile iron, cement lined asphaltic coated and conform to AWWA Standards C-104, C-110, C-111, C-115, C-151 and C-153. All fittings where applicable (tees, bends, etc.) shall be mechanical joint ductile iron furnished with ductile iron retainer glands. ALL FASTENING HARDWARE SHALL BE STAINLESS STEEL.

This work shall be paid for at the contract unit price per POUND for FITTINGS D.I., of the fitting size and type for any and all required fittings for the water main installation, which price shall be payment in full for all materials, labor, equipment, excavation, bedding, blocking, tie-rods, backfilling and incidental expenses necessary to make a complete installation as specified herein and detailed on the plans.

ITEM HP561-07: WATER SERVICE LINE, 1” COPPER REPLACEMENT This work shall be done in accordance with Section 562 of the Standard Specifications except as modified herein. Copper water service line shall be Ty-K copper conforming to the requirements of AWWA Specification 7S-CR. Water service lines shall be installed so as to maintain a minimum cover of 5', unless otherwise directed by the Engineer.

Copper from the saddle to the meter shall be continuous; no splices or fittings will be permitted.

Backfilling will be done using trench backfill where specified, deposited in uniform layers not exceeding 12" in thickness (loose measure), with each layer compacted by pneumatic or hydraulic tamping equipment, approved by the Engineer to 90 percent of AASHTO T-180 modified proctor density.

Driveway crossings will be backfilled with trench backfill conforming to article 703.04, Trench Backfill, and shall be compacted to 90 percent of AASHTO T-180 modified proctor density to an elevation two (2) feet below subgrade, then compacted to 95 percent of AASHTO T-180 modified proctor density to subgrade elevation. Measurement for payment shall be from the saddle to the street side of the water meter. The work shall include installation of the service by open trenching, excavation, and aggregate trench backfill. The Contractor shall furnish and install a saddle and connection to the existing water service as directed by the engineer.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 47 of 87

Page 76: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

23

Corporation shall conform to Highland Park Standard WD-1007 dated 2-28-2014. Direct taps shall be made to the water main under pressure. Service taps must be inserted in the street main at an angle not greater than 45 degrees from horizontal diameter and not, in any case, nearer than 24" from the bell of the pipe. Backfilling will be done using native materials or trench backfill where specified, deposited in uniform layers not exceeding 12" in thickness (loose measure), with each layer compacted by pneumatic or hydraulic tamping equipment approved by the engineer to 90 percent of AASHTO T-180 modified proctor density. Driveway crossings will be backfilled with trench backfill conforming to article 703.04, Trench Backfill, and shall be compacted to 90 percent of AASHTO T-180 modified proctor density to an elevation two (2) feet below subgrade, then compacted to 95 percent of AASHTO T-180 modified proctor density to subgrade elevation. This work will be paid for at the contract unit price per FOOT of WATER SERVICE LINE, 1” COPPER REPLACEMENT, which price shall include the copper, trenching, backfilling, compaction, labor, equipment, fittings, corporation stop, and incidental expenses necessary to make a complete installation from the water main to the existing meter as specified. ITEM HP561-08: SADDLE TAP, 1” This work shall be done in accordance with Section 562 of the Standard Specifications except as modified herein.

This work shall consist of furnishing and installing a saddle (making a direct tap on the water main) and connection to the existing water service as directed by the Engineer.

The saddle shall be Model- POWERSEAL 3131A, Bolt Type SST, Chek-o-Seal Gasket SBR, Order# 687080. Direct taps shall be made to the water main under pressure.

Service taps must be inserted in the street main at an angle not greater than 45 degrees from horizontal diameter and not, in any case, nearer than 24" from the bell of the pipe.

Backfilling will be done using trench backfill where specified, deposited in uniform layers not exceeding 12" in thickness (loose measure), with each layer compacted by pneumatic or hydraulic tamping equipment,

approved by the Engineer to 90 percent of AASHTO T-180 modified proctor density.

Driveway crossings will be backfilled with trench backfill conforming to article 703.04, Trench Backfill, and shall be compacted to 90 percent of AASHTO T-180 modified proctor density to an elevation two (2) feet below subgrade, then compacted to 95 percent of AASHTO T-180 modified proctor density to subgrade elevation.

This work shall be paid for at the contract unit price per EACH for SADDLE TAP of 1” diameter and installed, which price shall be payment in full for the saddle, service saddle, tap, fittings required to connect to existing service, labor, equipment, excavation, backfilling, compaction, and incidental expenses necessary to make a complete the work as specified.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 48 of 87

Page 77: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

24

ITEM HP561-10: EXISTING WATER MAIN TO BE ABANDONED, FILL WITH CLSM, 6” This work shall consist of providing the necessary materials, filling underground pipes that are to be abandoned, and seal up the ends of the pipes. The abandoned main shall be filled by pumping Controlled Low Strength Material (CLSM), flowable fill into the main with an approved mix. The main shall be completely filled, leaving no voids or air spaces. Filling of the mains shall be to the satisfaction of the City and/or Engineer.

This work, including all labor, equipment, and materials shall be paid for at the contract unit price per FOOT for EXISTING WATER MAIN TO BE ABANDONED, FILL WITH CLSM, 6”.

ITEM HP564-01: FIRE HYDRANT / AUX. VALVE AND VALVE BOX This work shall consist of furnishing and installing fire hydrants with auxiliary valve and valve box at those locations shown on the plans.

Hydrants shall be Waterous Pacer Hydrant Model WB67-250 detailed on manufacturer standard drawing HPL83133, or approved equal as an alternate with auxiliary valve and box. See attached manufacturer detailed specifications on the drawings attachments.

The Contractor shall also furnish all incidental materials in connection with the construction for which no provision for unit price payment is made herein. These shall include all fittings, bends, reducers, etc., plain rubber gaskets or approved packing, glands and stainless steel fastening devices required for cast, ductile iron jointing as well as incidental materials, concrete, wood blocking, etc., required in the construction. The Contractor will also furnish corporation stops for testing, sterilization and sampling as required. ALL BOLTS SHALL BE 304-316 STAINLESS STEEL.

This work shall be paid or at the contract unit price per EACH for FIRE HYDRANT/AUX. VALVE & VALVE BOX, which price shall be payment in full for the hydrant, valve, valve box, connecting pipe, labor, equipment, excavation, bedding, blocking, tie-rods, stone, backfilling and incidental expenses necessary to make a complete installation as specified herein and detailed on the plans.

ITEM HP564-02: FIRE HYDRANT REMOVED This work shall consist of removing existing fire hydrant, auxiliary valves, valve boxes and plugging hydrant lead.

Hydrants removed shall remain the property of the City of Highland Park and the Contractor shall deliver said hydrants to the Department of Public Works at 1150 Half Day Road and obtain a receipt therefore.

The Contractor shall exercise due care in removing the materials to prevent damage to same. In the event damage does occur due to negligence by the Contractor, he shall repair same at his expense.

All excavations associated with the removal of fire hydrant shall be backfilled with compacted trench backfill, and the cost thereof shall be included in this item.

