FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT

Size: px
Start display at page:

Download "FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT"

Transcription

1 ADDENDUM NO. 1 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT OWNER CITY OF DES PLAINES Prepared By CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET/NORTHWEST HIGHWAY DES PLAINES, ILLINOIS 60016

2 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE 1. Invitation for Bidder s Proposals 2. General Instructions to Bidders 3. Bidder s Proposal* 4. Bidder s Sworn Acknowledgement* 5. Bidder s Sworn Work History Statement* 6. Notice of Award 7. Contract Contractor s Certification Attachment 1: Schedule of Prices* Attachment 2: Attachment 3: Attachment 4: Attachment 5: Appendix 1: Supplemental Schedule of Contract Terms Specifications List of Drawings Special Project Requirements Prevailing Wage Ordinance * RETURN WITH BID

3 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE INVITATION FOR BIDDER S PROPOSALS OWNER: City of Des Plaines 1420 Miner Street / Northwest Highway Des Plaines, Illinois Invitation to Bid Owner invites sealed Bidder s Proposals for the Work described in detail in the Contract and generally described as follows: The scope of work includes demolition of approximately 97,000 SF of fifty residential buildings and appurtenances at various locations in Des Plaines. Removal of concrete slabs and foundation walls/floor, removal of all appurtenances including asphalt, brick and concrete pavement, curb & gutter, fences, and sheds within the property boundaries, backfill with crushed concrete, gradation CA-6, compacted in place to existing ground level, grading for drainage and landscape restoration with topsoil and seed. Erosion barrier placement along entire property line. The Work shall be performed at the following Work Sites: Schedule A 5.09 acres of property, 34,308 SF of building 1884 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1866 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1911 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1917 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1923 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1931 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1948 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1949 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1958 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1968 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1972 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1977 Big Bend Drive FEMA 1935 City Owned 8 foot Basement -1-

4 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INVITATION 1984 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1991 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1998 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 2000 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 376 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 368 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 320 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 340 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 1744 Junior Terrace FEMA 1935 City Owned 8 foot Basement 1797 Sherwood Road FEMA 1935 City Owned 8 foot Basement 1757 Sherwood Road FEMA 1935 City Owned 8 foot Basement 1744 Sherwood Road FEMA 1935 City Owned 8 foot Basement Schedule B 5.68 acres of property, 40,920 SF of building 1860 Big Bend Drive FEMA 1935 Tentative Closing Date: 8/21/ foot Basement 1899 Big Bend Drive FEMA 1935 Tentative Closing Date: 10/31/ foot Basement 1912 Big Bend Drive FEMA 1935 Tentative Closing Date: 12/31/ foot Basement 1954 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1964 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1967 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1987 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1990 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1994 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1999 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1799 Campbell Street FEMA 1935 Tentative Closing Date: 12/31/ foot Basement 710 Forest Edge Lane FEMA 1935 Tentative Closing Date: 3/19/ foot Crawlspace 388 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/3/ foot Basement 385 Hawthorne Lane FEMA 1935 Tentative Closing Date: 6/21/ foot Basement 348 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/15/ foot Basement 332 Hawthorne Lane FEMA 1935 Tentative Closing Date: 8/22/ foot Basement 317 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/31/ foot Basement 312 Hawthorne Lane FEMA 1935 Tentative Closing Date: 4/28/ foot Basement 1718 Hawthorne Terrace FEMA 1935 Tentative Closing Date: 8/30/ foot Basement 1771 Sherwood Road FEMA 1935 Tentative Closing Date: 3/1/ foot Basement 1780 Sherwood Road FEMA 1935 Tentative Closing Date: 8/3/ foot Basement 1788 Sherwood Road FEMA 1935 Tentative Closing Date: 6/30/ foot Basement 1776 Sherwood Road FEMA 1935 Tentative Closing Date: 5/22/ foot Basement 1710 Woodland Avenue FEMA 1935 Tentative Closing Date: 5/8/ foot Basement -2-

5 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INVITATION Schedule C 3.28 acres of property, 21,694 SF of building 1878 Big Bend Drive FEMA 1935 Not under contract yet 1895 Big Bend Drive FEMA 1935 Not under contract yet 1920 Big Bend Drive FEMA 1935 Not under contract yet 1942 Big Bend Drive FEMA 1935 Not under contract yet 360 Hawthorne Lane FEMA 1935 Not under contract yet 275 Hawthorne Lane FEMA 1935 Not under contract yet 1748 Hawthorne Terrace FEMA 1935 Not under contract yet 1728 Hawthorne Terrace FEMA 1935 Not under contract yet 1748 Junior Terrace FEMA 1935 Not under contract yet 1739 Junior Terrace FEMA 1935 Not under contract yet 1732 Junior Terrace FEMA 1935 Not under contract yet 1729 Junior Terrace FEMA 1935 Not under contract yet 2. 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: A. Invitation for Bidder s Proposals; B. General Instructions to Bidders; C. Addenda, if any are issued during the bidding process; D. Bidder s Proposal; E. Bidder s Sworn Acknowledgement; F. Bidder s Sworn Work History Statement; G. Other information submitted by Bidder, if requested during the bidding process; H. Notice of Award; and I. Contract, including all of its attachments and appendices, if any. 4. Inspection and Examination Bid Documents may be obtained in three ways: 1. Via the Internet at at no charge. -3-

6 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INVITATION 2. In person from Owner s Public Works and Engineering Department, Room 504, City Hall, City of Des Plaines, 1420 Miner Street, Des Plaines 60016: CD Copy, $5 non-refundable bid deposit is required prior to issuance of Bid Documents. 3. In person from Owner s Public Works and Engineering Department, Room 504, City Hall, City of Des Plaines, 1420 Miner Street, Des Plaines 60016, Paper Hard Copy, $50 non-refundable bid deposit is required prior to issuance of Bid Documents. The Bid Package may be examined at the office of Owner as listed above. 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. Each prospective Bidder shall, before submitting its Bidder s Proposal, carefully examine the Bid Package. Each prospective Bidder shall 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. The Contract specifications may include the Illinois Department of Transportation s General Conditions of the Contract, "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB); "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS); "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The specifications also may include Owners City Code and Building Code. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. 5. Pre-Bid Meeting Prospective bidders may attend a Pre-Bid Meeting scheduled for 9/20/ :00 AM in Room 101 at Des Plaines City Hall, 1420 Miner Street, Des Plaines to review the scope of the improvements and the project specifications. 6. Bid Opening Owner will receive sealed Bidder s Proposals for the Work until 10:30 AM, local time, Wednesday, September 27, 2017, at the Office of the City Clerk, 6th Floor, City Hall, City of Des Plaines, 1420 Miner Street, Des Plaines 60016, at which time, or as soon thereafter as possible, all Bidder s Proposals will be publicly opened and read aloud. Bidders or their agents are invited to be present. -4-

7 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INVITATION 7. Bid Security, Bonds and Insurance A. Bid Security. Each Bidder s Proposal shall be accompanied by a security deposit of at least 5 percent of the Bidder s Price Proposal in the form of (1) a Cashier s Check or Certified Check drawn on a solvent bank insured by the Federal Deposit Insurance Corporation and payable without condition to Owner or (2) a Bid Bond in a form satisfactory 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. B. Performance and Payment Bonds. The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond on 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. Each Bidder s Proposal must be accompanied by a letter from such a surety company stating that it will execute Bonds on forms provided by, or otherwise acceptable to, Owner, on award of the Contract to Bidder. C. Insurance. The successful Bidder will be required to furnish certificates and policies of insurance as required by Section 4.2 of the Contract on award of the Contract. Each Bidder s Proposal must be accompanied by a letter from Bidder s insurance carrier or its agent certifying that said insurer has read the requirements set forth in the Contract and will issue the required certificates and policies of insurance on award of the Contract to Bidder. DATED: September 11, 2017 CITY OF DES PLAINES By: Jennifer Tsalapatanis Name City Clerk Title -5-

8 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE TABLE OF CONTENTS Section Page 1. Interpretation of Documents Included in Bid Package Calculation of Unit Price Proposals Prevailing Wages Taxes and Benefits Permits and Licenses Preparation of Bidder s Proposal Signature Requirements Bid Security Submission of Bidder s Proposals Withdrawal of Bidder s Proposals Qualification of Bidders Disqualification of Bidders Award of Contract Notice of Award; Effective Date of Award Finalization of Contract Failure to Execute...8 -i-

9 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE 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. -1-

10 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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 on 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. 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. Specific provisions relating to the Prevailing Wage Act, and required of the Contractor, are included in the Contract. 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 -2-

11 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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 blank Bidder s Proposal form furnished by Owner and included in the Bid Package. The Bidder s Proposal form included in the Bid Package shall be removed from the Bid Package prior to preparation for submission. The City typically provides an electronic spreadsheet for submitting schedules of prices. If the City requests handwritten proposals, then entries on the proposal form shall be entered or written legibly written in ink. In case of any conflict between words and numbers, words shall prevail. In case of any error in adding or multiplying individual items, the prices listed for individual items shall control over any incorrect total of such items. A Bidder s Proposal may be rejected if it does not contain a requested price for each and every item named in the Bidder s Proposal form or may be interpreted as bidding no charge to Owner for any item left blank. 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 securely staple into its Bidder s Proposal a copy of each Addendum issued and shall include in the place provided therefor in the Bidder s Proposal form a listing of all such Addenda. Each Bidder shall complete and securely staple into its Bidder s Proposal the Bidder s Sworn Acknowledgement and the Bidder s Sworn Work History Statement included in the Bid Package, and shall staple into its Bidder s Proposal the Bid Security and the surety and insurance commitment letters as specified in the Invitation for Bidder s Proposals. 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. If a deficiently prepared Bidder s Proposal is not rejected, Owner may demand correction of any deficiency and award the Contract to Bidder on satisfactory compliance with these General Instructions to Bidders. -3-

12 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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 Cashier s Check, Certified Check or 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. 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. Bid Bonds will not be returned unless otherwise requested by Bidder. -4-

13 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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 ten percent of the Bidder s Price Proposal, whichever is greater, or to exercise any and all equitable remedies it may have against the defaulting Bidder. 9. Submission of Bidder s Proposal One copy of each Bidder s Proposal, properly signed, together with all other required documents, shall be enclosed in a sealed envelope or package and shall be addressed and delivered to the place, before the time, and in the manner designated in the Invitation for Bidder s Proposals. All Bidder s Proposals received after the time for the opening of bids specified in the Invitation for Bidder s Proposals will be returned unopened. Each sealed envelope or package containing a Bidder s Proposal shall be identified as such and shall be marked with the title of the Contract and Bidder s full legal name. All Addenda will be considered part of each Bidder s Proposal whether attached or not. 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. -5-

14 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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. 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 -6-

15 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS 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 on, 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 45 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 45 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 in the form included in the Bid Package has been delivered to the successful Bidder ( Effective Date of Award ). Owner will prepare two copies of the Contract based on Bidder s Proposal and will submit them to the successful Bidder with the Notice of Award. 15. Finalization of Contract A. Finalization Date. Unless otherwise stated in the Notice of Award, the successful Bidder shall satisfactorily complete all conditions precedent to signing the Contract before the 10th day after 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 ( Finalization Date ). B. Conditions Precedent to Finalization. On or before the Finalization Date, the successful Bidder shall: (1) sign (see Section 7), date as of the Finalization Date, and submit to Owner both copies of the Contract, the Contractor s Certification, and all other required documentation related to the Contract on or before the Finalization Date; and (2) submit two -7-

16 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT INSTRUCTIONS executed copies of all required Bonds dated as of the Finalization Date and all certificates and policies of insurance. 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. Finalization. On the Finalization Date, and provided that all documents required to be submitted prior to or on the Finalization Date 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 and tender one copy to the successful Bidder at the Finalization. The successful Bidder shall tender a copy to its surety company or companies. 16. Failure to Finalize A. Annulment of Award; Liquidated Damages. The failure or refusal of a successful Bidder to comply with the conditions precedent to finalization or to properly finalize and execute the Contract 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. On 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. -8-

17 PROPOSAL CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE BIDDER S PROPOSAL Full Name of Bidder ( Bidder ) Principal Office Address Local Office Address Contact Person Telephone TO: City of Des Plaines ( Owner ) 1420 Miner Street Des Plaines, IL Attention: City Clerk 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 [if none, write NONE ] ( 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 demolition of approximately 97,000 SF of fifty residential buildings and appurtenances at various locations in Des Plaines. Removal of concrete slabs and foundation walls/floor, removal of all appurtenances including asphalt, brick and concrete pavement, curb & gutter, fences, and sheds -9-

18 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT PROPOSAL SCHEDULE OF PRICES (CONT D.) within the property boundaries, backfill with crushed concrete, gradation CA-6, compacted in place to existing ground level, grading for drainage and landscape restoration with topsoil and seed. Erosion barrier placement along entire property line. (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 2 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. B. Manner and Time of Performance. If this Bidder s Proposal is accepted, Bidder proposes, and agrees, that 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 Section 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 Schedule of Prices Bidder understands and agrees will be made a part of the Contract: SCHEDULE OF PRICES A. LUMP SUM CONTRACT For providing, performing, and completing all Work, the total Contract Price of (write in numbers only): $ FORCE ACCOUNT OPTION. All Work will be paid on a force account basis, using the terms of Section (b) of the IDOT Standard Specifications For Road And Bridge -10-

19 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT PROPOSAL SCHEDULE OF PRICES (CONT D.) Construction 2012, without limitation to extra work. Contractor shall be paid in installments as provided in the Contract. Contractor must submit Pay Requests including itemized statements of the cost of the Work, accompanied and supported by statements and invoices for all labor, materials, transportation charges and other items of the Work, using standard Illinois Department of Transportation schedules and report forms. B. UNIT PRICE CONTRACT For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: SEE ATTACHED SCHEDULE OF PRICES IN ATTACHMENT 1 C. COMBINED LUMP SUM/UNIT PRICE CONTRACT (1) For providing, performing, and completing all Work related to [insert description of lump sum work], the total sum of (write in numbers only): $ (2) For providing, performing, and completing all Work related to [insert description of unit price work], the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE TABLE AS INDICATED Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $ $ 2 $ $ 3 $ $ TOTAL CONTRACT PRICE, being the sum of (1) plus the extension of (2) (write in numbers only): -11-

20 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT PROPOSAL SCHEDULE OF PRICES (CONT D.) $ D. 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. -12-

21 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT PROPOSAL 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. 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 met and will meet all required standards set forth in Owner s Responsible Bidder Ordinance M and that Bidder 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 on 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. -13-

22 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT PROPOSAL 7. Bid Security Bidder herewith tenders a Cashier s Check, Certified Check, or Bid Bond as specified in Section 6 of the Invitation for Bidder s Proposals for 5 percent of Bidder s Price Proposal ( 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 five percent of Bidder s Price Proposal, whichever is greater, 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. 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:, 20. Bidder Attest By: By: Title: Title: SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -14-

23 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE BIDDER S SWORN ACKNOWLEDGEMENT ( 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. 1. Corporation COMPLETE APPLICABLE SECTION ONLY 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 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 -1-

24 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ACKNOWLEDGEMENT 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 3. Individual Full name: Bidder is an individual as follows: Residence address: Business address: If operating under a trade or assumed name that name is: 4. Joint Venture 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 -2-

25 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ACKNOWLEDGEMENT [For each signatory, indicate type of entity (Corporation = C ; Partnership = P ; and Individual = I ) and provide, on separate sheets, the information required in Paragraph 1, 2, or 3 above, as applicable] DATED:, 20. Bidder Attest By: By: Title: Title: Subscribed and Sworn to before me on, 20. Notary Public My commission expires:, 20 SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -3-

26 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE 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 -1-

27 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT WORK HISTORY STATEMENT 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 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 -2-

28 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT WORK HISTORY STATEMENT PROJECT ONE PROJECT TWO PROJECT THREE Contractor (If Bidder was) (Subcontractor) Amount of Contract Date Completed DATED:, 20. Bidder Attest By: By: Title: Title: Subscribed and Sworn to before me on, 20. Notary Public My commission expires:, 20 SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 7, FOR SIGNATURE REQUIREMENTS -3-

29 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT BID PACKAGE NOTICE OF AWARD CERTIFIED MAIL/RETURN RECEIPT REQUESTED OR PERSONAL DELIVERY TO: FROM: City of Des Plaines 1420 Miner Street Des Plaines, Illinois ( Contractor ) ( Owner ) On, 20, Owner found to be most favorable to the interests of Owner the Bidder s Proposal submitted by Contractor and dated, 20, in which Contractor proposes to contract with Owner, in the form of the Contract included in the Bid Package to perform the following Work: (1) to provide, perform and complete at the 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 demolition of approximately 97,000 SF of fifty residential buildings and appurtenances at various locations in Des Plaines. Removal of concrete slabs and foundation walls/floor, removal of all appurtenances including asphalt, brick and concrete pavement, curb & gutter, fences, and sheds within the property boundaries, backfill with crushed concrete, gradation CA-6, compacted in place to existing ground level, grading for drainage and landscape restoration with topsoil and seed. Erosion barrier placement along entire property line. (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 the 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. OWNER ACCORDINGLY AWARDS CONTRACTOR, EFFECTIVE AS OF THE DATE OF DELIVERY OF THIS NOTICE OF AWARD, THE CONTRACT FOR SAID WORK FOR THE LUMP SUM AND/OR UNIT PRICES, AS THE CASE MAY BE, SET FORTH IN THE BIDDER S PROPOSAL. The Contract will be finalized and executed on, 20, at the above listed office of Owner. The Contract will be executed by Owner provided that all conditions precedent to finalization have been satisfied. Contractor must have complied with all conditions precedent to finalization set forth in Section 15 of the General Instructions to Bidders included in the Bid Package, on or before this date. The failure or refusal to comply with the conditions precedent to finalization on or before the Finalization Date or to execute the Contract on the Finalization Date shall result, at Owner s option, in the imposition of liquidated damages and the annulment of this award, or in Owner s exercise of any or all equitable -1-

30 NOTICE OF AWARD remedies Owner may have, all as more specifically set forth in Sections 8, 15, and 16 of the General Instructions to Bidders. DATED:, 20 CITY OF DES PLAINES By: Name Title

31 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Prepared By CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET/NORTHWEST HIGHWAY DES PLAINES, ILLINOIS 60016

32 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT TABLE OF CONTENTS ARTICLE I The Work... 1 Page 1.1 Performance of the Work Commencement and Completion Dates Required Submittals Review and Interpretation of Contract Provisions Conditions at the Work Site; Record Drawings Technical Ability to Perform Financial Ability to Perform Time Safety at the Work Site Cleanliness of the Work Site and Environs Damage to the Work, the Work Site, and Other Property Subcontractors and Suppliers Simultaneous Work By Others Occupancy Prior to Final Payment Owner s Right to Terminate or Suspend Work for Convenience... 6 ARTICLE II Changes And Delays Changes Delays... 7 ARTICLE III Contractor s Responsibility For Defective Work Inspection; Testing; Correction of Defects Warranty of Work Owner s Right to Correct... 9 ARTICLE IV Financial Assurances Bonds Insurance Indemnification ARTICLE V Payment Contract Price i-