The Contractor shall not proceed with this work until all new hydrants are operational and the Engineer has approved same.

This work shall be paid for at the contract unit price each per EACH for FIRE HYDRANT REMOVED, which price will be payment in full for all labor, materials, trench backfill, excavation, equipment and incidental expenses necessary to complete as specified.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 49 of 87

Page 78: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

25

ITEM HP565-01: DOMESTIC METER VAULT REMOVED & REPLACED WITH NEW METER VAULT ( H.P. STANDARD WD-1001) This work shall be done in accordance with Section 565 and 605 of the Standard Specifications except as modified herein.

This work will consist of removal and constructing a new meter vault complete with new frame at the locations shown on the plans as detailed thereon or at the direction of the Engineer. All materials furnished and work performed shall be in accordance with local plumbing ordinances and regulations of the City Water Department.

Existing meters shall be removed by the Contractor and reused or new ones furnished by the City for installation within the new vault. The Contractor shall exercise due care in removing and replacing the meters to prevent damage to same.

This item shall, as indicated above, include removal of the existing meter vault (pit).

Existing meter vault frames shall be turned over to the Public Works Department and remain the property of the City.

This work shall be paid for at the contract unit price per EACH for DOMESTIC METER VAULT REMOVED & REPLACED WITH NEW METER VAULT ( H.P. STANDARD WD-1001), which price shall include removal of the existing meter pit, new frame, pre-cast vault, installation of meter, all fittings, connection of old service where necessary, equipment and incidental expenses necessary to install said vault complete as specified herein and detailed on the plans. ITEM HP213-01: EXPLORATORY HOLE EXCAVATION

This work shall be done in accordance with the Standard Specifications insofar as applicable included herein and including the following description.

The work of this pay item shall consist of providing service to complete an exploratory excavation to establish elevation of existing utilities in the field as directed by the Engineer.

After the evaluation and size of the utility has been determined, the trench (hole) shall be backfilled with trench backfill in a manner satisfactory to the Engineer. Excavated materials shall be disposed of in accordance with Article 202 of the Standard Specifications.

This work shall be paid for at the contract unit price per EACH for EXPLORATORY HOLE EXCAVATION.

ITEM HP561-11: WATER MAIN TO BE PIPELINED (1) INTENT It is the intent of this section to provide for the reconstruction of existing water mains by the installation of a resin-impregnated flexible tube that is inflated within the existing pipe to form a hard, impermeable, corrosion resistant pipe within a pipe. When cured, the cured-in-place-pipe (CIPP) will be formed to the original water main. This work shall be completed by September 29, 2017. (2) REQUIREMENTS (A) DESCRIPTION OF WORK All work shall comply with the terms of this specification and with the manufacturer’s standards set forth

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 50 of 87

Page 79: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

26

for cured-in-place-pipe lining method selected by the Contractor and approved by the Engineer. Under this method the Contractor shall reconstruct existing water mains by the insertion of a flexible lining tube consisting of two concentric, tubular, felt or woven polyester jackets with a watertight polymeric membrane bonded to the interior that has been saturated with a thermosetting resin. The liner shall be inserted into the existing water main either by direct inversion (ASTM F1216) using a head of water, or by pulling the tube into place by winching and then inflating it by inversion of a calibration hose (ASTM F1743). The shaping of the liner may be achieved by pushing a pig through the hose using water pressure. The thermosetting resin shall then be cured by circulating hot water or steam through the tube to cure the resin into a hard impermeable pipe. The Contractor shall be responsible for the successful completion of all work required herein; Failure of the Contractor’s selected cured-in-place-pipe lining method to be satisfactorily installed in the existing water main shall not relieve him of his responsibility to provide satisfactorily reconstructed water mains. Any cost associated with the removal of the unsatisfactorily installed liner and the subsequent, satisfactory reinstallation of an approved liner shall be borne solely by the Contractor, and he shall not make any claim against the City for this additional required work. Once installed, the liner shall extend from start to end points specified in a continuous tight fitting watertight pipe-within-a-pipe, and the service connections shall be re-opened. During the warranty period any defects that might affect the integrity or strength of the liner shall be immediately repaired or replaced by the Contractor, at his expense, pursuant to the manufacturer’s recommendations, and to the satisfaction of the Engineer. All connecting joints shall be attached to the host pipe, installed using mechanical joint fittings, and shall be incidental to CIPP liner. No additional payment shall be made. These mechanical joint fittings must be submitted for approval prior to the start of this project. The water main sizing on the plans is correct to the best of our knowledge and cannot be verified until the cleaning process. Any additional cleaning, chlorination & sampling will be the responsibility of the Contractor. No additional payment will be made. Additionally, any future dry or pressure tapping of this water main for service connections are expected to be done with City personnel without additional training or specialized equipment. Any deviation from this work process must be submitted prior to contract approval. (B) REFERENCE SPECIFICATIONS AND STANDARDS The latest editions and revisions of "Standard Specifications for Water & Sewer Main Construction in Illinois”, ASTM D638, D790, F1216 and F1743, and NSF/ANSI 61, AWWA Standards, and the manufacturer’s standards are hereby made a part of this specification. (C) DELIVERY, STORAGE, AND HANDLING

(1) The Contractor shall transport, handle, and store liner and thermosetting resin as recommended by manufacturer.

(2) The Contractor shall deliver, store and handle other materials as recommended by the manufacturers to prevent damage.

(3) Liner materials that are defective or damaged prior to installation shall be rejected and replaced at the Contractor's expense. Liner materials damaged during installation shall be repaired or replaced as recommended by the manufacturers and approved by the Engineer.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 51 of 87

Page 80: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

27

(4) The Contractor shall store all lining materials and necessary appurtenances at the Public Works yard. At no time shall materials be left onsite overnight.

(D) QUALIFICATIONS The Contractor shall be certified by the cured-in-place-pipe liner manufacturer, and that the Contractor is a fully trained user of the liner method. The installation of the liner method shall be performed by trained personnel, and such training shall have been conducted by a qualified representative of the liner method manufacturer. Certificates of such training for all personnel involved in the operation of the liner method shall be provided to the Engineer prior to the start of liner installation. The product installed shall be certified by NSF to ANSI/NSF Standard 61, and shall meet the requirements of (Subsection (2) (G)) and shall have been commercially proven with an 8-year history of installation in North America. (E) LINER SIZE AND LENGTH The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the water main to be lined. The exact sizing of these sections of water main should only be verified during the cleaning process. Any additional cleaning, chlorination & sampling will be the responsibility of the Contractor. No additional payment shall be made. The liner thickness shall be designed to adequately resist the full internal pressure and all external pressures and conditions (e.g. deflection, ring bending, buckling and minimum stiffness). The length of the liner shall be that deemed necessary to effectively span the distance and carry out the insertion and seal of the liner at the end points. The Contractor shall verify the lengths in the field before cutting the liner to length. Prior to the start of work the manufacturer of the cured-in-place-pipe liner will be required to submit design calculations for wall thickness to the Engineer. Allowance for circumferential and longitudinal stretching of the liner during insertion shall be made as per the manufacturer’s standards. (F) DESIGN PARAMETERS The following design parameters shall be used in the design of pipe liners in addition to the manufacturer’s standards and ASTM F1216: (1) Ovality of Existing Pipe 2% Minimum (2) Existing Pipe Condition Fully Deteriorated (3) Modulus of Soil Reaction 700 psi Minimum (4) Factor of Safety Against Buckling 2 Minimum (5) Live Load AASHTO HS20-44 Loading under Roadways (6) Soil Unit Weight 120 pcf Minimum (If no Boring Data is available in vicinity.) (7) Creep Reduction Factor 50% Maximum (8) Internal Pressure 1.5 times system working pressure (9) Depth of cover Varies (5-20') Liner material shall be tested in accordance with ASTM F1216, Section 8 - Inspection Practices. Certificates of tests shall be provided to the Engineer.

(G) LINER MATERIAL The cured-in-place-pipe liner shall be composed of two concentric, tubular, felt or woven polyester jackets with a polymeric membrane bonded to the interior. The polymeric inner membrane shall be designed to ensure water tightness. The fully cured-in-place-pipe liner shall conform to the minimum structural standards as follows:

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 52 of 87

Page 81: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

28

Tensile Strength @ Yield 3,000 psi (ASTM D638) Flexural Strength 4,500 psi (ASTM D790) Flexural Modulus 250,000 psi (ASTM D790) The liner material shall be AquaPipe System, InsituMain System, Nordpipe System, or Engineer approved equal. The Contractor shall furnish, prior to use of the lining materials, satisfactory written guarantee of his compliance with these specifications and the liner manufacturer’s standards for all materials (felt or woven polyester jackets, watertight polymeric membrane bonded to the interior, and the thermosetting resin) and techniques being used in the method. Prior to the start of work the Contractor will be required to submit to the Engineer the types of resins and the resultant cure schedules for each length and size of water main to be lined. The finished liner shall incorporate thermosetting materials that will withstand the corrosive effects of normal existing chemical additives to the water supply. (H) SAFETY The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturer’s safety requirements. Emphasis shall be placed upon safety requirements for entering confined spaces and working with hot water or steam. The Contractor shall erect such signs and other devices as are necessary for the safety of the work site and shall secure the site and conforms all work to the safety requirements of all pertinent regulatory agencies. (I) AIR QUALITY The Contractor is advised that all liner installation work shall be carried out in full compliance with all City, State, and Federal laws, rules, and regulations regarding Air Quality and Safety. (J) PREPARATION OF EXISTING WATER MAIN

(1) EXCAVATION OF INSERTION/EXTRACTION PITS, REMOVAL OF PIPE, AND ROUTE SURVEY The exact location of insertion/extraction pits shall be determined by the Contractor in the field, and shall be of a length and width as recommended by the pipe liner manufacturer, and as approved by the Engineer.

The Contractor shall excavate and remove the minimum length of pipe necessary for the liner insertion and receiving operations as per manufacturer’s recommendations and as ordered by the Engineer. All connecting joints shall be attached to the host pipe, installed using mechanical joint fittings, and shall be incidental to CIPP liner. No additional payment shall be made. The existing main shall be cut square using an approved cutting machine, leaving no split or fractured ends. All cut faces of the existing main shall be chamfered on the inside surface to a suitable profile to prevent damage to the liner pipe during or after insertion. Edge guards or other means of protecting the liner from host pipe edges at insertion points must be submitted to the Engineer for review and approval.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 53 of 87

Page 82: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

29

A thorough examination of the route of the existing water main shall be made by after cutting of the main. This should include a pipeline location survey at no additional cost with equipment for locating any changes in direction, valves, bends, intrusions, and other fittings that may impede the insertion and/or proper inflation of the cured-in-place-pipe liner.

(2) CLEANING The cleaning of the existing water main is a critical step in the reconstruction of the existing water main with a cured-in-place-pipe liner method. It is anticipated that the existing water main will have a fair amount of rust and scale deposits on the inside walls of the pipe. The Contractor shall clean the existing water mains using a cleaning method that is approved by the Engineer. The cleaning method shall remove all rust, scales, tuberculation, deposits, loose or deteriorated remains of any original coatings and other foreign materials from the inside of the pipe so as to produce a smooth metal surface finish that will allow the new composite liner to adhere to the existing host pipe. After cleaning, and again immediately before pipe liner insertion the main shall be plunged with a tight fitting rubber plunger and foam swab to clear the pipe bore of debris and water.

(K) TELEVISION INSPECTION PRIOR TO INSTALLATION The Contractor shall perform a television inspection and video recording of the existing water main after the cleaning of the water main is completed. This inspection will be performed utilizing a radial eye camera to determine that the rust and scale deposits have been adequately removed, and that the latest condition of the water main makes lining feasible. The Engineer shall be notified if the existing water main is determined to be non-feasible. A copy of the video shall be made available Engineer and/or Owner for review during construction. A copy of all pre and post video recordings of water mains shall be provided to the Engineer upon completion of the project. (L) EQUIPMENT SPECIFICATION The Contractor shall provide suitable temperature and pressure gauges in accordance with the manufacturer’s standards and specifications. Puller unit/winch cable shall be equipped with manufacturer recommended tension gauge, and shall be smooth running and variable speed. The cutting device shall be a remote monitored device for use inside the lined pipe. The Contractor shall prepare and inspect all necessary tools and any spare parts that are required for equipment that suffer frequent breakdowns, and shall ensure that said tools and spare parts are available at the site. The Contractor shall also prepare and make operable all necessary communication equipment for his field crew. (M) INSTALLATION OF LINER Prior to the installation of liner, the Contractor shall fully comply with Subsections (2)(C) through (2)(L), inclusively, and with any additional requirements set forth in the specific provisions applicable to the respective lining method. The Contractor shall not proceed with the installation of liner until the Engineer, in writing, certifies such compliance and directs the Contractor to proceed with the lining installation. The approved liner shall be installed pursuant to the specific provisions set forth for the lining method. If any problem occurs during the installation operation the Contractor shall investigate with a television camera from the remote end. (N) PRELIMINARY TELEVISION INSPECTION OF INSTALLED LINER

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 54 of 87

Page 83: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

30

After the liner is sufficiently cool (below one hundred degrees Fahrenheit (100 OF), a preliminary television inspection and video recording of the newly installed liner shall be performed to determine if the liner is properly installed. (O) PRESSURE TESTING After preliminary television inspection is completed, pressure testing of the lined existing water main shall be conducted in accordance shall be tested in accordance with Section 4 of AWWA Specification C600-87.