33 5.2 Taxes and Benefits Progress Payments Final Acceptance and Final Payment Liens Deductions ARTICLE VI Disputes And Remedies Dispute Resolution Procedure Contractor s Remedies Owner s Remedies Owner s Special Remedy for Delay Terminations and Suspensions Deemed for Convenience ARTICLE VII Legal Relationships And Requirements Binding Effect Relationship of the Parties No Collusion/Prohibited Interests Assignment Confidential Information No Waiver No Third Party Beneficiaries Notices Governing Laws Changes in Laws Compliance with Laws Compliance with Patents Time Severability Entire Agreement Amendments Contractor s Certification Attachment 1: Schedule of Prices Attachment 2: Attachment 3: Attachment 4: Attachment 5: Appendix 1: Supplemental Schedule of Contract Terms Specifications List of Drawings Special Project Requirements Prevailing Wage Ordinance -ii-

34 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT In consideration of the mutual promises set forth below, the City of Des Plaines, 1420 Miner Street / Northwest Highway, Des Plaines, Illinois 60016, an Illinois municipal corporation ( Owner ), and [name and address of successful bidder] a [form of organization] ( Contractor ), make this Contract as of, and hereby agree as follows: ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must 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 2, in accordance with the specifications attached hereto as Attachment 3, the drawings identified in the list attached hereto as Attachment 4, and the Special Project Requirements attached hereto as Attachment Permits. Except as otherwise provided in Attachment 2, 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 Contract. 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 -1-

35 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 must commence the Work not later than the Commencement Date set forth on Attachment 2 and must 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 2. 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 must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, 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 Contract ( Required Submittals ). Such details must include, but are not 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 must provide three complete sets for each Required Submittal. All Required Submittals, except drawings, must be prepared on white 8-1/2 x 11. Two blueline prints and one sepia transparency of each drawing must be provided. All drawings must 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 must 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 will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may 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 will be for the sole purpose of examining the general management, design, and details of the proposed Work, does 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 may not be regarded as any assumption of risk or liability by Owner. -2-

36 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT D. Responsibility for Delay. Contractor is 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 4, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, 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 is 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 must 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 governs is final, and any corrective work required does 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 must, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 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 will 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 -3-

37 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 is 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 must check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre-existing work. Contractor must 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 must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment 2 or the drawings identified in Attachment 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. 1.9 Safety at the Work Site Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during -4-

38 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT performance of the Work. This requirement applies continuously and is not limited to normal working hours. Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must 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 therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor s operations, Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition Damage to the Work, the Work Site, and Other Property The Work and everything pertaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, 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 will 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 must, 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 exist without regard to, and may 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 Subcontractors and Suppliers A. Approval and Use of Subcontractors and Suppliers. Contractor must 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 must be acceptable to, and approved in advance by, Owner. Owner s approval of any subcontractor, supplier, and subcontract does -5-

39 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 is 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 is deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract must 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 must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will 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 Simultaneous Work By Others Owner has 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 must 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 must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work Occupancy Prior to Final Payment Owner will 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 must 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 may 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, nor may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor s provision, performance, or completion of the Work Owner s Right to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience. Owner has 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 must state the extent and effective date of such termination or suspension. On such effective date, Contractor must, 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. -6-

40 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding overhead, as Contractor has 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 may be offset by any prior payment or payments and is subject to Owner s rights to withhold and deduct as provided in this Contract. 2.1 Changes ARTICLE II: CHANGES AND DELAYS Owner has 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 must be made within two business days following receipt of such Change Order, and may, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will 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 must, 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 will 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, may 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. -7-

41 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 are subject to inspection and testing by Owner or its designated representatives. Contractor must 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 must be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract, then Owner must 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 must pay such cost. C. Correction. Until Final Payment, Contractor must, 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 will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is 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, promptly and without charge, must 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 2 or Attachment 5 to this Contract or by law. The above warranty may 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 may 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 may 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 2 or Attachment 5 requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned -8-

42 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT warranties or guaranties by Owner is a precondition to Final Payment and does 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 is 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. 4.1 Bonds ARTICLE IV: FINANCIAL ASSURANCES Contemporaneous with Contractor s execution of this Contract, Contractor must 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 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, 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, must 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 must provide certificates and policies of insurance evidencing the minimum insurance coverages and limits set forth in Attachment 2. 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 must be in a form, and from companies, acceptable to Owner. Such insurance must provide that no change, modification in, or cancellation of any insurance becomes effective until the expiration of 30 days after written notice thereof has have been given by the insurance company to Owner. Contractor must, 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 coverages and limits set forth in Attachment

43 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 4.3 Indemnification Contractor hereby agrees to and will indemnify, save harmless, and defend Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives 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 solely by the negligence of Owner. 5.1 Contract Price ARTICLE V: PAYMENT Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment 2, and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment 2 (the Contract Price ), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will 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 must be paid in monthly installments in the manner set forth in Attachment 2 ( Progress Payments ). B. Pay Requests. Contractor must, 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 must be submitted not sooner than 30 days following commencement of the 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 must 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. -10-

44 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 must notify Owner and request a final inspection ( Notice of Completion ). Contractor s Notice of Completion must 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 may be finally accepted when, and only when, the whole and all parts thereof 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 must 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 must make another review of the Work and prepare and deliver to Contractor either a 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 must submit to Owner a properly completed final Pay Request in the form provided by Owner ( Final Pay Request ). Owner must pay to Contractor the balance of the Contract Price, after deducting therefrom all charges against Contractor as provided for in this Contract ( Final Payment ). Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment will 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 may 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 will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such -11-

45 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT title will 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 must, 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 must, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will 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 does not operate to relieve Contractor s surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner s retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will 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 will 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 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 is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the -12-

46 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT obligations in question or furnished security for such performance satisfactory to Owner. Owner is 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 must, 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 is 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 will be held to resolve the dispute. Within three business days after the end of the conference, Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will 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 10 days after receipt of such demand, then Contractor will 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 -13-

47 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 will 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: 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 will be deemed to be assigned to Owner without any further action being required, but Owner may 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 -14-

48 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 Additional 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 2, 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 will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract. 7.1 Binding Effect ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, employees, agents, and representatives of such party. 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may 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/Prohibited Interests 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. -15-

49 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT If at any time it is found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract will, at Owner s option, be null and void. Contractor hereby represents and warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order as a person who commits, threatens to commit, or supports terrorism, and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating, the Work on behalf of any such person, group, entity or nation. 7.4 Assignment Contractor may 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 will not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section of the Illinois Commercial Code, 810 ILCS 5/ 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 must be held confidential by Contractor and may 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 may constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor -16-

50 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 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 may be made or be valid against Owner. 7.8 Notices All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set forth below by properly addressed, postage prepaid, certified or registered mail, return receipt requested. Notices and communications to Owner must be addressed to, and delivered at, the following address: with a copy to: City of Des Plaines Holland & Knight LLP 1420 Miner Street 131 South Dearborn Street, 30th Floor Des Plaines, Illinois Chicago, Illinois Attention: Jon Duddles Attention: Peter Friedman Notices and communications to Contractor must be addressed to, and delivered at, the following address: [name of successful bidder] _ [address of successful bidder] The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. By notice complying with the requirements of this Section, Owner and Contractor each have the right to change the address or addressee or both for all future notices to it, but no notice of a change of address is effective until actually received. 7.9 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois. -17-

51 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 7.10 Changes in Laws Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time Compliance with Laws A. Compliance Required. Contractor must 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 Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (see Subsection C of this Section) (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 applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; 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 et seq., the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et seq.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 50/1 et seq., and the Occupational Safety and Health Act of 1970, 29 U.S.C. 651 et seq. B. Liability for Fines, Penalties. Contractor is 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. C. Prevailing Wage Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (the Act ), must submit to the City a certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the contractor or subcontractor that 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 Act, and (3) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor s false certification. On two business days notice, Contractor and each subcontractor must make available for -18-

52 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT inspection the records required to be made and kept by the Act (i) to the City and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein Compliance with Patents A. Assumption of Costs, Royalties, and Fees. Contractor will 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 must promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, 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 must 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 will 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 Time The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days Severability The provisions of this Contract will be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract is held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract will be in any way affected thereby. -19-

53 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT 7.15 Entire Agreement This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor, and there are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefor Amendments No modification, addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor. -20-

54 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACTCONTRACT IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. CITY OF DES PLAINES By: Name: Title: Attest: By: Name: Title: [name of contractor] By: Name: Title: Attest: By: Name: Title: -21-

55 STATE OF ILLINOIS ) ) SS COUNTY OF ) CONTRACTOR S CERTIFICATION, 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 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.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the Patriot Act ) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order effective September 24, DATED:, 20. [name of contractor] By: Name: Title: Attest: By: Name: Title: Subscribed and Sworn to before me on, 20. My Commission expires: Notary Public (SEAL)

56 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ATTACHMENT 1 SCHEDULE OF PRICES

57 FEMA Hazard Mitigation Grant 1935/4116 Demolition Contract SCHEDULE OF PRICES (A) ITEM # PAY ITEM UNIT TOTAL UNIT COST TOTAL COST 1 BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION JUNIOR TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ PERFORM ASBESTOS / LEAD PAINT ABATEMENT SQ. FT. 1,500 $0.00 $ INLET FILTERS EACH 10 $0.00 $ PERIMETER EROSION BARRIER FOOT 11,000 $0.00 $ TOPSOIL PLACEMENT 4" AND SEEDING WITH STRAW BLANKET SQ. YD. 30,000 $0.00 $ PORTABLE TOILETS EA. CAL. MO. 2 $0.00 $ TRAFFIC CONTROL AND PROTECTION LUMP SUM 1 $0.00 $0.00 ITEMS TO BE FURNISHED AND CONSTRUCTED ONLY IF REQUESTED IN WRITING BY THE ENGINEER EXPLORATION TRENCH FOOT TEMPORARY AGGREGATE, CA - 6 TON ABANDONING WATER SERVICE LINE EACH 19 TRENCH BACKFILL CU. YD. ABATEMENT PERMIT EACH PAVEMENT PATCHING SQ. YD. Total Bid A $0.00

58 FEMA Hazard Mitigation Grant 1935/4116 Demolition Contract SCHEDULE OF PRICES (B) ITEM # PAY ITEM UNIT TOTAL UNIT COST TOTAL COST 1 BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION CAMPBELL AVENUE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION FOREST EDGE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION SHERWOOD ROAD LUMP SUM 1 $0.00 $ BUILDING DEMOLITION WOODLAND AVENUE LUMP SUM 1 $0.00 $ PERFORM ASBESTOS / LEAD PAINT ABATEMENT SQ. FT. 2,500 $0.00 $ INLET FILTERS EACH 11 $0.00 $ PERIMETER EROSION BARRIER FOOT 11,600 $0.00 $ TOPSOIL PLACEMENT 4" AND SEEDING WITH STRAW BLANKET SQ. YD. 31,600 $0.00 $ PORTABLE TOILETS EA. CAL. MO. 2 $0.00 $ TRAFFIC CONTROL AND PROTECTION LUMP SUM 1 $0.00 $0.00 ITEMS TO BE FURNISHED AND CONSTRUCTED ONLY IF REQUESTED IN WRITING BY THE ENGINEER EXPLORATION TRENCH FOOT TEMPORARY AGGREGATE, CA - 6 TON ABANDONING WATER SERVICE LINE EACH 20 TRENCH BACKFILL CU. YD. ABATEMENT PERMIT EACH PAVEMENT PATCHING SQ. YD. Total Bid B $0.00

59 FEMA Hazard Mitigation Grant 1935/4116 Demolition Contract SCHEDULE OF PRICES (C) ITEM # PAY ITEM UNIT TOTAL UNIT COST TOTAL COST 1 BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION BIG BEND DRIVE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE LANE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION HAWTHORNE TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION JUNIOR TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION JUNIOR TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION JUNIOR TERRACE LUMP SUM 1 $0.00 $ BUILDING DEMOLITION JUNIOR TERRACE LUMP SUM 1 $0.00 $ PERFORM ASBESTOS / LEAD PAINT ABATEMENT SQ. FT. 2,500 $0.00 $ INLET FILTERS EACH 7 $0.00 $ PERIMETER EROSION BARRIER FOOT 7,000 $0.00 $ TOPSOIL PLACEMENT 4" AND SEEDING WITH STRAW BLANKET SQ. YD. 19,000 $0.00 $ PORTABLE TOILETS EA. CAL. MO. 1 $0.00 $ TRAFFIC CONTROL AND PROTECTION LUMP SUM 1 $0.00 $0.00 ITEMS TO BE FURNISHED AND CONSTRUCTED ONLY IF REQUESTED IN WRITING BY THE ENGINEER EXPLORATION TRENCH FOOT TEMPORARY AGGREGATE, CA - 6 TON ABANDONING WATER SERVICE LINE EACH 12 TRENCH BACKFILL CU. YD. ABATEMENT PERMIT EACH PAVEMENT PATCHING SQ. YD. Total Bid C $0.00 Total Bid A $0.00 Total Bid B $0.00 Total Bid C $0.00 TOTAL OVERALL BID A+B+C= $0.00

60 1. Project: CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ATTACHMENT 2 SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS FEMA HAZARD MITIGATION GRANT 1935 DEMOLITION CONTRACT The scope of work includes demolition of approximately 97,000 SF of fifty residential buildings and appurtenances at various locations in Des Plaines. Removal of concrete slabs and foundation walls/floor, removal of all appurtenances including asphalt, brick and concrete pavement, curb & gutter, fences, and sheds within the property boundaries, backfill with crushed concrete, gradation CA-6, compacted in place to existing ground level, grading for drainage and landscape restoration with topsoil and seed. Erosion barrier placement along entire property line. 2. Work Site: The Work shall be performed at the following Work Sites: Schedule A 5.09 acres of property, 34,308 SF of building 1884 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1866 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1911 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1917 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1923 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1931 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1948 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1949 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1958 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1968 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1972 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1977 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1984 Big Bend Drive FEMA 1935 City Owned 8 foot Basement 1991 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 1998 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 2000 Big Bend Drive FEMA 4116 City Owned 8 foot Basement 376 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement

61 368 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 320 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 340 Hawthorne Lane FEMA 1935 City Owned 8 foot Basement 1744 Junior Terrace FEMA 1935 City Owned 8 foot Basement 1797 Sherwood Road FEMA 1935 City Owned 8 foot Basement 1757 Sherwood Road FEMA 1935 City Owned 8 foot Basement 1744 Sherwood Road FEMA 1935 City Owned 8 foot Basement Schedule B 5.68 acres of property, 40,920 SF of building 1860 Big Bend Drive FEMA 1935 Tentative Closing Date: 8/21/ foot Basement 1899 Big Bend Drive FEMA 1935 Tentative Closing Date: 10/31/ foot Basement 1912 Big Bend Drive FEMA 1935 Tentative Closing Date: 12/31/ foot Basement 1954 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1964 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1967 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1987 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1990 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1994 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1999 Big Bend Drive FEMA 4116 Tentative Closing Date: 12/31/ foot Basement 1799 Campbell Street FEMA 1935 Tentative Closing Date: 12/31/ foot Basement 710 Forest Edge Lane FEMA 1935 Tentative Closing Date: 3/19/ foot Crawlspace 388 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/3/ foot Basement 385 Hawthorne Lane FEMA 1935 Tentative Closing Date: 6/21/ foot Basement 348 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/15/ foot Basement 332 Hawthorne Lane FEMA 1935 Tentative Closing Date: 8/22/ foot Basement 317 Hawthorne Lane FEMA 1935 Tentative Closing Date: 5/31/ foot Basement 312 Hawthorne Lane FEMA 1935 Tentative Closing Date: 4/28/ foot Basement 1718 Hawthorne Terrace FEMA 1935 Tentative Closing Date: 8/30/ foot Basement 1771 Sherwood Road FEMA 1935 Tentative Closing Date: 3/1/ foot Basement 1780 Sherwood Road FEMA 1935 Tentative Closing Date: 8/3/ foot Basement 1788 Sherwood Road FEMA 1935 Tentative Closing Date: 6/30/ foot Basement 1776 Sherwood Road FEMA 1935 Tentative Closing Date: 5/22/ foot Basement 1710 Woodland Avenue FEMA 1935 Tentative Closing Date: 5/8/ foot Basement Schedule C 3.28 acres of property, 21,694 SF of building 1878 Big Bend Drive FEMA 1935 Not under contract yet 1895 Big Bend Drive FEMA 1935 Not under contract yet 1920 Big Bend Drive FEMA 1935 Not under contract yet 1942 Big Bend Drive FEMA 1935 Not under contract yet 360 Hawthorne Lane FEMA 1935 Not under contract yet 275 Hawthorne Lane FEMA 1935 Not under contract yet 1748 Hawthorne Terrace FEMA 1935 Not under contract yet

62 1728 Hawthorne Terrace FEMA 1935 Not under contract yet 1748 Junior Terrace FEMA 1935 Not under contract yet 1739 Junior Terrace FEMA 1935 Not under contract yet 1732 Junior Terrace FEMA 1935 Not under contract yet 1729 Junior Terrace FEMA 1935 Not under contract yet 3. Permits, Licenses, Approvals, and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: [Identify permits, licenses, and approvals obtained, or to be obtained, by Owner] No Exceptions 4. Commencement Date: the date of execution of the Contract by Owner. days after execution of the Contract by Owner. Monday, October 09, Completion Date: Starting and Substantial Completion Dates: The following starting and substantial completion dates apply to this contract as designated by street: 180 DAYS after city s issuance of a location s Notice To Proceed plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract 2017, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract Completion includes the approved and acceptable construction of all pay items: including concrete correction (punch) list items, all hot-mix asphalt items including surface courses and all landscape restoration work, including topsoil and sod placement. Starting and Substantial Completion Dates:

63 The following starting and substantial completion dates apply to this contract as designated by location: Each location will have a Notice To Proceed. The contractor shall substantial complete each location no later than 90 days from city s issuance of a location s Notice To Proceed. No work of any kind shall be done at these locations until the designated Start Date and Notice to Proceed is given. All work must be completed by the designated Substantial and Final Completion Date. Substantial Completion Date includes the approved and acceptable construction of all pay items; including correction (punch) list items and topsoil placement and excluding seeding or sodding. Days and Hours of Work. Workdays for this Contract are Monday through Friday between the hours of 7AM to 6PM. No work shall be done or equipment operated outside of these permitted hours. No work shall be done on any Saturdays, Sundays or the following specified days unless otherwise approved by the Project Manager. Monday, October 9, 2017 Friday, November 10, 2017 Thursday, November 23, 2017 Friday, November 24, 2017 Monday, December 25, 2017 Monday, January 1, 2018 Monday, January 15, 2018 Monday, February 19, 2018 Columbus Day Veterans Day Thanksgiving Day Day After Thanksgiving Day Christmas Day New Year s Day Martin Luther King Jr. Day President s Day In the event, the Contractor works on Saturday, Sunday, or holiday, during which time the Engineer and/or Inspector(s) are required to be present, the City of Des Plaines shall pay the cost for such overtime engineering services and shall deduct such cost from payments due the Contractor. Overtime engineering services shall be charged at the Engineer s standard hourly rate for all time over eight hours on any single weekday and for all hours on Saturday, Sunday, and holidays and/or Inspector(s) standard hourly rate applied on a one and one-half (x 1 ½) basis for all time over eight hours on any single weekday and for all hours on Saturday and a double time (x 2) basis for all Sunday and holiday hours of the Inspector s standard hourly rate. If the amount due the Contractor is not sufficient to cover the cost of overtime engineering service, the Contractor shall reimburse the City of Des Plaines in the amount necessary to cover such costs. The Project Manager shall approve necessary personnel and time for engineering services. Progress Schedule. The Contractor shall submit, for approval by the Engineer, a Progress Schedule, which complies with the requirements of these specifications, and Completion Dates. The Progress Schedule shall include an Estimate of Time and/or Performance Rate for each controlling pay item. Once a Progress Schedule is approved, there shall be no deviation without the written approval of the Engineer.