A hydrostatic pressure test of 150 p.s.i. shall be completed in accordance with Section 4. The Contractor shall submit all testing results to the City of Highland Park Public Works Department 36 hours of any onsite testing. This item will not be paid for separately, but shall be considered incidental to the contract. (P) FINAL TELEVISION INSPECTION AFTER INSTALLATION A final television inspection and video recording of the newly lined water main shall be performed immediately after work is completed. Should the results of this final inspection reveal any defects that are determined by the Engineer to be repairable, the Contractor will be required to repair these defects as ordered by the Engineer at the sole expense of the Contractor. Should the results of this final inspection reveal any defects that are determined by the Engineer not to be repairable, the Contractor will be required to remove and replace the existing water main as ordered by the Engineer at the sole expense of the Contractor. This final television inspection will be considered incidental to this contract. A DVD format recording of the final televising inspection shall be made, submitted and become the property of the Owner. (Q) PIECING-UP After final television inspection after installation is completed, the removed sections of the existing pipeline (e.g. at insertion/reception pits, valves, connections, etc.) shall be reconstructed in accordance with the contract plans and specifications, using mechanical joint fittings and/or as ordered by the Engineer. The necessary end pieces shall be installed so as to make proper connection to the cut and lined existing water main pipe. All connecting joints shall be attached to the host pipe, installed using mechanical joint fittings, and shall be incidental to CIPP liner. No additional payment shall be made. (R) DISINFECTION/CHLORINATION Chlorination must be in accordance with all appropriate local, state, federal and AWWA regulations as well as the requirements set forth in these specifications under DISINFECTION. (S) RE-COMMISSIONING Re-commissioning of water main shall be done in accordance with "Standard Specifications for Water & Sewer Main Construction in Illinois", or as ordered by the Engineer. The water main shall be restored after acceptable samples have been obtained and approved by the Engineer. (T) WORK SCHEDULE All work to be performed at the site of installation of cured-in-place-pipe liner work, including cleaning, television inspections, all necessary excavation and restoration, complete installation of the liner, reconnections, restoration of all disturbed pavement areas and all incidental work necessary and required to complete the work as specified, shall be conducted pursuant to these specifications and shall be completed as specified with the completion date stated above.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 55 of 87

Page 84: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

31

During the time specified for work, the Contractor shall be permitted to occupy the right-of-way of Clavey Road, Charal Lane, and Timber Hill Road. Unless otherwise specified in the traffic stipulations, traffic shall be maintained in one direction at all times. For areas requiring lane closure, the Contractor shall provide written notification to the City a minimum of 48 hours prior to the work occurring. (3) INSTALLATION (A) PREPARING AND INSERTING THE LINER The Contractor shall designate a location where the uncured resin in the original containers and the un-impregnated liner will be impregnated prior to installation. The Contractor shall allow the Engineer and/or his representative to inspect the materials and chemical impregnation "wet out" procedure. A resin and catalyst system recommended by the liner manufacturer and approved by the Engineer shall be used. The quantities of the liquid thermosetting materials inserted into the lining tube shall be as per manufacturer's standards so as to fully saturate the liner material and provide the lining thickness specified. Immediately after cutting and prior to installation of liner, the ends of the adjacent existing water main that are not to be lined at the insertion/extraction points shall be covered/plugged so that no debris shall enter into them during reconstruction work. The chemical impregnated liner material shall be inserted into the water main being reconstructed through the insertion point by either the direct inversion method or by the pull-in-place method, as recommended by the manufacturer. The head used to extend the liner tube shall be sufficient enough to fully extend the tube both circumferentially and longitudinally. The shaping of the liner may be achieved by pushing a pig through the hose using water pressure. The head used will fall within the manufacturer's guidelines to insure that a proper finished thickness is achieved and that the liner fit snug to the existing pipe wall producing dimples and/or at service connections and flared ends at the entrance and exit points. Puller unit/winch cable shall be equipped with a tension gauge to measure tension during pull through. Inflation of liners used shall be accomplished in accordance with manufacturer's standards and specifications. The heat sources for curing the resin into a hard impermeable pipe by using circulating hot water or steam. Curing temperatures and pressures shall be monitored so as not to overstress the liner and cause damage or failure of the liner prior to cure. The use of a lubricant is recommended, and such lubricant shall be compatible with liner and resin. (B) CURING OF LINER After inflation or inversion is completed, the Contractor shall supply a hot water or steam heat source. The equipment shall be capable of delivering hot water or steam to the far end of the liner to uniformly raise the temperature in the entire liner above the temperature required to initiate and effect curing of the resin system. The temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature and pressure of the incoming and outgoing heat exchanger circulating heating medium. Thermocouples or temperature gauges or infra-red gun shall be used at insertion and extraction points so as to determine and record the temperature of the liner and time of exotherm. Initial cure shall be deemed to be completed when inspection of the exposed portions of the liner show it to be hard and sound; and when temperature reading(s) at the interface of the liner with the host pipe indicate sufficient heating has occurred. The cure period shall be of a duration recommended by the resin

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 56 of 87

Page 85: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

32

manufacturer; modified for the site specific conditions at the time curing is affected. During this cure time, the temperature inside the liner will be continuously maintained in the range required. Once the cure is complete, the Contractor shall cool the hardened liner to a temperature below one hundred degrees Fahrenheit (100°F) before relieving the internal pressure. Cool down shall be accomplished as recommended by the manufacturers. Care shall be taken in the release of the internal pressure so that a vacuum will not develop that could damage the newly installed liner. The finished lining shall be continuous over the entire length and be free from visual defects such as foreign inclusions, dry spots, pinholes and delaminations. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe. If at the insertion/extraction ends the lining fails to make a tight seal, the Contractor shall apply a seal of a resin mixture compatible with the liner. After the curing has been completed, any residual water that adheres to the inner wall of the liner shall be removed. This residual water shall be collected and pumped from the channel of the insertion/extraction points and circulated through a separate carbon filtration unit before discharge into a downstream storm manhole. (4) MEASUREMENT The quantity of reconstructed existing water main using cured-in-place-pipe liner to be measured for payment shall be the number of linear feet of existing water main actually reconstructed by a cured-in-place-pipe lining method, complete, all in accordance with the contract drawings and specifications and to the satisfaction of the Engineer, measured along the centerline of the water main from insertion point to extraction point. (5) UNIT PRICE The reconstruction of existing water main using the cured-in-place-pipe lining method shall be paid for at the contract unit price per FOOT for WATER MAIN TO BE PIPELINED, (SPECIFIED SIZE). This shall cover the cost of all labor, materials, equipment, samples, tests and insurance required and necessary for the designing, fabricating, furnishing, delivering, cleaning, inspecting/surveying, installing, testing, reconnecting, disinfecting, and re-commissioning of the existing water main reconstructed by using a cured-in-place-pipe liner method and do all work incidental thereto, all in accordance with the contract drawings and specifications and as directed by the Engineer. Included in the price bid hereunder shall be the cost of all labor, material and equipment required to locate, excavate and setup insertion and receiving pits (including saw cutting and removal of the existing pavements, earth excavation of all materials of whatever nature encountered; sheeting and bracing; pumping; bridging; carefully hand excavating if required, removal of existing pipe, backfilling and compaction, cleaning up, disposal of surplus and rejected excavated materials, etc.), and cut/remove portion of water main at insertion and extraction points. Also, the Contractor shall employ a subcontractor suitable to the Owner. The Contractor shall obtain written approval from the Owner for the subcontractor before the work is performed. In addition, included in the price hereunder shall be the cost for all television inspection and DVD recording required herein. No separate or additional payment will be made for this work. (6) CLEAN UP Upon acceptance of the installation work and testing, the Contractor shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 57 of 87

Page 86: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

33

(7) GUARANTEE The Contractor shall guarantee his work against any defect in material or workmanship. This guarantee shall continue for a period of one year from the date of final payment.