64 If the Contractor falls 10 or more working days behind the Approved Progress Schedule, they shall provide the Engineer with a revised Progress Schedule that complies with the requirements of the Contract for the Engineer's review. TIME IS OF THE ESSENCE ON THIS CONTRACT AND LIQUIDATED DAMAGES WILL BE ASSESSED FOR EACH DAY THAT THE WORK REMAINS INCOMPLETE PAST THE STATED COMPLETION DATE. 6. Insurance Coverage: A. Worker s Compensation and Employer s Liability with limits not less than: (1) Worker s Compensation: Statutory; (2) Employer s Liability: $1,000,000 injury-per occurrence; $1,000,000 disease-per employee; $1,000,000 disease-policy limit Such insurance must evidence that coverage applies in the State of Illinois. B. Comprehensive Motor Vehicle Liability with a combined single limit of liability for bodily injury and property damage of not less than $2,000,000 for vehicles owned, non-owned, or rented. All employees must be included as insureds. C. Comprehensive General Liability with coverage written on an occurrence basis and with limits no less than: (1) General Aggregate: $5,000,000. See Subsection F below regarding use of umbrella overage. (2) Bodily Injury: $2,000,000 per person; $2,000,000 per occurrence (3) Property Damage: $2,000,000 per occurrence and $5,000,000 aggregate. Coverage must include: - Premises / Operations - Products / Completed Operations (to be maintained for two years after Final Payment) - Independent Contractors - Personal Injury (with Employment Exclusion deleted) - Broad Form Property Damage Endorsement - Blanket Contractual Liability (must expressly cover the indemnity provisions of the Contract)

65 - Bodily Injury and Property Damage X, C, and U exclusions must be deleted. Railroad exclusions must be deleted if Work Site is within 50 feet of any railroad track. All employees must be included as insured. D. Builders Risk Insurance. This insurance must be written in completed value form, must protect Contractor and Owner against all risks of direct physical loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement and collapse, and must be designed for the circumstances that may affect the Work. This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company s consent. E. Owner s and Contractor s Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. F. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so 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 that loss. G. Deductible. Each policy must have a deductible or self-insured retention of not more than $.

66 H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: Comprehensive General Liability, Comprehensive Motor Vehicle Liability, and Umbrella Policy. The Additional Insured endorsement must identify Owner as follows: The City of Des Plaines and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. I. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Additional Insured Policy or Policies 7. Contract Price: SCHEDULE OF PRICES A. LUMP SUM CONTRACT For providing, performing, and completing all Work, the total Contract Price of (write in numbers only): $ All Work will be paid on a force account basis, using the terms of Section (b) of the IDOT Standard Specifications For Road And Bridge Construction 2012, without limitation to extra work. Contractor shall be paid in installments (see below). Contractor must submit Pay Requests including itemized statements of the cost of the Work, accompanied and supported by statements and invoices for all labor, materials, transportation charges and other items of the Work, using standard Illinois Department of Transportation schedules and report forms. B. UNIT PRICE CONTRACT

67 NOTE: If Owner has provided a separate form Schedule of Pricing attached to this Attachment 1, then that Schedule of Prices will be used and this Subsection B should not be used. If Owner has not provided a separate form Schedule of Prices, then this Subsection B should be used. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE TABLE AS INDICATED TOTAL CONTRACT PRICE (write in numbers only): $ C. COMBINED LUMP SUM/UNIT PRICE CONTRACT (1) For providing, performing, and completing all Work related to [describe lump sum work], the total sum of (write in numbers only): $ (2) For providing, performing, and completing all Work related to [describe unit price work], the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE TABLE AS INDICATED Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $ $ 2 $ $ 3 $ $ TOTAL CONTRACT PRICE, being the sum of (1) plus the extension of (2) (write in numbers only): $

68 D. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must 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. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, 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 must 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 must be revised and resubmitted until acceptable to Owner. No payment may 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 will 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 will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in

69 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 will be measured on the basis described in Attachment 1 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 may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will 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 will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any preexisting or unrelated debt between Contractor and Owner or between Contractor and any third party. 9. Per Diem Administrative Charge: $ per IDOT SSRB No Charge 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard specifications, each of which are incorporated into the Contract by reference: "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The Contract also includes Owner s City Code and Building Codes. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening.

70 See Attachment 5 for any special project requirements.

71 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ATTACHMENT 3 SPECIFICATIONS INDEX OF SPECIAL PROVISIONS The following Index is provided for the Bidder's convenience only. Bidders are advised to thoroughly read each Special Provision and familiarize themselves with their content. PAGE NUMBER DESCRIPTION 1 SPECIAL PROVISIONS 1 CONTRACTOR SAFETY RESPONSIBILITY 1 COOPERATION BY CONTRACTOR 2 TESTING OF MATERIALS 3 DIRT ON PAVEMENT 3 DUST CONTROL 3 OBSTRUCTION OF STREETS AND RIGHTS OF WAY 3 BUILDING DEMOLITION 4 REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS 5 ASBESTOS ABATEMENT 7 TOPSOIL PLACEMENT 4 AND SEEDING WITH STRAW BLANKET 8 PORTABLE TOILETS 8 TRAFFIC CONTROL AND PROTECTION 9 EXPLORATION TRENCH 10 TEMPORARY AGGREGATE, CA-6 10 ABANDONING WATER SERVICE LINES 11 TRENCH BACKFILL 12 PAVEMENT PATCHING OTHER ATTACHMENTS: IDOT HIGHWAY STANDARDS TRENCH BACKFILL TABLES FOR CONCRETE PIPES NO PARKING SIGN STORM WATER POLLUTION PREVENTION PLAN

72 SPECIAL PROVISIONS FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT The following Special Provisions supplement the Specifications, and in case of conflict with any part or parts of said Specifications, these Special Provisions shall take precedence and shall govern. CONTRACTOR SAFETY RESPONSIBILITY ADD to Section : Excavations and trenches shall be protected at all times during the progress of the work with adequate barricades and/or safety fencing. NO EXCAVATIONS SHALL BE PERMITTED TO REMAIN OPEN OVERNIGHT. Underground utility trenches shall be completely filled in prior to the end of a day's work or suitable steel plates capable of supporting vehicular traffic shall be furnished and placed over the excavation by the Contractor. The Contractor shall also secure the area of the excavation with barricades and/or safety fencing to the satisfaction of the Engineer. Revised: February 2012 COOPERATION BY CONTRACTOR ADD to Section : The superintendent shall supervise and coordinate all work forces, those of the General Contractor and all of their Subcontractors. Any problems or disputes between any work forces and the Resident Engineer will be the responsibility of the superintendent to resolve. The superintendent shall be supervisory only and shall not be a foreman, nor shall the superintendent be permitted to operate any machinery or perform labor of any kind. The City of Des Plaines is Engineer of the proposed improvements, and will not superintend the Contractor's general or subcontracted work forces. Lack of full time superintendence by the Contractor prevents the Engineer from coordinating and inspecting Contract work operations. No work on this Contract will be permitted without the General Contractor's full time superintendent present on the site of the improvements. The superintendent must have in their possession a wireless telephone at all times that there are construction operations in progress. The contractor shall be penalized $1000 per calendar day each and every day that a Full Time Superintendent is not present on the site of the improvements while work is occurring. This penalty shall be deducted from the amounts due or which may become due to the Contractor. Basis of Payment. Any costs associated with the requirements of this Special Provision are not paid for, but are INCIDENTAL and shall be considered and included in the total Contract Proposal Bid Amount. Revised: April 2013 SP - 1

73 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT TESTING OF MATERIALS Materials Testing requirements, type, amount and frequency, for this Contract include those that are designated in the SSRB Construction Manual and Standard Specifications. The Contractor is responsible for furnishing materials and construction that meet the requirements of the Plans, Specifications and Special Provisions. All material to be incorporated in the work is subject to sampling and testing by the Engineer. It is the Contractor's responsibility to complete the work and deliver a final product that meets all the requirements of the Specifications. The Contractor is required to provide incidental materials and equipment, including hot-mix asphalt coring equipment; casual labor to provide access to the work, assists in obtaining and handling samples at the site and storage and security of samples. The Engineer, at his/her discretion, may require additional testing in addition to the minimum requirements of set forth below: PORTLAND CEMENT CONCRETE General Plant Sampling and Testing Contractor Jobsite Sampling and Testing HOT-MIX ASPHALT General Plant Sampling and Testing Contractor Jobsite Sampling and Testing DES PLAINES MINIMUM REQUIREMENTS FOR CONTRACTOR Statement of agency or personnel to be used for plant and field testing, letter of assurance or personnel certifications, etc. Designation of methods and testing frequencies based on project schedule and staging. (1) Mix Designs with aggregate sources listed and applicable gradation test (or plant certification) (1) Testing at plant for first production of mixture. (1) Testing on site for first production of mixture. Air, slump and strength testing on site once per every 50 CY per item, mix design, or daily production. If same mix is used for several items in one day, one test may be used for all items.(2) DES PLAINES MINIMUM REQUIREMENTS FOR CONTRACTOR Mix designs with statement or certification of IDOT approval. Statement of agency or personnel to be used for plant and field testing, letter of assurance or personnel certifications, etc. Designation of methods and testing frequencies based on project schedule and staging. (3) Testing at plant for first production of mixture. (4) Waiver for plant testing if less than 250 tons total anticipated for a pay item. (5) Determination of rolling pattern and roller vibration frequency in field by technician, approved by Engineer. (6) On site testing first day production of mixture. Density testing on site once per every 150 tons per item, mix design, or daily production. If same mix is used for several items in one day, one test may be used for all items. (6) Locations approved by Engineer, discussed on site with technician prior to beginning paving operations. (6) IDOT Requirements: (1) Recurring SP Check Sheet #30 Quality Control of Concrete Mixtures at the Plant Concrete (2) Recurring SP Check Sheet #31 Quality Control/Quality Assurance of Concrete Mixtures (3) SSRB Section (4) SSRB Section (d) (2) (a) (5) SSRB Section (d) (2) (d) (6) SSRB Section (d) (3) SP - 2

74 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT The Contractor is financially responsible to the Owner for all costs of testing of materials furnished in compliance with the Plans, Specifications and Special Provisions. Costs so sustained by the Owner shall be debited to the Contractor, thereby reducing the final amount due the Contractor. Revised: February 2012 DIRT ON PAVEMENT ADD to Section : When the Engineer directs the Contractor to clean the street with a street sweeper and the Contractor is not able to provide a street sweeper, the City of Des Plaines will charge the Contractor for the use of the City of Des Plaines street sweeper at a rate of $ per hour with a minimum of a 4-hour charge. The charged dollar amount shall be deducted from the amount due to the Contractor on the contract. The City of Des Plaines street sweeper shall only clean the streets that are directed by the Engineer to be cleaned. Revised: February 2012 DUST CONTROL At any time, where deemed necessary by the Engineer, the Contractor shall mechanically sweep or apply water to the area of the improvements for the purpose of dust control. If warranted, the Engineer may require applications of a water-retaining agent to be applied to each area included in the improvements. Basis of Payment. The cost of Dust Control shall be INCIDENTAL to the contract. OBSTRUCTION OF STREETS AND RIGHTS OF WAY The Contractor shall arrange to keep public ways open for traffic at their own expense. The Contractor must maintain convenient access to driveways, houses, and buildings along the improvement. The Contractor shall remove all surplus materials and debris from the work area on a daily basis so that there is a minimum amount of disruption to public property as possible. Stockpiling of materials within the Right of Way is not permitted without the approval of the Engineer. The contractor shall immediately remove all non-approved stockpiles from the work area. If this non-approved stockpile remains on the work area, following a 24-hour grace period, the contractor shall be penalized $1000 per calendar day each and every day that the unauthorized stockpiles remain on the work area. This penalty shall be deducted from the amounts due or which may become due to the Contractor. Revised: April 2013 BUILDING DEMOLITION Description. Building Demolition includes removal and off-site disposal of the existing buildings, its contents and appurtenances, included but not limited to: sheds, pools, decks, fences, patios, all pavement located within the demolition area, and driveway aprons; backfilling with structural fill, compacted in place; construction of an erosion barrier around the perimeter of the site; chain link security fence and gates, and all other work as described herein. SP - 3

75 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Requirements. The removal shall consist of existing buildings, its contents and appurtenances, including but not limited to: sheds, pools, decks, fences, asphalt, brick or concrete pavement, and driveway aprons and abandonment of foundation concrete floor slabs and foundation walls. The existing demolished material shall become property of the contractor and shall be disposed of off-site in accordance with local, state and federal regulations pertaining to the disposal of said materials. The existing foundation shall be abandoned. Foundation walls shall be removed to a minimum of 3 feet below final grade. The removed foundation wall section can be used as either fill beneath the minimum 3 feet below final grade or disposed of off-site. The foundation floor and remaining walls shall be punctured, maximum 5 offsets, for drainage. If the contractor choses the option of using the top section of the wall as fill beneath the minimum 3 feet below final grade, the wall shall be broken into pieces no larger than 6 and mixed equally with sand or CA-12 coarse aggregate during placement. After the completion of the demolition, foundation abandonment and removal of the buildings and pavement, the site shall be graded level, at or below the existing grade due to all properties being in the flood plain. All voids, holes, ruts, or depressions shall be filled to a height of 4 below finished grade level with CA-6 crushed concrete or crushed stone compacted in place in accordance with Art of the IDOT SSRBC Art The top 4 of the void, hole, rut, or depression shall be filled with a minimum of 4 topsoil and graded for drainage. The temporary erosion barrier shall comply with the requirements of IDOT SSRBC Section 280 and be installed around the perimeter of each site prior to demolition activities. The chain link security fence and gates shall comply with the requirements of IDOT SSRBC Section 664 and shall be six (6 ) foot with lockable gates that are located on the street side of the enclosure. The fence shall be installed around the perimeter of each site prior to demolition activities or earlier if directed by the engineer. Posts do not have to be set in concrete but appropriate stands with sandbags can be used as an alternative. The contractor is responsible to maintain the fence in place until the Engineer authorizes its removal. The contractor shall disconnect, abandon, and/or remove all utility services to the building at the property lines pursuant to the individual utility owner s requirements and to the satisfaction of the Engineer. Basis of Payment. This work shall be paid for at the contract unit price per Lump Sum for BUILDING DEMOLTION, at each location specified, which price includes all excavation, removal, abandonment and disposal, backing, and grading as herein specified. Inlet Filters, Perimeter Erosion Barrier, Topsoil Placement and Seeding will be paid for separately. Driveway apron removal and chain link security fence and gates are incidental to this pay item. REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS Description. This work consists of the removal, disposal and documentation of Surplus, Unstable and Unsuitable Materials and Organic Waste in compliance with the requirements of Article of the Standard Specifications for Road and Bridge Construction, State of Illinois Public Act and as herein modified. Requirements. The following requirements supplement Article of the SSRBc. The Contractor shall not dispose of any type of excavated material or debris within the corporate limits of the City of Des Plaines without first obtaining a permit to do so from the City that meets the approval of the Engineer. SP - 4

76 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT The Contractor shall not conduct any generation, transportation, recycling of demolition debris, clean, general, or uncontaminated soil generated during construction, remodeling, repair and demolition of utilities, structures and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner and operator of the facility where the debris or soil was transferred, disposed of, recycled or treated. It is the responsibility of the Contractor to generate this documentation and to maintain it for a period of 3 years from the date of the completion of the contract. Records generated and maintained by the Engineer do not qualify for compliance with this requirement. Method of Measurement/Basis of Payment. Generation and maintenance of the documentation specified herein is not measured or paid for but is considered INCIDENTAL to the cost of the contract. ASBESTOS ABATEMENT All work under this contract shall be done in strict accordance with all applicable Federal, State, and local regulations, standards and codes governing asbestos abatement. All applicable codes, regulations and standards are adopted into this specification and will have the same force and effect as this specification. The most recent edition of any relevant regulation, standard, document or code shall be in effect. Where conflict among the requirements or with these specifications exists, the most stringent requirement(s) shall be utilized. Copies of all standards, regulations, codes and other applicable documents, including this specification shall be available at the worksite in the Abatement Contractor s office area/cleanroom. ABATEMENT CONTRACTOR RESPONSIBILITY: The Abatement Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State and Local regulations related to any and all aspects of the abatement project. The contractor is responsible for providing and maintaining training and personal protective equipment as required by applicable Federal, State and Local regulations. The Abatement Contractor shall hold the CITY OF DES PLAINES harmless for any failure of the Contractor to comply with any applicable abatement work, transporting, disposal, safety, health and environmental regulation/requirement on the part of himself, his employees, or his subcontractors. In the event of non-friable asbestos disturbance, the Abatement Contractor will incur all costs of the VPIH, including all corrective abatement, sampling/analytical, and disposal costs to assure compliance with OSHA/EPA/State requirements FEDERAL REQUIREMENTS: Federal requirements which govern various aspects of asbestos abatement include, but are not limited to, the following regulations: A. Occupational Safety and Health Administration (OSHA) 1. Title 29 CFR Construction Standard Requirements - Demolition Work 2. Title 29 CFR (a);(b) - Emergency Action Plan 3. Title 29 CFR Personal Protective Equipment 4. Title 29 CFR Access to Employee Exposure and Medical Records 5. Title 29 CFR Hazard Communication 6. Title 29 CFR Medical and First Aid B. Environmental Protection Agency (EPA) SP - 5