WATER MAIN SPECIAL PROVISIONS GENERAL REQUIREMENTS This work shall be in accordance with Section 561 of the Standard Specifications for Road and Bridge Construction and “The Standard Specifications for Water and Sewer Main Construction in Illinois, 5th Edition” (May 1996).amended as follows:

CONSTRUCTION MATERIAL

Delete Article 561.02 Materials; insert the following: Article 561.02 Materials

DUCTILE IRON PIPE All ductile iron pipe shall be ANSI thickness of the class shown on the plans made in standard 18 foot lengths. All pipes shall conform to ANSI Specification A21.51 or latest revision. All pipe shall have a cement lining on the inside surface of the thickness meeting the requirements of “half thickness” lining covered by ANSI/AWWA-C104/A21.4. All pipe shall be coated inside and outside with an asphaltic coating.

JOINTS Ductile iron pipe joints shall be mechanical joint or push on joint as specified, and shall conform to applicable sections of ANSI/AWWA-C111/A21.11. Pipe shall be furnished with sufficient ductile iron glands, gaskets, and high strength tee head bolts and hexagon nuts to provide for each socket opening. All gaskets shall be of the plain rubber type and made to accurate dimensions. All glands shall be made of high strength ductile iron. Tee head bolts shall have a minimum tensile strength of 50,000 pounds per square inch.

FITTINGS All fittings (tees, bends, etc.) shall be mechanical joint, ductile iron furnished with ductile iron restrained joint (mega lug or approved equal) which conform to ANSI/AWWA C111/A21.11, be smooth, free from scales, lumps, blisters, sand holes, blow holes and defects of every nature which make them unfit for use. No plugging, filling, burning-in, or welding will be allowed. All fittings shall be of the proper dimensions, weights, and quality to meet the requirements specified. Said fittings shall be designed for a maximum working pressure of 350 pounds per square inch and shall be cement lined and asphalt coated.

INSPECTION, HANDLING AND STORAGE Inspection, handling, and storage shall be in accordance with Section 2 of AWWA C600-87.

TAPPING SLEEVES Tapping sleeves and valves shall be Mueller or an approved equal. Tapping sleeves shall be of the mechanical joint type. Tapping valves shall meet the same requirements as listed for Gate Valves, and in addition, the seat opening shall permit full diameter cuts. TAPPING SLEEVES SHALL BE STAINLESS STEEL WITH STAINLESS STEEL HARDWARE.

FITTINGS Fittings for connections or cutting-in shall meet the same requirements as listed for fittings under Water Main Material.

FASTENERS

ALL FASTENING HARDWARE SHALL BE STAINLESS STEEL.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 58 of 87

Page 87: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

34

HYDROSTATIC TESTS Delete Article 561.04 Hydrostatic Tests; insert the following: Article 561.04 Hydrostatic Tests:

WATER MAIN TESTING All of the water pipe, fittings, valves, and hydrants shall be tested in accordance with Section 4 of AWWA Specification C600-87.

A hydrostatic pressure test of 150 p.s.i. shall be done in accordance with Section 4. (Hydrants shall be closed and the auxiliary valve shall be open).

A leakage test shall be done after satisfactory completion of the pressure test by maintaining a pressure of 150 p.s.i. for two hour duration in accordance with Section 4. Allowable leakage per 1000 feet of pipe is as follows:

6 inch pipe 0.55 gallons per hour 8 inch pipe 0.74 gallons per hour 10 inch pipe 0.92 gallons per hour 12 inch pipe 1.10 gallons per hour 16 inch pipe 1.47 gallons per hour 24 inch pipe 2.21 gallons per hour

The Contractor may at his option backfill the pipeline before conducting the specified pressure and leakage tests.

In order to make said tests, the Contractor shall furnish all apparatus, piping, hose, pump and pressure tank, gauges properly calibrated, a clean barrel or drum to hold water and a five (5) gallon graduated container calibrated into tenths of a gallon or into one half (1/2) pints.

The City reserves the right to use their own tanks and gauges when it is considered necessary to check the Contractor’s equipment for accuracy. To this end, the Contractor shall have enough valves in the test lines so that the pressure in the main is not released while the equipment change is being made.

To avoid disputes regarding leaky valves, the Contractor shall have ready and use, if needed, a device to bring leakage from all valves to the surface of the ground.

The above specified test shall be performed in sections not to exceed 2000 feet in length. A test plug shall be provided where valves are not positioned to facilitate testing. Stub ends, bends, tees, and hydrant leads shall be securely blocked. Temporary timber blocking of test plugs shall be subjected to the equivalent loading pressure on the line. All joint leaks shall be made tight immediately following the test. All joints in pipelines, valves, fittings, and appurtenances found to be defective under the test shall be repaired at the Contractor’s expense. Mains which fail to meet the requirements of the initial test shall be retested after being repaired. Tests shall be repeated until all requirements have been met. The use of air for testing will not be permitted.

The Contractor shall furnish all necessary equipment, labor and material for testing, including the required one (1) inch taps and Mueller H-15001 corporations stops, and the whole cost thereof shall be incidental to the contract and included in the unit contract prices.

DISINFECTION Delete Article 561.05 Disinfection of the Water Main; insert the following: Article 561.05 Disinfection of Water Main.

Before being disinfected, the mains shall be thoroughly flushed by high velocity flushing through the hydrants. Chlorine shall be then injected into the mains as specified below. For this operation, the Contractor shall have inserted in the water pipe, at the connection with the existing main and at intervals of not more than 1000 feet, the required size corporation stop for injection of chlorine and for sampling the

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 59 of 87

Page 88: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

35

water for subsequent bacteriological tests. Said stops shall be brass, equal to Mueller H-15001.

Water mains and accessories thereof shall be chlorinated either by injecting a chlorine gas-water mixture or calcium hypochlorite solution (HTH, Perchloron or Pittchlor) into the main after it is completed. The method to be used will comply with AWWA Specification C601 where applicable. The injected solution shall have a chlorine concentration of approximately 2 percent. To arrive at approximately 2 percent chlorine solution requires the mixing of one pound of high test calcium hypochlorite (65—70 percent C1) to four gallons of water. The amount of this solution required to give a residual of 50 ppm in a 100 foot length of water main is as follows:

6 inch 3/8 gallons/100 feet 8 inch 2/3 gallons/100 feet 10 inch 1 gallon/100 feet 12 inch 1-½ gallons/100 feet 16 inch 2-5/8 gallons/100 feet 24 inch 5-7/8 gallons/100 feet

POINT OF APPLICATION A one (1) inch corporation cock shall be inserted in the top of the new main at the beginning of each pipeline extension and at both ends of any such extension where means of bleeding off water is not available in order that the sterilization solution will make proper contact with every new pipeline surface. In the latter case, chlorine solution shall be applied at both ends of such extension.