77 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT 1. Title 40 CFR 61 Subpart A and M (Revised Subpart B) - National Emission Standard for Hazardous Air Pollutants - Asbestos. 2. Title 40 CFR Asbestos Hazard Emergency Response Act (AHERA) and Asbestos School Hazard Abatement Reauthorization Act (ASHARA). Prior to commencing the work, the Abatement Contractor shall provide: Proof of Contractor State licensing. Proof the Competent Person is trained and approved for working in the State of Illinois. Verification of the experience of the Competent Person shall also be presented. A list of all workers who will participate in the project, including experience and verification of medical surveillance and training certification/card. A list of and verification of training for all personnel who have current first-aid/cpr/bloodborne pathogen training. A minimum of one person per shift must be the designated first aid provider. A copy of the Abatement Contractor s Standard Operating Procedures for Abatement. In these procedures, the following information must be detailed and specific for this project. 1. Abatement regulated area isolation/preparation procedures; 2. Abatement methods/procedures and equipment to be used; 3. Personal protective equipment to be used; 4. Sampling strategy plan to be used at the site. A list of the locations and abatement methods for Friable Asbestos containing material in excess of 1%. A list of Asbestos containing material in excess of 1% to remain in place. At this meeting the Abatement Contractor shall provide all submittals as required by the specification. Emergency Action Plan and Accident Prevention Plan procedures. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: The asbestos abatement contractor's industrial hygienist (CPIH) is responsible for managing all monitoring, inspections, and testing required by these specifications, as well as any and all regulatory requirements adopted by these specifications. The CPIH is responsible for the continuous monitoring of all subsystems and procedures that could affect the health and safety of the Abatement Contractor s personnel and cause negative impact on the environment. The CPIH shall inspect the project and certify that ACM left in place during the abatement project did not become friable as a result of the abatement activity. Safety and health conditions and the provision of those conditions inside and outside the regulated area for all persons entering the regulated area is the exclusive responsibility of the Abatement Contractor/Competent Person. The person performing the personnel and area air monitoring inside the regulated area shall be an IH Technician, who shall be trained and shall have specialized field experience in air sampling and analysis. The IH Technician shall have a NIOSH 582 Course or equivalent and show proof. The IH Technician shall participate in the AIHA Asbestos Analysis Registry or participate in the Proficiency SP - 6

78 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Analytic Testing program of AIHA for fiber counting quality control assurance. The IH Technician shall also be an accredited EPA/State Contractor/Supervisor. The IH Technician shall have participated in five abatement projects collecting personal and area samples as well as responsibility for documentation. Ten (10) % of all samples analyzed in the field shall be sent to an AIHA accredited Laboratory for confirmation. The analytic laboratory used by the Abatement Contractor to analyze the samples shall be AIHA accredited for asbestos PAT. A daily log shall be compiled, documenting all OSHA requirements for air monitoring for asbestos in 29 CFR (f), (g) and Appendix A. This log shall be made available to the VA representative and the VPIH. The log will contain, at a minimum, information on personnel or area sampled, other persons represented by the sample, the date of sample collection, start and stop times for sampling, sample volume, flow rate, and fibers/cc. Take and analyze samples for each representative job being done in the regulated area, i.e., removal, wetting, clean-up, and load-out. No fewer than two personal samples per shift shall be collected and one area sample per 1,000 square feet of regulated area where abatement is taking place and one sample per shift in the clean room area shall be collected. In addition to the continuous monitoring required, the CPIH will perform inspection during abatement to assure work practices are in accordance with the specification and that no ACM which is non-friable has become friable during the abatement work. Testing shall be done at the end of abatement for each regulated area or building as specified in the CPIH responsibilities. The work of the IH Technician shall be reviewed and certified by the CPIH. Basis of Payment. This work shall be paid for at the contract unit price per Square Foot for PERFORM ASBESTOS/LEAD PAINT ABATEMENT. TOPSOIL PLACEMENT 4 INCHES AND SEEDING Description. This work consists of topsoil placement in compliance with the requirements of SSRB Sect 211 and seeding in compliance with the requirements of SSRB Sections 250 to restore areas disturbed due to Contract construction operations and as herein specified. Clearing Area and Disposal of Surplus Material. Prior to stockpiling any excavated material, the Engineer shall approve of the proposed stockpile location or direct the Contractor to remove the material to an off site location. The Contractor shall make arrangements for the Engineer to inspect and approve of the source of topsoil material prior to delivery at the site. The Contractor shall provide information regarding the topsoil source a minimum of 24 hours prior to delivery at the site. All sources must be IDOT approved. All areas disturbed by construction shall be cleared and made free of all debris. Prior to placing topsoil, existing areas are to be raked free of debris and damaged turf. Topsoil shall be placed and graded to transition from existing turf to new construction areas. No additional compensation will be given for varying depths of topsoil placed. Fertilizer nutrients shall be placed on the prepared, damp topsoil prior to seeding. Seeding shall be placed in compliance with the requirements of SSRB Section 250. Seed mixture for local road applications shall be Class 1, Lawn Mixture, and for state and county road applications shall be Class 2, Roadside Mixture. A modified mixture for shade application shall be submitted to the Engineer for approval to be used at locations where directed by the Engineer. There may be a period of time between topsoil placement and placement of seed due to weather conditions. All topsoil areas are to be cleared of any weeds or any other SP - 7

79 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT noxious materials and the ground prepared prior to seed placement in compliance with the requirements of SSRB Sections 211 and 250. Method of Measurement. Unless otherwise approved by the Engineer or specified on the plans, only areas within 6 inches of the curb, front or back of sidewalk and driveway improvement, shall be measured for payment. Areas outside of these limits disturbed by construction operations shall be restored with topsoil and seed at the Contractor's expense. Topsoil Placement, 4 Inches and Seeding shall be measured on the approved length of the new seeding adjacent to the improvement and the quantity computed for payment in LINEAR FEET. If required by the Engineer, erosion control blanket shall be measured separately. Basis of Payment. This work shall be paid for at the contract unit price per Square Yard for TOPSOIL PLACEMENT 4 INCHES AND SEEDING. Fertilizer nutrients, ground preparation, grading, weed removal shall be considered incidental to this item. EROSION CONTROL BLANKET shall be paid for separately. Revised: April 2017 PORTABLE TOILETS Description. This work consists of furnishing, maintaining, relocating and removing portable toilet facilities on the site of the work in compliance with SSRB Art and as herein specified. Construction Requirements. Portable toilet facilities, meeting the approval of the Engineer, shall be furnished, maintained, relocated and removed from the site upon satisfactory completion of the work. The portable toilet(s) shall be placed at the location(s) directed by the Engineer. The Engineer shall designate the number of units required. Method of Measurement. The quantity shall be measured per unit and shall be computed for payment per EACH CALENDAR MONTH. Basis of Payment. This item will be paid for at the contract unit price per Each Calendar Month for PORTABLE TOILETS. Engineer's Field Office, Special pay item toilet facilities are not be measured for payment by this item. Revised: February 2012 TRAFFIC CONTROL AND PROTECTION Special attention is called to the following IDOT Highway Standards, ,701501,701602, , , , , Supplemental Specifications and Special Provisions contained herein relating to Traffic control. Maintenance of Traffic. If the Contractor requests, single block road closure may be allowed by the Engineer during normal working hours provided that it is accomplished in the manner approved by the Engineer, including all required signing and detours. NO OVERNIGHT CLOSURES OF ANY STREET WILL BE ALLOWED, unless specifically provided for in the plans and Contract Documents or approved by the Engineer. The Contractor shall plan his work so that all driveways and fire hydrants are accessible at the end of the working day. Traffic control shall be in accordance with the applicable sections of the SSRB, the SP - 8

80 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT applicable guidelines contained in the MUTDC, any Special Provisions and any special details and Highway Standards contained herein. At the Pre-Construction Meeting, the Contractor shall furnish the name, and a 24 hour phone number of the individual in his direct employ, who is responsible for the installation and maintenance of the traffic control for the project. In accordance with Art , if a Subcontractor is to provide this aspect of the work, consent of the Engineer is required. This shall not relieve the Contractor of the foregoing requirement for an individual in his direct employ to superintend the implementation and maintenance of the traffic control. The Contractor shall furnish, install, maintain, relocate, and remove all traffic cones, signs, barricades, warning lights and other devices that are to be used for the purpose of controlling traffic. The Contractor shall furnish certified flaggers upon request of the Engineer or when required for safe operations. The Contractor is responsible to insure that all barricades, warning signs, lights and other devices installed for traffic control are in place and operating 24 hours Each calendar day this Contract is in effect. As a minimum, all areas of work shall be protected each night by Type II barricades at maximum 50 foot centers equipped with working flashing lights. Type III barricades shall be placed at all project limits. The Contractor shall furnish and place "No Parking" signs a minimum of 1 day prior to any construction activities. The signs must be a minimum of 11 inches by 13 inches with red letters imprinted on a white background on 140 lb. index stock material. An example showing the exact wording to be printed is provided in the plan details. All "No Parking" signs must have the approval of, be affixed, and displayed to the satisfaction of the Engineer. Posting of signs on trees shall be done with a staple gun. The Contractor shall remove and reinstall the signs when directed by the Engineer. Method of Measurement. Measurement shall be pro-rated. The Engineer shall evaluate the amount of current contract pay items completed and approved for payment and divide them by the total current approved contract amount. This percentage of the contract LUMP SUM price for Traffic Control and Protection shall be eligible for payment. Basis of Payment. This work shall be paid for at the contract Lump Sum price for TRAFFIC CONTROL AND PROTECTION as herein specified. Revised: February 2012 EXPLORATION TRENCH ADD to Section 213: Description. This work consists of trench excavation and backfilling by the Contractor for the purpose of locating unknown objects and unforeseen conflicts. Requirements. After the Engineer s inspection of the trench area, it shall be backfilled with either excavated material or trench backfill at the Engineer s direction. All spoil generated by backfilling with trench backfill will be removed daily by the Contractor at their expense. SP - 9

81 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Method of Measurement. The Contractor s responsibility to determine the vertical locations of utilities is no considered to be Exploration Trench and is not measured for payment. Trench Backfill, if required, will be measured as specified in the special provision for Trench Backfill. Basis of Payment. This work shall be paid for at the contract unit price per Foot for EXPLORATION TRENCH as herein specified. If required, granular backfill will be paid for at the contract unit price of TRENCH BACKFILL. Revised: February 2012 TEMPORARY AGGREGATE, CA-6 Description. This work consists of furnishing labor, material and equipment to construct, maintain and remove temporary aggregate where directed by the Engineer in the field during the construction of the improvements. Material and Equipment. Temporary aggregate shall be crushed Gradation CA-6 and in compliance with the requirements of SSRB Sect Equipment for placing and compacting the temporary aggregate shall meet the approval of the Engineer. Construction. The Contractor shall construct and maintain temporary aggregate where determined by and as directed by the Engineer. Prior to removal, the Engineer may classify portions of the temporary aggregate to be salvageable. If classified as salvageable, the Contractor may incorporate this material into an approved pay item, otherwise all unsalvageable material shall be disposed of to an off site location at the Contractor's expense. Method of Measurement. This work shall be measured for payment by load ticket. The Contractor shall provide individual load tickets to the Engineer clearly indicating that the delivery is for temporary aggregate use. The use of combination load tickets from other pay items shall not be permitted or recognized for payment. Amounts not approved by the Engineer for use as temporary aggregate will not be measured for payment. The load ticket amounts will be used to measure the amount of aggregate placed and the quantity computed in TONS. Basis of Payment. This work shall be paid for at the contract unit price per Ton for TEMPORARY AGGREGATE, CA-6. Revised: February 2012 ABANDONING WATER SERVICE LINES Licensed Plumber Required. A Plumber properly licensed by the City of Des Plaines must be present in person to supervise work done on any water service. Description. This work consists of furnishing labor, equipment and material for the abandoning of water service line and the removal of the corporation stop at the existing water main and replacement with water main pipe and fittings, and backfilling of the excavation where directed by the Engineer in the field. SP - 10

82 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Materials. Water main fittings for corporation stop removal shall be ductile iron, compact type fittings meeting the requirements of AWWA C153/A21.53 with mechanical type joints. Water main pipe shall be Ductile Iron, Class 52, cement mortar lined, complying with the requirements of AWWA C-151. Construction Requirements. The Contractor shall make arrangements with the Engineer, a minimum of 48 hour notice, to schedule a shutdown of the existing water main by City forces. After the scheduled shutdown, the Contractor shall remove the existing corporation stop and replace with new water main pipe and fittings that are compatible with the existing water main size. The installation shall be tested for leaks at normal working pressure with the Engineer present. The completed installation shall be encased in polyethylene sheeting as directed by the Engineer. The excavation shall be backfilled with Trench Backfill material, compacted as per the Special Provision for Trench Backfill or other material approved by the Engineer. Method of Measurement. This work shall be measured per EACH for payment. Water main fittings and pipe, if required, is not measured for payment but is considered INCIDENTAL to the cost of this item. Trench backfill shall be measured per CUBIC YARD. Backfilling with material other than trench backfill will is not measured or paid for. Basis of Payment. This work shall be paid for at the contract unit price per Each for ABANDONING WATER SERVICE. If required, backfilling with trench backfill will be paid for at the contract unit price for TRENCH BACKFILL. Revised: November 2014 TRENCH BACKFILL ADD to Section 208: Materials. Aggregate shall be crushed gradation CA-6, complying with the requirements of SSRB Sect Controlled Low-Strength Material that complies with the requirements of the SSRB Sect 593 may also be acceptable for use as trench backfill. Construction Requirements. Trench backfill is required where indicated on the plans or as field directed by the Engineer. Trench backfill shall be constructed in compliance with the requirements of SSRB Art All trench backfill shall be compacted to a minimum of 95% of a Standard Proctor as determined by the approved material testing laboratory. Method of Measurement. Trench backfill shall be measured per lineal foot at the average depth compacted in place and the quantity computed for payment in CUBIC YARDS as listed in the IDOT, Bureau of Construction Manual, Section E, Trench Backfill Table For Circular Concrete Pipe, English version shall be used for all types of pipe material. The required bedding and embedment of PVC pipe, 4 below the pipe to 12 above the pipe, is considered incidental to the cost of the PVC pipe pay item. SP - 11

83 FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT Revised: February 2012 PAVEMENT PATCHING Modify Section 442: Description. The pavement patching shall not be designated by Class or Type. Equipment. Portable hand power saws are not permitted. Materials. Sub-base replacement materials shall be in compliance with SSRB Sect 311 and shall be crushed Gradation CA-6.. Construction Requirements. The existing pavement shall be neatly saw cut at all edges of the patch, as marked in the field by the Engineer. Existing concrete or hot-mix asphalt base pavements shall be saw cut to the full depth of the existing base course; existing aggregate base pavement shall be saw cut to the full depth of the existing hot-mix asphalt surface(s). Pavement removal shall be to the full depth of the existing base course, or 10 inches deep minimum measured from the top of the existing pavement, whichever is greater. Pavement replacement is to be with crushed Gradation CA-6 aggregate (4 Minimum), mechanically compacted to the satisfaction of the Engineer to within 6 inches of the top of the existing pavement, 4 Minimum HMA Binder Course. The top surface lift shall be a minimum of 2 thick, level and to the grade of the adjacent surface. If unsuitable material is encountered and its removal and replacement is required by the Engineer, such removal and replacement shall be paid for as specified in SSRB Art (a), Extra Work on an Agreed Unit Price basis only. The Agreed Unit Price may be approved with a Field Order. Any existing pavement or curb which is damaged during the removal and replacement process, due to the actions of the Contractor, will be saw cut, removed and replaced as specified by the Engineer, at the Contractor's expense. Basis of Payment. This work shall be paid for at the contract unit price per Square Yard for PAVEMENT PATCHING which price shall include the cost of construction of all aggregate subbase. Revised: February 2015 SP - 12

84 FEMA Hazard Mitigation Contract 1935 Demolition Contract INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2017 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adopted ) (Revised ) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. 106 Control of Materials Bituminous Surface Treatment (Class A-1, A-2, A-3) Portland Cement Concrete Pavement Excavation for Structures Concrete Structures Precast Concrete Structures Pipe Culverts Sand Backfill for Vaulted Abutments Engineer s Field Office and Laboratory Temporary Concrete Barrier Pedestrian Push-Button Fine Aggregates Coarse Aggregates Metals Portland Cement Concrete Portland Cement Concrete Equipment ii SP-14

85 Check Sheet For Recurring Special Provisions FEMA Hazard Mitigation Contract 1935 Demolition Contract 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 Construction Layout Stakes Use of Geotextile Fabric for Railroad Crossing Subsealing of Concrete Pavements Hot-Mix Asphalt Surface Correction Pavement and Shoulder Resurfacing Patching with Hot-Mix Asphalt Overlay Removal Polymer Concrete PVC Pipeliner Bicycle Racks Temporary Portable Bridge Traffic Signals Work Zone Public Information Signs Nighttime Inspection of Roadway Lighting English Substitution of Metric Bolts Calcium Chloride Accelerator for Portland Cement Concrete Quality Control of Concrete Mixtures at the Plant Quality Control/Quality Assurance of Concrete Mixtures Digital Terrain Modeling for Earthwork Calculations Reserved Preventive Maintenance - Bituminous Surface Treatment Preventive Maintenance - Cape Seal Preventive Maintenance - Micro-Surfacing Preventive Maintenance - Slurry Seal Temporary Raised Pavement Markers Restoring Bridge Approach Pavements Using High-Density Foam Portland Cement Concrete Inlay or Overlay 153 Printed 04/07/17 SP-15 Date Adopted 01/01/2017

86 FEMA Hazard Mitigation Contract 1935 Demolition Contract 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 Printed 04/07/17 SP-16 Date Adopted 01/01/2017

87 FEMA Hazard Mitigation Contract 1935 Demolition Contract BDE SPECIAL PROVISIONS For the April 28 and June 16, 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 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 * Adjusting Frames and Grates April 1, Aggregate Subgrade Improvement April 1, 2012 April 1, Automated Flagger Assistance Device Jan. 1, Bituminous Materials Cost Adjustments Nov. 2, 2006 July 1, Bridge Demolition Debris July 1, I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, Butt Joints July 1, Completion Date (via calendar days) April 1, Completion Date (via calendar days) Plus Working Days April 1, Concrete Box Culverts with Skews > 30 Degrees and Design Fills 5 April 1, 2012 July 1, 2016 Feet Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, Concrete Mix Design Department Provided Jan. 1, 2012 April 1, Construction Air Quality Diesel Retrofit June 1, 2010 Nov. 1, Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, Dowel Bar Inserter Jan. 1, Fuel Cost Adjustment April 1, 2009 July 1, Grooving for Recessed Pavement Markings Nov. 1, 2012 Aug. 1, Hot-Mix Asphalt Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 * Hot-Mix Asphalt Pay for Performance Using Percent Within Limits Nov. 1, 2014 April 1, 2017 Jobsite Sampling * Hot-Mix Asphalt Quality Control for Performance April 1, Hot-Mix Asphalt Tack Coat Nov. 1, Light Poles July 1, Light Tower July 1, Longitudinal Joint and Crack Patching April 1, 2014 April 1, Mast Arm Assembly and Pole July 1, Material Transfer Device June 15, 1999 Aug. 1, Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, Pavement Marking Blackout Tape Nov. 1, 2014 April 1, Pavement Marking Removal July 1, 2016 * Portable Changeable Message Signs Nov. 1, 2016 April 1, Portland Cement Concrete Bridge Deck Curing April 1, 2015 Jan. 1, Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching April 1, 2014 April 1, Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, Progress Payments Nov. 2, I 39 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, Railroad Protective Liability Insurance (5 and 10) Jan. 1, Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Nov. 1, 2012 April 1, 2016 Shingles (RAS) Speed Display Trailer April 2, 2014 Jan. 1, Steel Cost Adjustment April 2, 2004 July 1, 2015 SP-17