RATE OF APPLICATION The valve controlling water flow from the existing distribution system into the new work shall be opened only sufficiently to flow slowly into the newly laid pipeline. After regulating such flow from observation of the rate at the bleed off point, the chlorine shall be pumped into the new main at a uniformly proportionate rate until the displacement water in the pipeline has a uniform contact of chlorine of 50 ppm.

PREVENTING REVERSE FLOW The Contractor shall exercise every precaution to prevent the chlorinating solution from backing up or flowing beyond the limits of the new pipeline extension into the existing distribution system. All valves and hydrants within the limits of the section being chlorinated shall be operated during the application of the chlorine solution. All Terminal Valves except the feed-in valve shall be kept closed.

RETENTION PERIOD On completion of the chlorination process, the feed-in valve shall be tightly shut off and the treated water retained in the line at least 24 hours or longer as may be directed by the Engineer. After 24 hour retention in the pipeline, the residual at the extremities of the section shall not be less than 25 ppm.

FINAL FLUSHING AND TEST Following chlorination, all treated water shall be thoroughly flushed from the newly laid pipelines at the extremities thereof and as directed by the Engineer until the replacement water is chlorine free or has a residual of less than 0.2 ppm. After 24 hour retention of the replacement water in the pipeline, a sample shall be taken from a sterile connection attached to the corporation in the new line and delivered to an EPA certified laboratory for testing and analysis. A second sample shall be taken on the following day and laboratory tested. Quality of water shall meet the requirements of the Division of Public Water Supplies of the State of Illinois for drinking water for at least two consecutive days before placing the new pipeline or section in service.

REPETITION OF PROCEDURE Should the initial chlorinating treatment fail to result in approved laboratory analysis of the sample water, the chlorination shall be repeated until approved quality of water is obtained from the new pipeline extensions or sections.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 60 of 87

Page 89: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

36

PROTECTION OF WATER MAIN

Water mains and water service lines shall be protected from sanitary sewers, storm sewers, combined sewers, house sewer service connections, and drains as follows:

A) Water Main 1) Horizontal Separation:

a) Water mains shall be laid at least ten feet horizontally from any existing or proposed drain, storm sewer, sanitary sewer, combined sewer, or sewer service connection.

b) Water mains may be laid closer than ten feet to a sewer line when: i) local conditions prevent a lateral separation of ten feet; ii) the water main invert is at least 18 inches above the crown of the sewer; and iii) the water main is either in a separate trench or in the same trench on an

undisturbed earth shelf located to one side of the sewer. c) Both the water main and drain or sewer shall be constructed of slip-on or mechanical

joint ductile iron pipe, prestressed concrete pipe, or PVC pipe meeting the requirements of Section 653.111 when it is impossible to meet (a) or (b) above. The drain or sewer shall be pressure tested to the maximum expected surcharge head before backfilling.

2) Vertical Separation: a) A water main shall be laid so that its invert is 18 inches above the crown of the drain

or sewer whenever water mains cross storm sewers, sanitary sewers, or sewer service connections. The vertical separation shall be maintained for that portion of the water main located within ten feet horizontally of any sewer or drain crossed. A length of water pipe shall be centered over the sewer to be crossed with joints equidistant from the sewer or drain.

b) Both the water main and sewer shall be constructed of a slip-on mechanical joint ductile iron pipe, prestressed concrete pipe, or PVC pipe meeting requirements of Section 653.111 when:

i) it is impossible to obtain the proper vertical separation as described in (a) above; or

ii) the water main passes under a sewer or drain. c) A vertical separation of 18 inches between the invert of the sewer or drain and the

crown of the water main shall be maintained where a water main crosses under a sewer. Support the sewer or drain lines to prevent settling and breaking the water main.

d) Construction shall extend on each side of the crossing until the normal distance from the water main to the sewer or drain line is at least 10 feet.

B) Water Service Lines 1) The horizontal and vertical separation between water service lines and all storm

sewers, sanitary sewers, combined sewers or any drain or sewer service connection shall be the same as water main separation described in (A) above.

2) Water pipe described in (A) above shall be used for sewer service lines when minimum horizontal and vertical separation cannot be maintained.

C) Special Conditions - Alternate solutions shall be presented to the Agency when extreme topographical, geological or existing structural conditions make strict compliance with (A) and (B) above technically and economically impractical. Alternate solutions will be approved provided watertight construction structurally equivalent to approved water main material is proposed.

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 61 of 87

Page 90: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

37

D) Water mains shall be separated from septic tanks, disposal fields, and seepage beds by a minimum of 25 feet.

Water mains and water service lines shall be protected against entrance of hydrocarbons through diffusion through any material used in construction of the line

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 62 of 87

Page 91: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

38

IDOT RECURRING, LRS AND BDE SPECIAL PROVISIONS

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 63 of 87

Page 92: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Check Sheet For Recurring Special Provisions

Date Adopted 01/01/2017Printed 05/15/17

The Following Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:

Recurring Special Provisions

Check Sheet # Page No. 1 Additional State Requirements for Federal-Aid Construction Contracts 26 2 Subletting of Contracts (Federal-Aid Contracts) 29 3 EEO 30 4 Specific EEO Responsibilities Non Federal-Aid Contracts 40 5 Required Provisions - State Contracts 45 6 Asbestos Bearing Pad Removal 51 7 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 52 8 Temporary Stream Crossings and In-Stream Work Pads 53 9 Construction Layout Stakes Except for Bridges 54 10 Construction Layout Stakes 57 11 Use of Geotextile Fabric for Railroad Crossing 60 12 Subsealing of Concrete Pavements 62 13 Hot-Mix Asphalt Surface Correction 66 14 Pavement and Shoulder Resurfacing 68 15 Patching with Hot-Mix Asphalt Overlay Removal 69 16 Polymer Concrete 70 17 PVC Pipeliner 72 18 Bicycle Racks 73 19 Temporary Portable Bridge Traffic Signals 75 20 Work Zone Public Information Signs 77 21 Nighttime Inspection of Roadway Lighting 78 22 English Substitution of Metric Bolts 79 23 Calcium Chloride Accelerator for Portland Cement Concrete 80 24 Quality Control of Concrete Mixtures at the Plant 81 25 Quality Control/Quality Assurance of Concrete Mixtures 89 26 Digital Terrain Modeling for Earthwork Calculations 105 27 Reserved 107 28 Preventive Maintenance - Bituminous Surface Treatment 108 29 Preventive Maintenance - Cape Seal 114 30 Preventive Maintenance - Micro-Surfacing 129 31 Preventive Maintenance - Slurry Seal 140 32 Temporary Raised Pavement Markers 149 33 Restoring Bridge Approach Pavements Using High-Density Foam 150 34 Portland Cement Concrete Inlay or Overlay 153

39

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 64 of 87

Page 93: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

Printed 05/15/17 Date Adopted 01/01/2017

The Following Local Roads And Streets Recurring Special Provisions Indicated By An “X” Are Applicable To This Contract And Are Included By Reference:

Local Roads And Streets Recurring Special Provisions

Check Sheet # Page No.

LRS 1 Reserved 158 LRS 2 Furnished Excavation 159 LRS 3 Work Zone Traffic Control Surveillance 160 LRS 4 Flaggers in Work Zones 161 LRS 5 Contract Claims 162 LRS 6 Bidding Requirements and Conditions for Contract Proposals       163

LRS 7 Bidding Requirements and Conditions for Material Proposals       169 LRS 8 Reserved 175 LRS 9 Bituminous Surface Treatments 176 LRS 10 Reserved 177 LRS 11 Employment Practices 178 LRS 12 Wages of Employees on Public Works       180 LRS 13 Selection of Labor 182 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 183 LRS 15 Partial Payments 186 LRS 16 Protests on Local Lettings       187 LRS 17 Substance Abuse Prevention Program       188 LRS 18 Multigrade Cold Mix Asphalt 189

40

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 65 of 87

Page 94: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

BDE SPECIAL PROVISIONS For the August 4 and September 22, 2017 Lettings

The following special provisions indicated by an “x” are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting.

File Name

# Special Provision Title Effective Revised

80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 Adjusting Frames and Grates April 1, 2017 80274 3 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 4 Automated Flagger Assistance Device Jan. 1, 2008 * 80173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 Butt Joints July 1, 2016 * 80384 12 Compensable Delay Costs June 2, 2017 80198 13 Completion Date (via calendar days) April 1, 2008 80199 14 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 15 Concrete Box Culverts with Skews > 30 Degrees and Design Fills ≤ 5

Feet April 1, 2012 July 1, 2016

80311 16 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 17 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016 80261 18 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80029 19 Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016 80378 20 Dowel Bar Inserter Jan. 1, 2017 * 80229 21 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80304 22 Grooving for Recessed Pavement Markings Nov. 1, 2012 Aug. 1, 2014 80246 23 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 80347 24 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits

– Jobsite Sampling Nov. 1, 2014 April 1, 2017

* 80383 25 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 April 2, 2017 80376 26 Hot-Mix Asphalt – Tack Coat Nov. 1, 2016 80367 27 Light Poles July 1, 2016 80368 28 Light Tower July 1, 2016 80336 29 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 80369 30 Mast Arm Assembly and Pole July 1, 2016 80045 31 Material Transfer Device June 15, 1999 Aug. 1, 2014 80165 32 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 33 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 34 Pavement Marking Removal July 1, 2016 80377 35 Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 80359 36 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Jan. 1, 2017 80338 37 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching April 1, 2014 April 1, 2016 * 80385 38 Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 39 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 80328 40 Progress Payments Nov. 2, 2013 3426I 41 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 42 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 43 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt

Shingles (RAS) Nov. 1, 2012 April 1, 2016

41

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 66 of 87

Page 95: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

File Name

# Special Provision Title Effective Revised

80340 44 Speed Display Trailer April 2, 2014 Jan. 1, 2017 * 80127 45 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80379 46 Steel Plate Beam Guardrail Jan. 1, 2017 80317 47 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 80298 48 Temporary Pavement Marking (NOTE: This special provision was

previously named “Pavement Marking Tape Type IV”.) April 1, 2012 April 1, 2017

20338 49 Training Special Provisions Oct. 15, 1975 80318 50 Traversable Pipe Grate Jan. 1, 2013 April 1, 2014 80381 51 Traffic Barrier Terminal, Type 1 Special Jan. 1, 2017 80380 52 Tubular Markers Jan. 1, 2017 80288 53 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 54 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80071 55 Working Days Jan. 1, 2002 The following special provisions have been deleted from use: 80289 Wet Reflective Thermoplastic Pavement Marking The following special provisions are in the 2017 Supplemental Specifications and Recurring Special Provisions.

File Name

Special Provision Title New Location Effective Revised

80360 Coarse Aggregate Quality Article 1004.01 July 1, 2015 80363 Engineer’s Field Office Article 670.07 April 1, 2016 80358 Equal Employment Opportunity Recurring CS #1 and #5 April 1, 2015 80364 Errata for the 2016 Standard Specifications Supplemental April 1, 2016 80342 Mechanical Side Tie Bar Inserter Articles 420.03, 420.05, and

1103.19 Aug. 1, 2014 April 1, 2016

80370 Mechanical Splicers Article 1006.10 July 1, 2016 80361 Overhead Sign Structures Certification of Metal

Fabricator Article 106.08 Nov. 1, 2015 April 1, 2016

80365 Pedestrian Push-Button Article 888.03 April 1, 2016 80353 Portland Cement Concrete Inlay or Overlay Recurring CS #34 Jan. 1, 2015 April 1, 2016 80372 Preventive Maintenance – Bituminous Surface

Treatment (A-1) Recurring CS #28 Jan. 1, 2009 July 1, 2016

80373 Preventive Maintenance – Cape Seal Recurring CS #29 Jan. 1, 2009 July 1, 2016 80374 Preventive Maintenance – Micro-Surfacing Recurring CS #30 Jan. 1, 2009 July 1, 2016 80375 Preventive Maintenance – Slurry Seal Recurring CS #31 Jan. 1, 2009 July 1, 2016 80362 Steel Slag in Trench Backfill Articles 1003.01 and 1003.04 Jan. 1, 2016 80355 Temporary Concrete Barrier Articles 704.02, 704.04,

704.05, and 704.06 Jan. 1, 2015 July 1, 2015

The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal – Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days

42

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 67 of 87

Page 96: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

43

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 68 of 87

Page 97: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

44

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 69 of 87

Page 98: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

45

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 70 of 87

Page 99: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

46

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 71 of 87

Page 100: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

47

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 72 of 87

Page 101: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

� � � � � � � � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � � � � ! " # $% � � � & � ' � � � � ( � # ) " * # $ + , - � � � . � / � , 0 1 , � 1 / 2 � � � � � � , � � � 0 & � � � � , 1 �3 + , - ' 0 � � 0 � � � � 4 ( & � � � � 1 ' & 2 . , ( � * ' 0 � � 0 � � � � 4 ( & � � � � 1 , & 2 . , ( � & & . , ( ( � � , � � � � 1 � 0 5 � �' ' / 6 7 8 9 : # * / / ; . � � 4 ( & � � 0 & 4 & � 1 , & , � , � < � � , � & . , ( ( . , � � � . � � � � � 0 � � � = � 0 5� � & � > , � � � 1 * ?@ # ) A $