88 FEMA Hazard Mitigation Contract 1935 Demolition Contract File Name # Special Provision Title Effective Revised Steel Plate Beam Guardrail Jan. 1, Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 * Temporary Pavement Marking (NOTE: This special provision was April 1, 2012 April 1, 2017 previously named Pavement Marking Tape Type IV.) Training Special Provisions Oct. 15, Traversable Pipe Grate Jan. 1, 2013 April 1, Traffic Barrier Terminal, Type 1 Special Jan. 1, Tubular Markers Jan. 1, Warm Mix Asphalt Jan. 1, 2012 April 1, Weekly DBE Trucking Reports June 2, 2012 April 2, Wet Reflective Thermoplastic Pavement Marking Jan. 1, Working Days Jan. 1, 2002 The following special provisions are in the 2017 Supplemental Specifications and Recurring Special Provisions. File Special Provision Title New Location Effective Revised Name Coarse Aggregate Quality Article July 1, Engineer s Field Office Article April 1, Equal Employment Opportunity Recurring CS #1 and #5 April 1, Errata for the 2016 Standard Specifications Supplemental April 1, Mechanical Side Tie Bar Inserter Articles , , and Aug. 1, 2014 April 1, Mechanical Splicers Article July 1, Overhead Sign Structures Certification of Metal Article Nov. 1, 2015 April 1, 2016 Fabricator Pedestrian Push-Button Article April 1, Portland Cement Concrete Inlay or Overlay Recurring CS #34 Jan. 1, 2015 April 1, Preventive Maintenance Bituminous Surface Recurring CS #28 Jan. 1, 2009 July 1, 2016 Treatment (A-1) Preventive Maintenance Cape Seal Recurring CS #29 Jan. 1, 2009 July 1, Preventive Maintenance Micro-Surfacing Recurring CS #30 Jan. 1, 2009 July 1, Preventive Maintenance Slurry Seal Recurring CS #31 Jan. 1, 2009 July 1, Steel Slag in Trench Backfill Articles and Jan. 1, Temporary Concrete Barrier Articles , , , and Jan. 1, 2015 July 1, 2015 The following special provisions require additional information from the designer. The additional information needs to be included in a separate document attached to this check sheet. 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 SP-18

89 FEMA Hazard Mitigation Contract 1935 Demolition Contract CONSTRUCTION AIR QUALITY DIESEL RETROFIT (BDE) Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term equipment refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment). Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment s respective horsepower range shall be retrofitted: Effective Dates Horsepower Range Model Year June 1, / and up 2006 June 1, / and up 2006 June 1, / and up / Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract. 2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract. The retrofit emission control devices shall achieve a minimum PM emission reduction of 50 percent and shall be: a) Included on the U.S. Environmental Protection Agency (USEPA) Verified Retrofit Technology List ( or verified by the California Air Resources Board (CARB) ( or b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit SP-19

90 FEMA Hazard Mitigation Contract 1935 Demolition Contract device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent. Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation. Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment. Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite. The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list. If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction. Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim. Diesel Retrofit Deficiency Deduction When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1, for each deficiency identified. The deficiency will be based on lack of diesel retrofit emissions control. If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected. SP-20

91 FEMA Hazard Mitigation Contract 1935 Demolition Contract Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim SP-21

92 FEMA Hazard Mitigation Contract 1935 Demolition Contract GRANULAR MATERIALS (BDE) Effective: November 1, 2012 Revise the title of Article of the Standard Specifications to read: Fine Aggregate for Bedding, Trench Backfill, Embankment, Porous Granular Backfill, Sand Backfill for Underdrains, and French Drains. Revise Article (c) of the Standard Specifications to read: (c) Gradation. The fine aggregate gradations for granular embankment, granular backfill, bedding, and trench backfill for pipe culverts and storm sewers shall be FA 1, FA 2, or FA 6 through FA 21. The fine aggregate gradation for porous granular embankment, porous granular backfill, french drains, and sand backfill for underdrains shall be FA 1, FA 2, or FA 20, except the percent passing the No. 200 (75 µm) sieve shall be 2±2. Revise Article (c) of the Standard Specifications to read: (c) Gradation. The coarse aggregate gradations shall be as follows. Application Blotter CA 15 Granular Embankment, Granular Backfill, Bedding, and Trench Backfill for Pipe Culverts and Storm Sewers Porous Granular Embankment, Porous Granular Backfill, and French Drains Gradation CA 6, CA 9, CA 10, CA 12, CA17, CA18, and CA 19 CA 7, CA 8, CA 11, CA 15, CA 16 and CA SP-22

93 FEMA Hazard Mitigation Contract 1935 Demolition Contract LRFD STORM SEWER BURIAL TABLES (BDE) Effective: November 1, 2013 Revised: November 1, 2014 Revise Article of the Standard Specifications to read as follows: Item Article Section (a) Clay Sewer Pipe (b) Extra Strength Clay Pipe (c) Concrete Sewer, Storm Drain, and Culvert Pipe (d) Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe (e) Reinforced Concrete Elliptical Culvert, Storm Drain,and Sewer Pipe (Note 1) (f) Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe (Note 1) (g) Polyvinyl Chloride (PVC) Pipe (h) Corrugated Polyvinyl Chloride (PVC) Pipe with a Smooth Interior (i) Corrugated Polypropylene (CPP) Pipe with Smooth Interior (j) Rubber Gaskets and Preformed Flexible Joint Sealants for Concrete Pipe (k) Mastic Joint Sealer for Pipe (l) External Sealing Band (m) Fine Aggregate (Note 2) (n) Coarse Aggregate (Note 3) (o) Reinforcement Bars and Welded Wire Fabric (p) Handling Hole Plugs (q) Polyethylene (PE) Pipe with a Smooth Interior (r) Corrugated Polyethylene (PE) Pipe with a Smooth Interior Note 1. The class of elliptical and arch pipe used for various storm sewer sizes and heights of fill shall conform to the requirements for circular pipe. Note 2. The fine aggregate shall be moist. Note 3. The coarse aggregate shall be wet. SP-23

94 FEMA Hazard Mitigation Contract 1935 Demolition Contract Revise the table for permitted materials in Article of the Standard Specifications as follows: Class A B Materials Rigid Pipes: Clay Sewer Pipe Extra Strength Clay Pipe Concrete Sewer, Storm Drain, and Culvert Pipe Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe Rigid Pipes: Clay Sewer Pipe Extra Strength Clay Pipe Concrete Sewer, Storm Drain, and Culvert Pipe Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe Flexible Pipes: Polyvinyl Chloride (PVC) Pipe Corrugated Polyvinyl Chloride Pipe (PVC) with a Smooth Interior Polyethylene (PE) Pipe with a Smooth Interior Corrugated Polyethylene (PE) Pipe with a Smooth Interior Corrugated Polypropylene (CPP) Pipe with a Smooth Interior Replace the storm sewers tables in Article of the Standard Specifications with the following: SP-24

95 FEMA Hazard Mitigation Contract 1935 Demolition Contract Nominal Diameter in. RCCP STORM SEWERS KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Type 1 Type 2 Fill Height: 3' and less With 1' minimum cover Fill Height: Greater than 3' not exceeding 10' CSP ESCP PVC CPVC PE CPE CPP RCCP CSP ESCP PVC CPVC PE CPE CPP 10 NA 3 X X X X X NA NA 1 *X X X X X NA 12 IV NA X X X X X X II 1 *X X X X X X 15 IV NA NA X X NA X X II 1 *X X X NA X X 18 IV NA NA X X X X X II 2 X X X X X X 21 III NA NA X X NA NA NA II 2 X X X NA NA NA 24 III NA NA X X X X X II 2 X X X X X X 27 III NA NA NA NA NA NA NA II 3 X NA NA NA NA NA 30 IV NA NA X X X X X II 3 X X X X X X 33 III NA NA NA NA NA NA NA II NA X NA NA NA NA NA 36 III NA NA X X X X X II NA X X X X X X 42 II NA X X NA X X NA II NA X X NA X NA NA 48 II NA X X NA X X X II NA X X NA X NA NA 54 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 60 II NA NA NA NA NA NA X II NA NA NA NA NA NA X 66 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 72 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 78 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 84 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 90 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 96 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA 102 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA 108 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe CSP Concrete Sewer, Storm drain, and Culvert Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe PE Polyethylene Pipe with a Smooth Interior CPE Corrugated Polyethylene Pipe with a Smooth Interior CPP Corrugated Polypropylene pipe with a Smooth Interior X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. * May also use Standard Strength Clay Pipe SP-25

96 FEMA Hazard Mitigation Contract 1935 Demolition Contract Nominal Diameter in. RCCP STORM SEWERS (Metric) KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Type 1 Type 2 Fill Height: 1 m and less With 300 mm minimum cover Fill Height: Greater than 1 m not exceeding 3 m CSP ESCP PVC CPVC PE CPE CPP RCCP CSP ESCP PVC CPVC PE CPE CPP 250 NA 3 X X X X X NA NA 1 *X X X X X NA 300 IV NA X X X X X X II 1 *X X X X X X 375 IV NA NA X X NA X X II 1 *X X X NA X X 450 IV NA NA X X X X X II 2 X X X X X X 525 III NA NA X X NA NA NA II 2 X X X NA NA NA 600 III NA NA X X X X X II 2 X X X X X X 675 III NA NA NA NA NA NA NA II 3 X NA NA NA NA NA 750 IV NA NA X X X X X II 3 X X X X X X 825 III NA NA NA NA NA NA NA II NA X NA NA NA NA NA 900 III NA NA X X X X X II NA X X X X X X 1050 II NA X X NA X X NA II NA X X NA X NA NA 1200 II NA X X NA X X X II NA X X NA X NA NA 1350 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 1500 II NA NA NA NA NA NA X II NA NA NA NA NA NA X 1650 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 1800 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 1950 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 2100 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 2250 II NA NA NA NA NA NA NA II NA NA NA NA NA NA NA 2400 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA 2550 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA 2700 II NA NA NA NA NA NA NA III NA NA NA NA NA NA NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe CSP Concrete Sewer, Storm drain, and Culvert Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe PE Polyethylene Pipe with a Smooth Interior CPE Corrugated Polyethylene Pipe with a Smooth Interior CPP Corrugated Polypropylene pipe with a Smooth Interior X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. * May also use Standard Strength Clay Pipe SP-26

97 FEMA Hazard Mitigation Contract 1935 Demolition Contract Nominal Diameter in. RCCP STORM SEWERS KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Type 3 Type 4 Fill Height: Greater than 10' not exceeding 15' Fill Height: Greater than 15' not exceeding 20' CSP ESCP PVC CPVC PE CPE CPP RCCP CSP ESCP PVC CPVC PE CPP 10 NA 2 X X X X X NA NA 3 X X X X NA 12 III 2 X X X X NA X IV NA NA X X X NA 15 III 3 X X X NA NA X IV NA NA X X NA X 18 III NA X X X X NA X IV NA NA X X X NA 21 III NA NA X X NA NA NA IV NA NA X X NA NA 24 III NA NA X X X NA NA IV NA NA X X X NA 27 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 30 III NA NA X X X NA X IV NA NA X X X NA 33 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 36 III NA NA X X X NA NA IV NA NA X X X NA 42 III NA NA X NA X NA NA IV NA NA X NA X NA 48 III NA NA X NA X NA NA IV NA NA X NA X NA 54 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 60 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 66 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 72 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 78 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 84 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 90 III NA NA NA NA NA NA NA 1680 NA NA NA NA NA NA 96 III NA NA NA NA NA NA NA 1690 NA NA NA NA NA NA 102 III NA NA NA NA NA NA NA 1700 NA NA NA NA NA NA NA NA NA NA NA NA NA 1710 NA NA NA NA NA NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe CSP Concrete Sewer, Storm drain, and Culvert Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe PE Polyethylene Pipe with a Smooth Interior CPE Corrugated Polyethylene Pipe with a Smooth Interior CPP Corrugated Polypropylene pipe with a Smooth Iinterior X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. * May also use Standard Strength Clay Pipe Note RCCP with a number instead of a Roman numeral shall be furnished according to AASHTO M170 Section 6. This number represents the D-load to produce a 0.01 in crack. SP-27

98 FEMA Hazard Mitigation Contract 1935 Demolition Contract Nominal Diameter in. STORM SEWERS (metric) KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Type 3 Type 4 Fill Height: Greater than 3 m not exceeding 4.5 m Fill Height: Greater than 4.5 m not exceeding 6 m RCCP CSP ESCP PVC CPVC PE CPE CPP RCCP CSP ESCP PVC CPVC PE CPP 250 NA 2 X X X X X NA NA 3 X X X X NA 300 III 2 X X X X NA X IV NA NA X X X NA 375 III 3 X X X NA NA X IV NA NA X X NA X 450 III NA X X X X NA X IV NA NA X X X NA 525 III NA NA X X NA NA NA IV NA NA X X NA NA 600 III NA NA X X X NA NA IV NA NA X X X NA 675 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 750 III NA NA X X X NA X IV NA NA X X X NA 825 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 900 III NA NA X X X NA NA IV NA NA X X X NA 1050 III NA NA X NA X NA NA IV NA NA X NA X NA 1200 III NA NA X NA X NA NA IV NA NA X NA X NA 1350 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 1500 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 1650 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 1800 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 1950 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 2100 III NA NA NA NA NA NA NA IV NA NA NA NA NA NA 2250 III NA NA NA NA NA NA NA 80 NA NA NA NA NA NA 2400 III NA NA NA NA NA NA NA 80 NA NA NA NA NA NA 2550 III NA NA NA NA NA NA NA 80 NA NA NA NA NA NA NA NA NA NA NA NA NA 80 NA NA NA NA NA NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe CSP Concrete Sewer, Storm drain, and Culvert Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe PE Polyethylene Pipe with a Smooth Interior CPE Corrugated Polyethylene Pipe with a Smooth Interior CPP Corrugated Polypropylene pipe with a Smooth Interior X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. * May also use Standard Strength Clay Pipe Note RCCP with a number instead of a Roman numeral shall be furnished according to AASHTO M170 Section 6. This number represents the metric D-load to produce a 25.4 micro-meter crack. SP-28

99 FEMA Hazard Mitigation Contract 1935 Demolition Contract STORM SEWERS KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Nominal Diameter in. Type 5 Type 6 Type 7 Fill Height: Greater than 20' not exceeding 25' Fill Height: Greater than 25' not exceeding 30' Fill Height: Greater than 30' not exceeding 35' RCCP PVC CPVC RCCP PVC CPVC RCCP CPVC 10 NA X X NA X X NA X 12 IV X X V X X V X 15 IV X X V X X V X 18 IV X X V X X V X 21 IV X X V X X V X 24 IV X X V X X V X 27 IV NA NA V NA NA V NA 30 IV X X V X X V X 33 IV NA NA V NA NA V NA 36 IV X X V X X V X 42 IV X NA V X NA V NA 48 IV X NA V X NA V NA 54 IV NA NA V NA NA V NA 60 IV NA NA V NA NA V NA 66 IV NA NA V NA NA V NA 72 V NA NA V NA NA V NA NA NA 2370 NA NA 2730 NA NA NA 2380 NA NA 2740 NA NA NA 2390 NA NA 2750 NA NA NA 2400 NA NA 2750 NA NA NA 2410 NA NA 2760 NA NA NA 2410 NA NA 2770 NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. Note RCCP with a number instead of a Roman numeral shall be furnished according to AASHTO M170 Section 6. This number represents the D-load to produce a 0.01 in crack. SP-29

100 FEMA Hazard Mitigation Contract 1935 Demolition Contract STORM SEWERS (metric) KIND OF MATERIAL PERMITTED AND STRENGTH REQUIRED FOR A GIVEN PIPE DIAMETERS AND FILL HEIGHTS OVER THE TOP OF THE PIPE Nominal Diameter in. Type 5 Type 6 Type 7 Fill Height: Greater than 20' not exceeding 25' Fill Height: Greater than 25' not exceeding 30' Fill Height: Greater than 30' not exceeding 35' RCCP PVC CPVC RCCP PVC CPVC RCCP CPVC 250 NA X X NA X X NA X 300 IV X X V X X V X 375 IV X X V X X V X 450 IV X X V X X V X 525 IV X X V X X V X 600 IV X X V X X V X 675 IV NA NA V NA NA V NA 750 IV X X V X X V X 825 IV NA NA V NA NA V NA 900 IV X X V X X V X 1050 IV X NA V X NA V NA 1200 IV X NA V X NA V NA 1350 IV NA NA V NA NA V NA 1500 IV NA NA V NA NA V NA 1650 IV NA NA V NA NA V NA 1800 V NA NA V NA NA V NA NA NA 110 NA NA 130 NA NA NA 110 NA NA 130 NA NA NA 110 NA NA 130 NA NA NA 120 NA NA 130 NA NA NA 120 NA NA 130 NA NA NA 120 NA NA 130 NA RCCP Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe PVC Polyvinyl Chloride Pipe CPVC Corrugated Polyvinyl Chloride Pipe ESCP Extra Strength Clay Pipe X This material may be used for the given pipe diameter and fill height. NA This material is Not Acceptable for the given pipe diameter and fill height. Note RCCP with a number instead of a Roman numeral shall be furnished according to AASHTO M170 Section 6. This number represents the metric D-load to produce a 25.4 micro-meter crack. SP-30

101 FEMA Hazard Mitigation Contract 1935 Demolition Contract Revise the sixth paragraph of Article of the Standard Specifications to read: PVC, PE and CPP pipes shall be joined according to the manufacturer s specifications. Revise the first and second paragraphs of Article of the Standard Specifications to read: Deflection Testing for Storm Sewers. All PVC, PE, and CPP storm sewers shall be tested for deflection not less than 30 days after the pipe is installed and the backfill compacted. The testing shall be performed in the presence of the Engineer. For PVC, PE, and CPP storm sewers with diameters 24 in. (600 mm) or smaller, a mandrel drag shall be used for deflection testing. For PVC, PE, and CPP storm sewers with diameters over 24 in. (600 mm), deflection measurements other than by a mandrel shall be used. Revise the fifth paragraph of Article to read as follows. The outside diameter of the mandrel shall be 95 percent of the base inside diameter. For all PVC pipe the base inside diameter shall be defined using ASTM D 3034 methodology. For all PE and CPP pipe, the base inside diameter shall be defined as the average inside diameter based on the minimum and maximum tolerances specified in the corresponding ASTM or AASHTO material specifications. Revise the first paragraph of Article of the Standard Specifications to read: Polyvinyl Chloride (PVC) Pipe. Acceptance testing of PVC pipe and fittings shall be accomplished during the same construction season in which they are installed. The section properties shall be according to the manufacturer pre-submitted geometric properties on file with the Department. The manufacturer shall submit written certification that the material meets those properties. The pipe shall meet the following additional requirements. Delete Articles (e) and (f) of the Standard Specifications. Revise Articles (c) and (d) of the Standard Specifications to read: (c) PE Profile Wall Pipe for Insertion Lining. The pipe shall be according to ASTM F 894. When used for insertion lining of pipe culverts, the pipe liner shall have a minimum pipe stiffness of 46 psi (317 kpa) at five percent deflection for nominal inside diameters of 42 in. (1050 mm) or less. For nominal inside diameters of greater than 42 in. (1050 mm), the pipe liner shall have a minimum pipe stiffness of 32.5 psi (225 kpa) at five percent deflection. All sizes shall have wall construction that presents essentially smooth internal and external surfaces. (d) PE Pipe with a Smooth Interior. The pipe shall be according to ASTM F 714 (DR 32.5) with a minimum cell classification of PE as defined in ASTM D The section properties shall be according to the manufacturer pre-submitted geometric properties on file with the Department. The manufacturer shall submit written SP-31

102 FEMA Hazard Mitigation Contract 1935 Demolition Contract certification that the material meets those properties and the resin used to manufacture the pipe meets or exceeds the minimum cell classification requirements. Add the following to Section 1040 of the Standard Specifications: Polypropylene (PP) Pipe. Storage and handling shall be according to the manufacturer's recommendations, except in no case shall the pipe be exposed to direct sunlight for more than six months. Acceptance testing of the pipe shall be accomplished during the same construction season in which it is installed. The section properties shall be according to the manufacturer pre-submitted geometric properties on file with the Department. The manufacturer shall submit written certification that the material meets those properties. The pipe shall meet the following additional requirements. (a) Corrugated PP Pipe with a Smooth Interior. The pipe shall be according to AAHSTO M 330 (nominal size 12 to 60 in. (300 to 1500 mm)). The pipe shall be Type S or D. (b) Perforated Corrugated PP Pipe with A Smooth Interior. The pipe shall be according to AASHTO M 330 (nominal size 12 to 60 in. (300 to 1500 mm)). The pipe shall be Type SP. In addition, the top centerline of the pipe shall be marked so that it is readily visible from the top of the trench before backfilling, and the upper ends of the slot perforations shall be a minimum of ten degrees below the horizontal SP-32

103 FEMA Hazard Mitigation Contract 1935 Demolition Contract PAVEMENT PATCHING (BDE) Effective: January 1, 2010 Revise the first sentence of the second paragraph of Article (e)(1) of the Standard Specifications to read: In addition to the traffic control and protection shown elsewhere in the contract for pavement, two devices shall be placed immediately in front of each open patch, open hole, and broken pavement where temporary concrete barriers are not used to separate traffic from the work area SP-33

104 FEMA Hazard Mitigation Contract 1935 Demolition Contract PAYROLLS AND PAYROLL RECORDS (BDE) Effective: January 1, 2014 FEDERAL AID CONTRACTS. Revise the following section of Check Sheet #1 of the Recurring Special Provisions to read: STATEMENTS AND PAYROLLS The payroll records shall include the worker s name, the worker s address, the worker s telephone number when available, the worker s social security number, the worker s classification or classifications, the worker s gross and net wages paid in each pay period, the worker s number of hours worked each day, the worker s starting and ending times of work each day. However, any Contractor or subcontractor who remits contributions to a fringe benefit fund that is not jointly maintained and jointly governed by one or more employers and one or more labor organization must additionally submit the worker s hourly wage rate, the worker s hourly overtime wage rate, the worker s hourly fringe benefit rates, the name and address of each fringe benefit fund, the plan sponsor of each fringe benefit, if applicable, and the plan administrator of each fringe benefit, if applicable. The Contractor and each subcontractor shall submit payroll records to the Engineer each week from the start to the completion of their respective work, except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead, the payrolls shall include an identification number for each employee (e.g., the last four digits of the employee s social security number). In addition, starting and ending times of work each day may be omitted from the payroll records submitted to the Engineer. The submittals shall be on the Department s form SBE 48, or an approved facsimile. When there has been no activity during a work week, a payroll record shall still be submitted with the appropriate box ( No Work, Suspended, or Complete ) checked on the form. STATE CONTRACTS. Revise Section IV of Check Sheet #5 of the Recurring Special Provisions to read: IV. COMPLIANCE WITH THE PREVAILING WAGE ACT 1. Prevailing Wages. All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the Contractor will not be allowed additional compensation on account of said revisions. 2. Payroll Records. The Contractor and each subcontractor shall make and keep, for a period of five years from the later of the date of final payment under the contract or completion of the contract, records of the wages paid to his/her workers. The payroll SP-34

105 FEMA Hazard Mitigation Contract 1935 Demolition Contract records shall include the worker s name, the worker s address, the worker s telephone number when available, the worker s social security number, the worker s classification or classifications, the worker s gross and net wages paid in each pay period, the worker s number of hours worked each day, the worker s starting and ending times of work each day. However, any contractor or subcontractor who remits contributions to a fringe benefit fund that is not jointly maintained and jointly governed by one or more employers and one or more labor organization must additionally submit the worker s hourly wage rate, the worker s hourly overtime wage rate, the worker s hourly fringe benefit rates, the name and address of each fringe benefit fund, the plan sponsor of each fringe benefit, if applicable, and the plan administrator of each fringe benefit, if applicable. Upon seven business days notice, these records shall be available at a location within the State, during reasonable hours, for inspection by the Department or the Department of Labor; and Federal, State, or local law enforcement agencies and prosecutors. 3. Submission of Payroll Records. The Contractor and each subcontractor shall submit payroll records to the Engineer each week from the start to the completion of their respective work, except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall include an identification number for each employee (e.g., the last four digits of the employee s social security number). In addition, starting and ending times of work each day may be omitted from the payroll records submitted to the Engineer. The submittals shall be on the Department s form SBE 48, or an approved facsimile. When there has been no activity during a work week, a payroll record shall still be submitted with the appropriate box ( No Work, Suspended, or Complete ) checked on the form. Each submittal shall be accompanied by a statement signed by the Contractor or subcontractor, or an officer, employee, or officer thereof, which avers that: (i) he or she has examined the records and such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Act; and (iii) the Contractor or subcontractor is aware that filing a payroll record that he/she knows to be false is a Class A misdemeanor. 4. Employee Interviews. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor SP-35

106 FEMA Hazard Mitigation Contract 1935 Demolition Contract PROGRESS PAYMENTS (BDE) Effective: November 2, 2013 Revise Article (a) of the Standard Specifications to read: (a) Progress Payments. At least once each month, the Engineer will make a written estimate of the quantity of work performed in accordance with the contract, and the value thereof at the contract unit prices. The amount of the estimate approved as due for payment will be vouchered by the Department and presented to the State Comptroller for payment. No amount less than $ will be approved for payment other than the final payment. Progress payments may be reduced by liens filed pursuant to Section 23(c) of the Mechanics Lien Act, 770 ILCS 60/23(c). If a Contractor or subcontractor has defaulted on a loan issued under the Department s Disadvantaged Business Revolving Loan Program (20 ILCS 2705/ ), progress payments may be reduced pursuant to the terms of that loan agreement. In such cases, the amount of the estimate related to the work performed by the Contractor or subcontractor, in default of the loan agreement, will be offset, in whole or in part, and vouchered by the Department to the Working Capital Revolving Fund or designated escrow account. Payment for the work shall be considered as issued and received by the Contractor or subcontractor on the date of the offset voucher. Further, the amount of the offset voucher shall be a credit against the Department s obligation to pay the Contractor, the Contractor s obligation to pay the subcontractor, and the Contractor s or subcontractor s total loan indebtedness to the Department. The offset shall continue until such time as the entire loan indebtedness is satisfied. The Department will notify the Contractor and Fund Control Agent in a timely manner of such offset. The Contractor or subcontractor shall not be entitled to additional payment in consideration of the offset. The failure to perform any requirement, obligation, or term of the contract by the Contractor shall be reason for withholding any progress payments until the Department determines that compliance has been achieved SP-36

107 FEMA Hazard Mitigation Contract 1935 Demolition Contract QUALITY CONTROL/QUALITY ASSURANCE OF CONCRETE MIXTURES (BDE) Effective: January 1, 2012 Revised: January 1, 2014 Revise Note 7/ of Schedule B of Recurring Special Provision Check Sheet #31 of the Standard Specifications to read: 7/ The test of record for strength shall be the day indicated in Article For cement aggregate mixture II, a strength requirement is not specified and testing is not required. Additional strength testing to determine early falsework and form removal, early pavement or bridge opening to traffic, or to monitor strengths is at the discretion of the Contractor. Strength shall be defined as the average of two 6 x 12 in. (150 x 300 mm) cylinder breaks, three 4 x 8 in. (100 x 200 mm) cylinder breaks, or two beam breaks for field tests. Per Illinois Modified AASHTO T 23, cylinders shall be 6 x 12 in. (150 x 300 mm) when the nominal maximum size of the coarse aggregate exceeds 1 in. (25 mm) SP-37

108 SP-38 FEMA Hazard Mitigation Contract 1935 Demolition Contract

109 SP-39 FEMA Hazard Mitigation Contract 1935 Demolition Contract

110 SP-40 FEMA Hazard Mitigation Contract 1935 Demolition Contract

111 SP-41 FEMA Hazard Mitigation Contract 1935 Demolition Contract

112 SP-42 FEMA Hazard Mitigation Contract 1935 Demolition Contract

113 SP-43 FEMA Hazard Mitigation Contract 1935 Demolition Contract

114 SP-44 FEMA Hazard Mitigation Contract 1935 Demolition Contract

115 SP-45 FEMA Hazard Mitigation Contract 1935 Demolition Contract

116 SP-46 FEMA Hazard Mitigation Contract 1935 Demolition Contract

117 SP-47 FEMA Hazard Mitigation Contract 1935 Demolition Contract

118 FEMA Hazard Mitigation Contract 1935 Demolition Contract REINFORCEMENT BARS (BDE) Effective: November 1, 2013 Revise the first and second paragraphs of Article of the Standard Specifications to read: Placing and Securing. All reinforcement bars shall be placed and tied securely at the locations and in the configuration shown on the plans prior to the placement of concrete. Manual welding of reinforcement may only be permitted or precast concrete products as indicated in the current Bureau of Materials and Physical Research Policy Memorandum Quality Control / Quality Assurance Program for Precast Concrete Products, and for precast prestressed concrete products as indicated in the Department s current Manual for Fabrication of Precast Prestressed Concrete Products. Reinforcement bars shall not be placed by sticking or floating into place or immediately after placement of the concrete. Bars shall be tied at all intersections, except where the center to center dimension is less than 1 ft (300 mm) in each direction, in which case alternate intersections shall be tied. Molded plastic clips may be used in lieu of wire to secure bar intersections, but shall not be permitted in horizontal bar mats subject to construction foot traffic or to secure longitudinal bar laps. Plastic clips shall adequately secure the reinforcement bars, and shall permit the concrete to flow through and fully encase the reinforcement. Plastic clips may be recycled plastic, and shall meet the approval of the Engineer. The number of ties as specified shall be doubled for lap splices at the stage construction line of concrete bridge decks when traffic is allowed on the first completed stage during the pouring of the second stage. Revise the fifth paragraph of Article of the Standard Specifications to read: Supports for reinforcement in bridge decks shall be metal. For all other concrete construction the supports shall be metal or plastic. Metal bar supports shall be made of colddrawn wire, or other approved material and shall be either epoxy coated, galvanized or plastic tipped. When the reinforcement bars are epoxy coated, the metal supports shall be epoxy coated. Plastic supports may be recycled plastic. Supports shall be provided in sufficient number and spaced to provide the required clearances. Supports shall adequately support the reinforcement bars, and shall permit the concrete to flow through and fully encase the reinforcement. The legs of supports shall be spaced to allow an opening that is a minimum 1.33 times the nominal maximum aggregate size used in the concrete. Nominal maximum aggregate size is defined as the largest sieve which retains any of the aggregate sample particles. All supports shall meet the approval of the Engineer. Revise the first sentence of the eighth paragraph of Article of the Standard Specifications to read: Epoxy coated reinforcement bars shall be tied with plastic coated wire, epoxy coated wire, or molded plastic clips where allowed. SP-48

119 FEMA Hazard Mitigation Contract 1935 Demolition Contract Add the following sentence to the end of the first paragraph of Article (c) of the Standard Specifications: In addition, the total slip of the bars within the splice sleeve of the connector after loading in tension to 30 ksi (207 MPa) and relaxing to 3 ksi (20.7 MPa) shall not exceed 0.01 in. (254 microns). Revise Article (d) of the Standard Specifications to read: (d) Reinforcement and Accessories: The concrete cover over all reinforcement shall be within ±1/4 in. (±6 mm) of the specified cover. Welded wire fabric shall be accurately bent and tied in place. Miscellaneous accessories to be cast into the concrete or for forming holes and recesses shall be carefully located and rigidly held in place by bolts, clamps, or other effective means. If paper tubes are used for vertical dowel holes, or other vertical holes which require grouting, they shall be removed before transportation to the construction site SP-49

120 FEMA Hazard Mitigation Contract 1935 Demolition Contract REMOVAL AND DISPOSAL OF REGULATED SUBSTANCES (BDE) Effective: January 1, 2012 Revised: November 2, 2012 Revise Article of the Standard Specifications to read: Description. This work shall consist of the transportation and proper disposal of contaminated soil and water. This work shall also consist of the removal, transportation, and proper disposal of underground storage tanks (UST), their content and associated underground piping to the point where the piping is above the ground, including determining the content types and estimated quantities. Revise Article of the Standard Specifications to read: Contaminated Soil and/or Groundwater Monitoring. The Contractor shall hire a qualified environmental firm to monitor the area containing the regulated substances. The affected area shall be monitored with a photoionization detector (PID) utilizing a lamp of 10.6eV or greater or a flame ionization detector (FID). Any field screen reading on the PID or FID in excess of background levels indicates the potential presence of contaminated material requiring handling as a non-special waste, special waste, or hazardous waste. No excavated soils can be taken to a clean construction and demolition debris (CCDD) facility or an uncontaminated soil fill operation with detectable PID or FID meter readings that are above background. The PID or FID meter shall be calibrated on-site and background level readings taken and recorded daily. All testing shall be done by a qualified engineer/technician. Such testing and monitoring shall be included in the work. The Contractor shall identify the exact limits of removal of non-special waste, special waste, or hazardous waste. All limits shall be approved by the Engineer prior to excavation. The Contractor shall take all necessary precautions. Based upon the land use history of the subject property and/or PID or FID readings indicating contamination, a soil or groundwater sample shall be taken from the same location and submitted to an approved laboratory. Soil or groundwater samples shall be analyzed for the contaminants of concern, including ph, based on the property's land use history or the parameters listed in the maximum allowable concentration (MAC) for chemical constituents in uncontaminated soil established pursuant to Subpart F of 35 Illinois Administrative Code The analytical results shall serve to document the level of soil contamination. Soil and groundwater samples may be required at the discretion of the Engineer to verify the level of soil and groundwater contamination. Samples shall be grab samples (not combined with other locations). The samples shall be taken with decontaminated or disposable instruments. The samples shall be placed in sealed containers and transported in an insulated container to the laboratory. The container shall maintain a temperature of 39 F (4 C). All samples shall be clearly labeled. The labels shall indicate the sample number, date sampled, location and elevation, and any other observations. SP-50

121 FEMA Hazard Mitigation Contract 1935 Demolition Contract The laboratory shall use analytical methods which are able to meet the lowest appropriate practical quantitation limits (PQL) or estimated quantitation limit (EQL) specified in "Test Methods for Evaluating Solid Wastes, Physical/Chemical Methods", EPA Publication No. SW- 846 and "Methods for the Determination of Organic Compounds in Drinking Water", EPA, EMSL, EPA-600/4-88/039. For parameters where the specified cleanup objective is below the acceptable detection limit (ADL), the ADL shall serve as the cleanup objective. For other parameters the ADL shall be equal to or below the specified cleanup objective. Replace the first two paragraphs of Article of the Standard Specifications with the following: Contaminated Soil and/or Groundwater Management and Disposal. The management and disposal of contaminated soil and/or groundwater shall be according to the following: (a) Soil Analytical Results Exceed Most Stringent MAC. When the soil analytical results indicate that detected levels exceed the most stringent maximum allowable concentration (MAC) for chemical constituents in uncontaminated soil established pursuant to Subpart F of 35 Illinois Administrative Code , the soil shall be managed as follows: (1) When analytical results indicate inorganic chemical constituents exceed the most stringent MAC but they are still considered within area background levels by the Engineer, the excavated soil can be utilized within the construction limits as fill, when suitable. Such soil excavated for storm sewers can be placed back into the excavated trench as backfill, when suitable, unless trench backfill is specified. If the soils cannot be utilized within the construction limits, they shall be managed and disposed of off-site as a non-special waste, special waste, or hazardous waste as applicable. (2) When analytical results indicate chemical constituents exceed the most stringent MAC but do not exceed the MAC for a Metropolitan Statistical Area (MSA) County, the excavated soil can be utilized within the construction limits as fill, when suitable, or managed and disposed of off-site as uncontaminated soil at a CCDD facility or an uncontaminated soil fill operation within an MSA County provided the ph of the soil is within the range of , inclusive. (3) When analytical results indicate chemical constituents exceed the most stringent MAC but do not exceed the MAC for an MSA County excluding Chicago, or the MAC within the Chicago corporate limits, the excavated soil can be utilized within the construction limits as fill, when suitable, or managed and disposed of off-site as uncontaminated soil at a CCDD facility or an uncontaminated soil fill operation within an MSA County excluding Chicago or within the Chicago corporate limits provided the ph of the soil is within the range of , inclusive. SP-51

122 FEMA Hazard Mitigation Contract 1935 Demolition Contract (4) When analytical results indicate chemical constituents exceed the most stringent MAC but do not exceed the MAC for an MSA County excluding Chicago, the excavated soil can be utilized within the construction limits as fill, when suitable, or managed and disposed of off-site as uncontaminated soil at a CCDD facility or an uncontaminated soil fill operation within an MSA County excluding Chicago provided the ph of the soil is within the range of , inclusive. (5) When the Engineer determines soil cannot be managed according to Articles (a)(1) through (a)(4) above, the soil shall be managed and disposed of off-site as a non-special waste, special waste, or hazardous waste as applicable. (b) Soil Analytical Results Do Not Exceed Most Stringent MAC. When the soil analytical results indicate that detected levels do not exceed the most stringent MAC but the ph of the soil is less than 6.25 or greater than 9.0, the excavated soil can be utilized within the construction limits or managed and disposed of off-site as uncontaminated soil according to Article However the excavated soil cannot be taken to a CCDD facility or an uncontaminated soil fill operation. (c) Groundwater. When groundwater analytical results indicate the detected levels are above Appendix B, Table E of 35 Illinois Administrative Code 742, the most stringent Tier 1 Groundwater Remediation Objectives for Groundwater Component of the Groundwater Ingestion Route for Class 1 groundwater, the groundwater shall be managed off-site as a special waste. All groundwater encountered within lateral trenches may be managed within the trench and allowed to infiltrate back into the ground. If the groundwater cannot be managed within the trench it must be removed as a special or hazardous waste. The Contractor is prohibited from managing groundwater within the trench by discharging it through any existing or new storm sewer. The Contractor shall install backfill plugs within the area of groundwater contamination. One backfill plug shall be placed down gradient to the area of groundwater contamination. Backfill plugs shall be installed at intervals not to exceed 50 ft (15 m). Backfill plugs are to be 4 ft (1.2 m) long, measured parallel to the trench, full trench width and depth. Backfill plugs shall not have any fine aggregate bedding or backfill, but shall be entirely cohesive soil or any class of concrete. The Contractor shall provide test data that the material has a permeability of less than 10-7 cm/sec according to ASTM D 5084, Method A or per another test method approved by the Engineer. Revise Article of the Standard Specifications to read: Final Environmental Construction Report. At the end of the project, the Contractor will prepare and submit three copies of the Environmental Construction Report on the activities conducted during the life of the project, one copy shall be submitted to the Resident Engineer, one copy shall be submitted to the District's Environmental Studies Unit, and one copy shall be submitted with an electronic copy in Adode.pdf format to the Geologic SP-52