48

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 73 of 87

Page 102: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

49

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 74 of 87

Page 103: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

50

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 75 of 87

Page 104: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

51

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 76 of 87

Page 105: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

52

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 77 of 87

Page 106: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

53

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 78 of 87

Page 107: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

54

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 79 of 87

Page 108: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

55

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 80 of 87

Page 109: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

56

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 81 of 87

Page 110: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

57

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 82 of 87

Page 111: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

58

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 83 of 87

Page 112: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

59

END OF SPECIAL PROVISIONS - DETAIL SPECIFICATIONS

ATTACHMENT B DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 84 of 87

Page 113: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

60

ALTERNATE BIDATTACHMENT B

DETAILED SPECIFICATIONS

Charal Lane Road and Watermain Replacement Project Page 85 of 87

Page 114: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT C

Charal Lane Road and Watermain Replacement Project Page 86 of 87

LIST OF DRAWINGS

Sheet No. Sheet Titles Date Last Received

Sheet No. 1-3

Cover Sheet, General Notes, Summary of Quantities, Typical Road Cross Section 5-15-17

Sheet No. 4-12 Plan & Profiles, and Drainage & Utilities 5-15-17

Sheet No. 13-14 Erosion Control and Landscaping Plans 5-15-17

Sheet No. 15-17 City of Highland Park Standard Drawings 5-15-17

Sheet No. 18-20 IDOT Highway Standards 5-15-17

Sheet No. 21-26 Charal Lane and Charal Court Cross Sections 5-15-17

Page 115: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

ATTACHMENT D

Charal Lane Road and Watermain Replacement Project Page 87 of 87

1. Work Days Without specific permission of the City Engineer (City of Highland Park) and except for such work as may be required to properly maintain lights and barricades, no work will be permitted on:

A. Weekdays between 7:00 p.m. and 7:00 a.m. B. Saturdays between 5:00 p.m. and 9:00 a.m. C. Sundays D. Holidays listed below

Holiday Date Observed 1 New Year’s Day 01/02/2017 2 Martin Luther King Jr Day 01/16/2017 3 Passover 04/11/2017 4 Memorial Day 05/29/2017 5 Independence Day 07/04/2017 6 Labor Day 09/04/2017 7 Rosh Hashanah(beg. sundown 9/20/17) 09/21/2017 8 Yom Kippur(beg. sundown 9/29/17) 09/30/2017 9 Veterans Day 11/10/2017 10 Thanksgiving Day 11/23/2017 11 Christmas 12/25/2017

E.

2. Liquidated Damages If the contractor fails to complete the project within the time limit specified, liquidated damages in the amount specified under “Illinois 2017 Standard Specifications” Section 108.09, “Failure To Complete Work On Time”, shall be imposed for each calendar day until the project is completed.

Page 116: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

CITY OF HIGHLAND PARK

ORDINANCE NO. 054-2016

AN ORDINANCE DETERMINING THE PREVAILING RATE OF WAGES IN THE

CITY OF HIGHLAND PARK DURING THE PERIOD BETWEEN JUNE 23, 2016 AND

TUNE 30, 2017

WHEREAS, the State of Illinois has enacted the " Prevailing Wage Act," 820 ILCS

130/ 0. 01 et seq. (" Act'); and

WHEREAS, the Act requires that the City investigate and ascertain the prevailing rate ofwages as defined in the Act for laborers, mechanics, and other workers in the locality of LakeCounty employed in performing construction of public works for the City; and

WHEREAS, the City Council has determined that it will serve and be in the best interest ofthe City to adopt this Ordinance;

NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF

HIGHLAND PARK, LAKE COUNTY, ILLINOIS as follows:

SECTION ONE: RECITALS. The foregoing recitals are incorporated into, and madea part of, this Ordinance as the findings of the City Council.

SECTION TWO: ASCERTAINMENT OF PREVAILING WAGES. To the extent

and as required by the Act, the general prevailing rate of wages in Lake County for laborers,mechanics, and other workers engaged in construction of public works coming under thejurisdiction of the City, which physical work is being performed on public works in Lake County, ishereby ascertained to be the same as the prevailing rate of wages for construction work in the LakeCounty area as determined by the Department of Labor of the State of Illinois as of June 2016, acopy of which is attached to, and by this reference made a part of, this Resolution as Exhibit A. Asrequired by the Act, any and all revisions of the prevailing rate of wages in Lake County by theDepartment of Labor of the State of Illinois shall supersede the Department' s June 2015

determination and shall apply to any and all public works construction in Lake County undertakenby the City.

SECTION THREE: DEFINITIONS. The definition of any terms appearing in thisOrdinance that are also used in the Act shall be the same as in the Act. This Ordinance shall not be

deemed or construed to apply the general prevailing rate of wages for Lake County, as ascertainedpursuant to Section Two of this Ordinance, to any work or employment except public worksconstruction of the City conducted in Lake County to the extent required by the Act.

SECTION FOUR: POSTING AND INSPECTION. The Deputy City Clerk shallpublicly post, or keep available for inspection by any interested party, this determination of theprevailing rate of wages for Lake County in the main office of the City.

APPENDIX I

I - 1

Page 117: Charal Lane Road and Watermain Replacement Project · Charal Lane Road and Watermain Replacement Project ... TABLE OF CONTENTS . ... Owner invites sealed Bidder's Proposals for the

SECTION FIVE: DISTRIBUTION. The City Manager is hereby directed to:

A. File, by July 15, 2016, a certified copy of this Ordinance with both the Secretary ofState of the State of Illinois and the Department of Labor of the State of Illinois;

B. Cause to be published in a newspaper of general circulation within the City a notice ofthe adoption of this Ordinance, within 30 days after its filing with the Secretary ofState and the Department of Labor of the State of Illinois;

C. Mail a copy of this determination to any employer, to any association of employers andto any person or association of employees who have filed their names and addresseswith the City, requesting copies of any determination stating the particular rates andthe particular class of workers whose wages will be affected by such rates; and

D. Attach a copy of this determination or of the revised determination of prevailing rateof wages then in effect to all public works construction contract specifications.

SECTION SIX: SEVERABILITY. In the event any part or parts of this Ordinanceshall be found to be unconstitutional by a court of competent jurisdiction, such unconstitutionalityshall not affect the validity of the remaining parts of this Ordinance.

SECTION SEVEN: EFFECTIVE DATE. This Ordinance shall be in full force and

effect after its passage, approval, and publication in the manner provided by law.

AYES: Mayor Rotering, Councilmen Stone, Frank, Blumberg, Knobel, Holleman

NAYS: None

ABSENT. Councilman Kaufman

PASSED: June 13, 2016

APPROVED: June 13, 2016

PUBLISHED IN PAMPHLET FORM:June 14, 2016

ORDINANCE NO. 054-2016

Nancy R. Rotering, MayorATTEST:

hila S.LNeukiWrch, City Clerk

I - 2

Exhibit A Bidders may obtain a copy of the

Prevailing Wage Rates for Lake County, Illinois from the Illinois Department of Labor website at:

http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/prevailing-wage-rates.aspx

or the contract person for this offer.