123 FEMA Hazard Mitigation Contract 1935 Demolition Contract and Waste Assessment Unit, Bureau of Design and Environment, IDOT, 2300 South Dirksen Parkway, Springfield, Illinois The technical report shall include all pertinent information regarding the project including, but not limited to: (a) Measures taken to identify, monitor, handle, and dispose of soil or groundwater containing regulated substances, to prevent further migration of regulated substances, and to protect workers, (b) Cost of identifying, monitoring, handling, and disposing of soil or groundwater containing regulated substances, the cost of preventing further migration of regulated substances, and the cost for worker protection from the regulated substances. All cost should be in the format of the contract pay items listed in the contract plans (identified by the preliminary environmental site investigation (PESA) site number), (c) Plan sheets showing the areas containing the regulated substances, (d) Field sampling and testing results used to identify the nature and extent of the regulated substances, (e) Waste manifests (identified by the preliminary environmental site investigation (PESA) site number) for special or hazardous waste disposal, and (f) Landfill tickets (identified by the preliminary environmental site investigation (PESA) site number) for non-special waste disposal. Revise the second paragraph of Article of the Standard Specifications to read: The transportation and disposal of soil and other materials from an excavation determined to be contaminated will be paid for at the contract unit price per cubic yard (cubic meter) for NON- SPECIAL WASTE DISPOSAL, SPECIAL WASTE DISPOSAL, or HAZARDOUS WASTE DISPOSAL SP-53

124 FEMA Hazard Mitigation Contract 1935 Demolition Contract REMOVAL AND DISPOSAL OF SURPLUS MATERIALS (BDE) Effective: November 2, 2012 Revise the first four paragraphs of Article of the Standard Specifications to read: Removal and Disposal of Surplus, Unstable, Unsuitable, and Organic Materials. Suitable excavated materials shall not be wasted without permission of the Engineer. The Contractor shall dispose of all surplus, unstable, unsuitable, and organic materials, in such a manner that public or private property will not be damaged or endangered. Suitable earth, stones and boulders naturally occurring within the right-of-way may be placed in fills or embankments in lifts and compacted according to Section 205. Broken concrete without protruding metal bars, bricks, rock, stone, reclaimed asphalt pavement with no expansive aggregate, or uncontaminated dirt and sand generated from construction or demolition activities may be used in embankment or in fill. If used in fills or embankments, these materials shall be placed and compacted to the satisfaction of the Engineer; shall be buried under a minimum of 2 ft (600 mm) of earth cover (except when the materials include only uncontaminated dirt); and shall not create an unsightly appearance or detract from the natural topographic features of an area. Broken concrete without protruding metal bars, bricks, rock, or stone may be used as riprap as approved by the Engineer. If the materials are used for fill in locations within the right-of-way but outside project construction limits, the Contractor must specify to the Engineer, in writing, how the landscape restoration of the fill areas will be accomplished. Placement of fill in such areas shall not commence until the Contractor s landscape restoration plan is approved by the Engineer. Aside from the materials listed above, all other construction and demolition debris or waste shall be disposed of in a licensed landfill, recycled, reused, or otherwise disposed of as allowed by State or Federal laws and regulations. When the Contractor chooses to dispose of uncontaminated soil at a clean construction and demolition debris (CCDD) facility or at an uncontaminated soil fill operation, it shall be the Contractor s responsibility to have the ph of the material tested to ensure the value is between 6.25 and 9.0, inclusive. A copy of the ph test results shall be provided to the Engineer. A permit shall be obtained from IEPA and made available to the Engineer prior to open burning of organic materials (i.e., plant refuse resulting from pruning or removal of trees or shrubs) or other construction or demolition debris. Organic materials originating within the rightof-way limits may be chipped or shredded and placed as mulch around landscape plantings within the right-of-way when approved by the Engineer. Chipped or shredded material to be placed as mulch shall not exceed a depth of 6 in. (150 mm) SP-54

125 SP-55 FEMA Hazard Mitigation Contract 1935 Demolition Contract

126 SP-56 FEMA Hazard Mitigation Contract 1935 Demolition Contract

127 DATE REVISIONS Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. warning Turning space Detectable Ramp side flare Ramp side flare STANDARD :50 max. B A A 1:50 max. 1:50 max. Added 2' dimension to det. warnings for setbacks greater than 5'. 1 not appl. to int. sidewalks. Rev. gen. notes. Ch'd Upper landing to Turning space. and gutter 1:10 max. Edge of gutter See DETAIL A curb 1:50 max. 1:10 max. Face of roadway PERPENDICULAR CURB RAMPS A Depressed curb and gutter See Sheet 2 for GENERAL NOTES. Lower landing FOR SIDEWALKS 5' (1.52 m) max. setback (Sheet 1 of 2) 5' (1.52 m) max. setback Side curb Turning space 1:50 max. Lower 6' (1.83 m) min. 6' (1.83 m) min. Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. Detectable warning 1:50 max. A landing B 1:50 max. Side curb Depressed curb and gutter Ramp side flare 1:50 max. Face of roadway curb (length not less than 5'-6" between curb ramps preferred) 1:10 max. 1:10 max. Edge of B Crosswalk gutter 6' (1.83 m) min. marking (typ.) B Crosswalk Depressed curb and gutter RAMPS IN LANDSCAPED AREA SETBACK < 5' Depressed curb and gutter 6' (1.83 m) min. RAMPS IN PAVED AREA SETBACK < 5' Turning space Ramp Lower landing Depressed curb Detectable and gutter Turning space warning 1:50 max. 2 1:12 max. See DETAIL A 1:50 max. 2 Ramp Depressed curb 1:12 max. marking (typ.) Detectable warning 1:50 max. 2 SECTION A-A The running slope of the curb ramp shall not 2 SECTION B-B The running slope of the curb ramp shall not require the ramp length to exceed 15' (4.5 m). require the ramp length to exceed 15' (4.5 m). 6 (150) Flush with top of roadway curb and top of sidewalk (13) Variable 2 (50) R Ramp Illinois Department of Transportation PASSED January 1, 2017 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2017 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED DETAIL A Expansion joint Ramp thickness SIDE CURB DETAIL

128 PERPENDICULAR CURB RAMPS FOR SIDEWALKS STANDARD (Sheet 2 of 2) Detectable warning 1:50 max. 1:50 max. 1 Detectable warning C 24 (610) Edge of gutter Ramp side flare Face of roadway curb Ramp side flare RAMP IN PAVED AREA SETBACK > 5' Depressed curb and gutter See DETAIL A 1:50 max. (V:H). 1:10 max. Depressed curb and gutter C Setback greater than 5' (1.52 m) Lower landing Setback greater than 5' (1.52 m) 1:50 max. C C Side curb 1:50 max. 6' (1.83 m) min. 6' (1.83 m) min. Crosswalk marking (typ.) Where the turning space is constrained on a side opposite a ramp, the minimum length of the turning space in the direction of the ramp-run shall be 5' (1.52 m). 24 (910) Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. Sidewalk width 1:50 max. Lower landing 5' (1.52 m) typical, 4' (1.22 m) min. Depressed curb and Crosswalk 1:10 max. gutter marking (typ.) Face of roadway curb Turning space 1 Edge of gutter RAMP IN LANDSCAPED AREA Turning space SETBACK > 5' Turning space 4' (1.22 m) min. 1 Ramp Lower landing Detectable warning GENERAL NOTES All slope ratios are expressed as units of vertical 1:50 max.1:12 max. 2 displacement to units of horizontal displacement 1:50 max. 1 2 SECTION C-C Turning space not required for ramp slopes flatter than 1:20. The running slope of the curb ramp shall not require the ramp length to exceed 15' (4.5 m). Where 1:50 maximum slope is shown, 1:64 is preferred. See Standard for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. Illinois Department of Transportation PASSED January 1, 2017 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2017 ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

129 curb 5'x5' (1.52x1.52 m) typical, 4'x4' Edge of gutter Face of roadway RAMP IN LANDSCAPED AREA RAMP IN PAVED AREA Changed 'Upper landing' to 'Turning space'. Added note reg. const. turning space. Depressed curb and gutter 24 min. (610) 24 (610) min. 24 (610) min. Crosswalk marking (typ.) Clear space 4'x4' (1.22x1.22 m) min. GENERAL NOTES This Standard shall only be used for curb radii of 20 ft. (6.1 m) or greater. Where the turning space is constrained on a side opposite a ramp, the minimum length of the turning space in the direction of the ramp-run shall be 5' (1.52 m). Where 1:50 maximum slope is shown, 1:64 is preferred. (V:H). See Standard for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. DIAGONAL CURB RAMPS FOR SIDEWALKS STANDARD Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. A Turning space 5'x5' (1.52x1.52 m) typical, 4'x4' (1.22x1.22 m) min. Turning space 1:50 max. flare A A 1:50 max. (1.22x1.22 m) min. Ramp side flare 1:50 max. 1:10 max. 1:10 max. Ramp width 5' (1.52 m) typical, 4' (1.22 m) min. Side curb 1:50 max. Crosswalk marking (typ.) Depressed curb and Ramp width 5' (1.52 m) typical, 4' (1.22 m) min. Detectable warning gutter Detectable warning A Clear space 4'x4' (1.22x1.22 m) min. Ramp side 24 (610) min. 24 min. (610) Face of roadway curb 24 (610) min. Edge of gutter 6 Turning space Ramp and gutter (150) Flush with top of roadway curb and top of sidewalk Detectable warning Depressed curb Variable 2 (50) R Ramp 1:50 max. 1 1:12 max. All slope ratios are expressed as units of vertical displacement to units of horizontal displacement Ramp thickness SIDE CURB DETAIL (13) 1 SECTION A-A The running slope of the curb ramp shall not require the ramp length to exceed 15' (4.5 m). See DETAIL A Expansion joint DATE REVISIONS Illinois Department of Transportation PASSED January 1, 2015 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2015 ISSUED DETAIL A ENGINEER OF DESIGN AND ENVIRONMENT Revised General Notes.

130 DATE REVISIONS Side curb where required Detectable warning Turning space 1:50 max. See DETAIL A Variable Ramp SECTION B-B thickness include 24 (610) buffer behind curb. Changed 'Lower landing' to 'Turning space'. Added x-walk markings. Added note 2. 6 (150) Depressed curb 2 (50) R and gutter Flush with top of roadway curb and top of sidewalk Ramp SIDE CURB DETAIL GENERAL NOTES All slope ratios are expressed as units of vertical (V:H). Where the turning space is constrained on a side opposite a ramp, the minimum length of the turning space in the direction of the ramp-run shall be 5' (1.52 m). Where 1:50 maximum slope is shown, 1:64 is preferred. See Standard for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. CORNER PARALLEL CURB RAMPS FOR SIDEWALKS STANDARD :50 max. (13) A 1:50 max. A Sidewalk width > 7' (2.13 m) typical, pedestrian access route width 4' (1.22 m) min. 1:50 max. Side curb where required Upper landing 1 Upper landing 1 Turning space 5'x5' (1.52x1.52 m) typical, 4'x4' (1.22x1.22 m) min. Detectable warning B Crosswalk marking (typ.) 1:50 max. 1:50 max. Depressed curb and gutter B Clear space 4'x4' (1.22x1.22 m) min. DETAIL A Expansion joint Face of roadway curb Edge of gutter CORNER PARALLEL CURB RAMP Upper landing 1 Ramp Turning space Ramp Upper landing 1 4' (1.22 m) min. 4' (1.22 m) min. displacement to units of horizontal displacement 1:50 max. 2 1:50 max. 2 1:12 max. 1:12 max. 1:50 max. 1 2 SECTION A-A Upper landing(s) not required for ramp slopes flatter than 1:20. The running slope of the curb ramp shall not require the ramp length to exceed 15' (4.5 m). Illinois Department of Transportation Revised sidewalk width to PASSED January 1, 2017 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2017 ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

131 1:10 max. Depressed curb and gutter Depressed curb and gutter 1:50 max. C 1:50 max. C 6' (1.83 m) min. Turning space 5'x5' (1.52x1.52 m) typical, 4'x4' (1.22x1.22 m) min. Side curb in landscaped areas Face of roadway curb Edge of gutter PERPENDICULAR MID-BLOCK CURB RAMP (V:H). 1:50 max. typical Upper landing, 4' (1.22 m) min. 1 Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. Sidewalk Where the turning space is constrained on a side opposite a ramp, the minimum length of the turning space in the direction of the ramp-run shall be preferred. Face of building, Face of side curb, where applicable B Turning space when required 1:50 max. 1:50 max. 1:50 max. Detectable warning A A 5' (1.52 m) typical 4' (1.22 m) minimum 1:50 max. 1:50 max. Sidewalk width > 7' (2.13 m) typical, pedestrian access route width 4' (1.22 m) min. Detectable warning Ramp side flare in paved areas 1 Upper landing Crosswalk marking (typ.) Depressed B 6' (1.83 m) min. Face of roadway curb Edge of gutter Upper landing 1 curb and gutter PARALLEL MID-BLOCK CURB RAMP Crosswalk marking (typ.) Sidewalk Upper landing, 4' (1.22 m) min. 1 Ramp Turning space, 4' (1.22 m) min. Ramp Detectable 1:50 max. 2 1:12 max. warning 2 1:12 max. 1:50 max. Side curb where required Detectable 1 SECTION A-A Upper landing(s) not required for ramp slopes flatter than 1:20. warning 2 The running slope of the curb ramp shall not Turning space Depressed curb require the ramp length to exceed 15' (4.5 m). and gutter 1:50 max. See DETAIL A Upper landing Ramp GENERAL NOTES All slope ratios are expressed as units of vertical displacement to units of horizontal displacement Detectable warning SECTION B-B 1:50 max. 2 1:12 max. See DETAIL A 5' (1.52 m). Where 1:50 maximum slope is shown, 1:64 is Illinois Department of Transportation PASSED January 1, 2017 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2017 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED Flush with top of (150) roadway curb and top of sidewalk 2 (50) R Variable Ramp Ramp thickness SIDE CURB DETAIL SECTION C-C DETAIL A (13) DATE REVISIONS Revised sidewalk width to MID-BLOCK CURB include 24 (610) buffer Expansion joint RAMPS FOR SIDEWALKS behind curb Widened crosswalk markings to 6' (1.83 m) min. inside dimension. Rev. Gen. Notes. See Standard for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. STANDARD

132 DATE REVISIONS Depressed corner 1:50 max. Detectable warning SECTION B-B Added note 2. 1:50 max. Revised sidewalk width. Revised gen. notes to limit Depressed curb and gutter See DETAIL A GENERAL NOTES This standard shall only be used for curb radii of 6 ft. (1.83 m) or greater. All slope ratios are expressed as units of vertical displacement to units of horizontal displacement (V:H). Where 1:50 maximum slope is shown, 1:64 is preferred. See Standard for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. DEPRESSED CORNER FOR SIDEWALKS STANDARD A Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. Upper landing 1 full width of sidewalk by 4' (1.22 m) min. 1:50 max. Side curb where required Face of roadway curb Side curb where required 1:50 max. Edge of gutter B Side curb 1:50 max. 1:50 max. A Detectable warning 1:50 max. Depressed curb and gutter Depressed corner B 1 Upper landing full width of sidewalk by 4' (1.22 m) min. DEPRESSED CORNER Sidewalk Upper landing 1 Ramp Depressed corner Ramp Upper landing 1 Sidewalk 1:50 max. 2 1:12 max. 1:50 max. 2 1:12 max. 1 2 SECTION A-A Upper landing(s) not required for ramp slopes flatter than 1:20. The running slope of the curb ramp shall not require the ramp length to exceed 15' (4.5 m). (13) 6 (150) Flush with top of roadway curb and top of sidewalk Expansion joint Variable 2 (50) R Ramp Illinois Department of Transportation PASSED January 1, 2015 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2015 ISSUED DETAIL A Ramp thickness SIDE CURB DETAIL ENGINEER OF DESIGN AND ENVIRONMENT curb rad. to 6' (1.83 m) min.

133 ENTRANCE / ALLEY PEDESTRIAN CROSSING SECTION B-B DATE REVISIONS Side curb in landscaped areas Face of roadway curb, typical Entrance or alley return Varies Revised General Notes. Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. GENERAL NOTES All slope ratios are expressed as units of vertical displacement to units of horizontal displacement (V:H). Where 1:50 maximum slope is shown, 1:64 is preferred. All dimensions are in inches (millimeters) unless otherwise shown. ENTRANCE / ALLEY PEDESTRIAN CROSSINGS STANDARD Upper landing Entrance or alley 1 Detectable Detectable Upper landing 1 warning 2 B warning Detectable warning shall only be installed at entrances/alleys with permanent traffic control devices (i.e. stop signs, signals). Where possible, maintain the grade of the sidewalk across the entrance/alley to avoid the need for ramps and upper landings. 1:50 max. 1:50 max. A A 1:10 max. 1:50 max. 5' (1.52 m) typ. 4' (1.22 m) min. 1:20 max. 1:50 max. 1:50 max. Ramp side flare in paved areas Pedestrian crossing B Entrance or alley return Edge of roadway Sidewalk Upper landing, 4' (1.22 m) min. 1 Ramp, 15' (4.57 m) max. 3 Detectable Entrance or alley Entrance or alley Pedestrian crossing warning 2 Varies 1:50 max. 1:50 max. 1:12 max. See DETAIL A 1 flatter than 1:20. SECTION A-A Upper landing not required for ramp slopes 6 (150) Flush with top of roadway curb and top of sidewalk (13) Variable 2 (50) R Ramp Illinois Department of Transportation Ramp thickness PASSED January 1, 2013 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2013 ISSUED DETAIL A Expansion joint SIDE CURB DETAIL New standard. ENGINEER OF DESIGN AND ENVIRONMENT

134 Slope 6% *3'-0'' (1.0 m) 7 (175) Drainage casting without curb box Back of curb 12 (300) (typ.) *3'-0'' (1.0 m) min. joint filler. Expansion cap Full depth & width 1 (25) - thick (min.) preformed expansion 18 (450) long dowel bar (placed at mid-depth). 1 (25) min Doweled contraction joint (Placed in prolongation with pavement joints) construction option: Form with (3) thick steel template 2 (50) deep, and seal. Saw at 4 to 24 hours, and seal. 2-No. 4 (No. 13) bars placed at mid-depth (when space permits) 2-No. 4 (No. 13) bars with 2 (50) min. cl. 2-No. 4 (No. 13) bars placed at mid-depth (when space permits) 18 (450) long dowel bars Short radius curve Drainage casting (Such as entrances, with curb box side streets and Construction Curb Back of curb ramp returns). joint box Contraction A joint A A A A 12 (300) 12 (300 (typ.) min. * This dimension shall be 3 (75) * 12 (300) min. * 3'-0'' * 3'-0'' adjusted to align with joint on the adjacent pavement 15'-0" (4.5 m) 15'-0" (4.5 m) 15'-0" (4.5 m) Edge of pavement (1.0 m) min. (1.0 m) min. Pavement expansion joint with (or without) dowels Pavement Gutter flag width as required for curb type. t 1 (40) Pavement ~ Tie bar Gutter flag width as required for curb type. Slope 5% max. A B C ~ Pavement Slope 6% R1 Tie bar t D t 7 (175) DEPRESSED CURB ADJACENT TO CURB RAMP ACCESSIBLE TO THE DISABLED GENERAL NOTES DETAIL A EXPANSION JOINT The bottom slope of combination curb and gutter constructed adjacent to pcc pavement shall be the same slope as the subbase or 6% when subbase is omitted. t = Thickness of pavement. Longitudinal joint tie bars shall be No. 6 (No. 19) at 24 (600) centers in accordance with details for longitudinal construction joint shown on Standard A minimum clearance of 2 (50) between the end of the tie bar and the back of the curb shall be maintained. The dowel bars shown in contraction joints will only be required for monolithic construction. See Standard for details of corner islands. All dimensions are in inches (millimeters) unless otherwise shown. CONCRETE CURB TYPE B AND COMBINATION CONCRETE CURB AND GUTTER STANDARD (13) (Sheet 1 of 2) PLAN ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE A B C Pavement Slope 6% R1 D ~ t ~ DEPRESSED CURB (TYPICAL) HMA surfacing Tie bar Tie bar 3 (75) min. (6) Slope 6% Mountable curb shown (other types permitted) BARRIER CURB MOUNTABLE CURB TABLE OF DIMENSIONS TABLE OF DIMENSIONS BARRIER CURB MOUNTABLE CURB TYPE A B C D R 1 TYPE A B C D R 1 R 2 PCC base Tie bar course 9 (225) when PCC base course 8 (200) 10 (250) when PCC base course 8 (200) B * (B-15.15) (150) (25) B-6.12 (B-15.3) 12 1 (300) (25) (150) (150) 6 (150) (150) 1 (25) 1 (25) M-2.06 (M-5.15) M-2.12 (M-5.30) (150) (50) (100) (50) (300) (50) (100) (50) 3 (75) 3 (75) 2 (50) 2 (50) ADJACENT TO PCC BASE COURSE WITH HMA SURFACING B-6.18 (B-15.45) B-6.24 (B-15.60) B-9.12 (B-22.30) B-9.18 (B-22.45) 18 (450) (25) (150) (150) (25) 24 (600) (25) (150) (150) (25) 12 (300) (50) (125) (225) (25) (450) (50) (125) (225) (25) M-4.06 (M-10.15) M-4.12 (M-10.30) M-4.18 (M-10.45) M-4.24 (M-10.60) (150) (100) (75) (100) (75) (300) (100) (75) (100) (75) (450) (100) (75) (100) (75) (600)(100) (75) (100) (75) NA NA NA NA Pavement B A R1 Slope 2% C t D B (B-22.60) (600) (50) (125) (225) (25) For corner islands only. * M-6.06 (M-15.15) M-6.12 (M-15.30) (150) (150) (50) (150) (50) (300) (150) (50) (150) (50) NA NA ~ R2 PASSED Illinois Department of Transportation ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, January 1, ISSUED M-6.18 (M-15.45) M-6.24 (M-15.60) (450) (150) (50) (150) (50) (600) (150) (50) (150) (50) NA NA Tie bar M-2.06 (M-5.15) and M-2.12 (M-5.30) ENGINEER OF DESIGN AND ENVIRONMENT DATE REVISIONS Added B-6.06 (B-15.15) barrier curb and gutter to table (corner islands only) Added general note regarding requirement for dowel bars.

135 Pavement CONCRETE CURB AND GUTTER STANDARD (Sheet 2 of 2) PT A Short radius curve Contraction joints 2-No. 4 (No. 13) bars placed at mid-depth (when space permits) Drainage casting with curb box Back of curb at 25'-0'' (7.6 m) A max. cts. (typ.) A A 12 (300) (typ.) PC 5'-0" (1.5 m) 5'-0" (1.5 m) Edge of pavement Undoweled contraction joint (typ.) construction options: Form with (3) thick steel template 2 (50) deep, and seal. Saw 2 (50) deep at 4 to 24 hours, and seal. Insert ƒ (20) thick preformed joint filler full depth and width. Construction joint 2-No. 4 (No. 13) bars with 2 (50) min. cl. Drainage casting without curb box 2-No. 4 (No. 13) bars Back of curb placed at mid-depth (when space permits) A A 12 (300) (typ.) 5'-0" (1.5 m) 5'-0" (1.5 m) Edge of pavement Mountable curb shown (other types permitted) HMA surfacing t 9 (225) min. t 9 (225) min. (6) (6) t Pavement ~ 7 (175) 13 (340) 1 (40) Pavement B C DEPRESSED CURB BARRIER CURB ADJACENT TO FLEXIBLE PAVEMENT 7 (175) Tie bar DEPRESSED CURB t 1 (40) Pavement CONCRETE CURB TYPE B ~ R1 B 18 (450) D C R1 D A PLAN Tie bar HMA surfacing BARRIER CURB Base course Base course ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE Illinois Department of Transportation ADJACENT TO FLEXIBLE PAVEMENT CONCRETE CURB TYPE B AND COMBINATION PASSED January 1, 2015 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1, 2015 ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

136 W20-7(O) Revised flagger sign. Switched units to English (metric). SIGN SPACING Posted Speed Sign Spacing <45 500' (150 m) 350' (100 m) 200' (60 m) 1 = Refer to SIGN SPACING table for distances. ONE LANE ROAD AHEAD W20-4(0)-48 All dimensions are in inches (millimeters) unless otherwise shown. LANE CLOSURE, 2L, 2W, SHORT TIME OPERATIONS STANDARD ' (30 m) min. For any operation that encroaches in the area between the centerline and a line 24 (600) outside the edge of the pavement for a period of less than 15 minutes. 100' (30 m) min. 24 (600) Vehicle with dual flashers or flashing amber dome light operating. For any operation that is more than 24 (600) outside the edge of the pavement for a period of less than 60 minutes. 24 (600) Vehicle with dual flashers or flashing amber dome light operating. For any operation that encroaches in the area between the centerline and a line 24 (600) outside the edge of the pavement for a period in excess of 15 minutes but less than 60 minutes. 100' (30 m) min ' (30 m) 24 (600) min. ONE LANE ROAD AHEAD W20-4(0)-48 W20-7(O)-48 Illinois Department of Transportation APPROVED January 1, 2011 APPROVED January 1, 2011 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED TYPICAL APPLICATIONS SYMBOLS Marking patches Work area DATE REVISIONS Field survey String line Sign on portable or permanent support Utility operations Cleaning up debris on pavement Flagger with traffic control sign ENGINEER OF SAFETY ENGINEERING

137 Type lll barricades ROAD CLOSED AHEAD DATE REVISIONS 2 2 W20-3(0)-48 Revised flagger sign. Switched units to English (metric). Corrected sign No.'s. W20-7(O)-48 min ' (30 m) W20-4(0)-48 Type l or Type ll barricades 1 ONE LANE ROAD AHEAD W20-1(0)-48 GENERAL NOTES Or W20-I103(0)-48 URBAN LANE CLOSURE, 2L, 2W, UNDIVIDED STANDARD ROAD WORK AHEAD ROAD CONSTRUCTION AHEAD 4 3 Type l or Type ll Barricades One way / one lane operation I I I I ' (30 m) max. ROAD CLOSED ROAD WORK AHEAD Or W20-1(0)-48 For maintenance and utility ONE LANE ROAD AHEAD W20-4(0) ' (60 m) R11-2 ROAD CONSTRUCTION projects W20-I103(0)-48 W20-7(O)-48 ROAD CONSTRUCTION AHEAD For contract construction W20-I103(0)-48 AHEAD Or ROAD WORK W20-1(0)-48 projects AHEAD SIGN SPACING Posted Speed Sign Spacing SYMBOLS <45 500' (150 m) 350' (100 m) 200' (60 m) Work area Cone, drum or barricade (not required for moving operations) 1 2 Refer to SIGN SPACING TABLE for distances. For approved sideroad closures. I 3 Cones at 25' (8 m) centers for 250' This Standard is used where at any time, day or Sign on portable or permanent support (75 m). Additional cones may be placed night, any vehicle, equipment, workers or their at 50' (15 m) centers. When drums or activities Flagger with traffic control sign Type I or Type II barricades are encroach on the pavement requiring the closure used. the interval between devices of one traffic lane in an urban area. may be doubled. Barricade or drum with flashing light All dimensions are in inches (millimeters) 4 Cones, drums or barricades at unless otherwise shown. Type III barricade with flashing lights 20' (6 m) centers. Illinois Department of Transportation APPROVED January 1, 2011 APPROVED January 1, 2011 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED ENGINEER OF SAFETY ENGINEERING

138 Type l or Type ll barricades DATE REVISIONS Renamed standard. Moved case on Sheet 2 to new Highway Standard. Revised workers sign number to agree with current MUTCD. Width of offset in feet (meters). Normal posted speed mph (km/h). GENERAL NOTES This Standard is used where at any time, day or night, any vehicle, equipment, workers or their activities encroach on the pavement requiring the closure of one traffic lane in an or greater: W = S = All dimensions are in inches (millimeters) unless otherwise shown. URBAN SINGLE LANE CLOSURE, MULTILANE, 2W WITH MOUNTABLE MEDIAN STANDARD ROAD I I Or ROAD CONSTRUCTION AHEAD WORK AHEAD W20-1(0)-48 For maintenance RIGHT LANE L 2 W20-I103(0)-48 CLOSED For construction W20-5(0)-48 AHEAD W21-1(0)-48 Or 3 W20-7(O)-48 1 Refer to SIGN SPACING TABLE for distances. SIGN SPACING Calculate L as follows: SPEED LIMIT FORMULAS Posted Speed Sign Spacing 3 Use flagger sign only when flagger is ' (150 m) present ' (100 m) Arrow board <45 200' (60 m) 4 Cones at 25' (8 m) centers for 250' English (Metric) Cone, drum or barricade (75 m). Additional cones may be placed Sign on portable or permanent support Work area SYMBOLS 2 Required for speeds > 40 mph. at 50' (15 m) centers. When drums or Type I or Type II barricades are used, the interval between devices may be doubled. Urban area. 40 mph (70 km/h) or less: 45 mph (80 km/h) WS 2 L= L= 60 2 WS 150 L=(W)(S) L=0.65(W)(S) I Barricade or drum with flashing light 5 Cones, drums or barricades at Flagger with traffic control sign. 20' (6 m) centers in taper. Illinois Department of Transportation APPROVED January 1, ENGINEER OF SAFETY ENGINEERING APPROVED January 1, ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

139 DATE REVISIONS Omitted orange safety fence from standard as this is covered in the std. spec. Added SIDEWALK DIVERSION. Modified appearance of plan views. Renamed Std. 1 Omit whenever duplicated by road work traffic control. GENERAL NOTES This Standard is used where, at any time, pedestrian traffic must be rerouted due to work being performed. This Standard must be used in conjunction with other Traffic Control & Protection Standards when roadway traffic is affected. Temporary facilities shall be detectable and accessible. The temporary pedestrian facilities shall be provided on the same side of the closed facilities whenever possible. The SIDEWALK CLOSED / USE OTHER SIDE sign shall be placed at the nearest crosswalk or intersection to each end of the closure. Where the closure occurs at a corner, the signs shall be erected on the corners across the street from the closure. The SIDEWALK CLOSED signs shall be used at the ends of the actual closures. Type lll barricades and R signs shall be positioned as shown in "ROAD CLOSED TO ALL TRAFFIC" detail on Standard All dimensions are in inches (millimeters) unless otherwise shown. SIDEWALK, CORNER OR CROSSWALK CLOSURE STANDARD (Sheet 1 of 2) Parking space, typical 25' (8 m) Spacing 4' min. (1.2 m) 1 ROAD CONSTRUCTION AHEAD W20-I103(0)-48 for contract construction projects Or 1 ROAD WORK W20-1(0)-48 for AHEAD maintenance and utility projects SIDEWALK DIVERSION SYMBOLS Work area Sign on portable or permanent support Barricade or drum 10' (3 m) Spacing Cone, drum or barricade Type lll barricade Detectable pedestrian channelizing barricade 1 ROAD CONSTRUCTION AHEAD W20-I103(0)-48 for contract construction projects SIDEWALK SIDEWALK CLOSED SIDEWALK Or CLOSED R11-I CLOSED Illinois Department of Transportation 1 ROAD WORK AHEAD W20-1(0)-48 for maintenance and utility USE OTHER USE OTHER SIDE SIDE R11-I R11-I projects APPROVED April 1, ENGINEER OF SAFETY ENGINEERING APPROVED April 1, ISSUED SIDEWALK CLOSURE ENGINEER OF DESIGN AND EVIRONMENT

140 1 1 SIDEWALK CLOSED USE OTHER SIDE R11-I ROAD CONSTRUCTION AHEAD ROAD WORK AHEAD Or W20-I103(0)-48 for contract construction projects W20-1(0)-48 for maintenance and utility projects (Sheet 2 of 2) SIDEWALK CLOSED USE OTHER SIDE R11-I ' (3 m) Spacing 1 ROAD CONSTRUCTION AHEAD W20-I103(0)-48 for contract construction projects SIDEWALK CLOSED Or SIDEWALK CLOSED R11-I SIDEWALK CLOSED 1 ROAD WORK AHEAD W20-1(0)-48 for maintenance and utility USE OTHER SIDE R11-I R11-I projects CORNER CLOSURE SIDEWALK CLOSED USE OTHER SIDE SIDEWALK R11-I CLOSED 1 USE OTHER SIDE R11-I R R Illinois Department of Transportation ROAD CLOSED AHEAD SIDEWALK, CORNER OR APPROVED April 1, ENGINEER OF SAFETY ENGINEERING APPROVED April 1, ISSUED CROSSWALK CLOSURE R20-3(O)-48 CROSSWALK CLOSURE STANDARD ENGINEER OF DESIGN AND EVIRONMENT

141 24 (600) DATE REVISIONS * ( ) 28 (700) 4' (1.2 m) min. 24 (600) min. 36 (900) 18 (450) min. Orange 5' (1.5 m) min. 8 (200) 36 (900) (100) 4 (100) 4 (100) * BARRICADE 36 (900) 12 (300) DRUM 12 pavement surface. (300) unless otherwise shown. 4-6 ( ) DIRECTION INDICATOR VERTICAL BARRICADE Changed FLEXIBLE DELINEATOR to TUBULAR MARKER. Add dim's to barricades. Rev. note for post mnt. signs. Rev. cone dtls. Add W12-I ( ) * GENERAL NOTES All heights shown shall be measured above the All dimensions are in inches (millimeters) TRAFFIC CONTROL DEVICES 6 (150) 6 (150) STANDARD (Sheet 1 of 3) 8-12 ( ) 4 (100) 3 (75) min. VERTICAL PANEL POST MOUNTED 6 (150) 6 (150) * * * 4 (100) 4 (100) * 4 (100) 4 (100) 8-12 ( ) 4' (1.2 m) min. TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE * 36 (900) min. 4' (1.2 m) min. 2 (50) max ( ) 36 (900) min. 36 (900) min ( ) 8-12 ( ) ( ) 4 (100) 2 (50) ( ) 4 4 (100) (100) 6 (150) 3-4 (75-100) Orange Posted speed < 45 mph Posted speed > 45 mph Orange CONE FOR DAYTIME REFLECTORIZED CONE FOR NIGHTTIME TUBULAR MARKER 24 (600) min. 24 (600) min. 6 (150) 6 (150) Warning lights (if required) * Illinois Department of Transportation APPROVED January 1, 2017 ENGINEER OF OPERATIONS APPROVED January 1, 2017 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED DETECTABLE PEDESTRIAN CHANNELIZING BARRICADE

142 SIGN (IF SPECIFIED) 18x18 (450x450) Orange flags ROAD CONSTRUCTION NEXT X MILES ject limits. Dual sign displays shall be utilized on multiwithin 2 miles (3200 m). lane highways. END CONSTRUCTION This signing is required for all projects 2 miles (3200 m) or more in length. ROAD CONSTRUCTION NEXT X MILES sign shall be placed 500' (150 m) in advance of pro- END CONSTRUCTION sign shall be erected at the end of the job unless another job is 6' - 12' ** (1.8 m m) Edge of pavement Metal or wood post 4' (1.2 m) rural 6' (1.8 m) urban 5' (1.5 m) min. rural 7' (2.1 m) min. urban Edge of pavement or face of curb 12 (300) min. *** Elevation of edge of pavement Elevation of edge of pavement 5' (1.5 m) min. embedment ** When curb or paved shoulder are present this dimension shall be 24 (600) to the face of curb or 6' (1.8 m) to the outside edge of the paved shoulder. *** 24 (600) 5 (125) 7 (175) MAX WIDTH XX'- XX" X MILES AHEAD 8 (200) Federal series C 7 (180) Federal series B STOP SLOW 5 (125) 3 (90) 4 (100) 24 (600) 5 (125) 7 (175) **** G20-I104(0)-6036 G20-I105(0)-6024 WORK LIMIT SIGNING WORK ZONE SPEED LIMIT ENFORCED $XXX FINE MINIMUM END WORK ZONE SPEED LIMIT W21-Ill5(0)-3618 R R10-I108p-3618 **** R2-I106p-3618 G20-I103(0)-6036 Warning light (if required) 24-10' (600-3 m) 8' (2.4 m) min. SIGNS ON TEMPORARY SUPPORTS POST MOUNTED SIGNS When work operations exceed four days, this dimension shall be 5' (1.5 m) min. If located behind other devices, the height shall be sufficient to be seen completely above the devices. HIGH LEVEL WARNING DEVICE XX PHOTO (513) (400) (15) 1 (40) R. Sign assembly as shown on Standards or as allowed by District Operations. This sign shall be used when the above sign assembly is used. W12-I WIDTH RESTRICTION SIGN XX'-XX" width and X miles are variable. 6' - 7' (1.8 m m) HIGHWAY CONSTRUCTION SPEED ZONE SIGNS R10-I108p shall only be used along roadways under the juristiction of the State. FRONT SIDE REVERSE SIDE TRAFFIC CONTROL Illinois Department of Transportation APPROVED January 1, 2017 ENGINEER OF OPERATIONS APPROVED January 1, 2017 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED DEVICES FLAGGER TRAFFIC CONTROL SIGN (Sheet 2 of 3) STANDARD

143 25' (8 m) 200 (60 m) 25' (8 m) 200 (60 m) (1.5 m) 25' (8 m) 200 (60 m) (8 m) SECTION A-A TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS 5' 25' Construction advance warning signs TRAFFIC CONTROL DEVICES STANDARD (Sheet 3 of 3) 24 (600) A 8' (2.4 m) min. 24 (600) min. 4' (1.2 m) min. 5' (1.5 m) min. 6' (1.8 m) min. 7' (2.1 m) min. 7' (2.1 m) min. 30 (750) min. 4' (1.2 m) min. 3 (90) Weep holes A PLAN Traffic TYPE A TYPE B TYPE C 1ƒ (45) Face may be stepped or smooth ROOF MOUNTED ROOF OR TRAILER MOUNTED TRAILER MOUNTED Traffic Epoxy channels 3 (90) Type A flasher 6 (150) max. 6 (150) max. ROAD CLOSED R (150) max. 30' (9.1 m) min. 100' (30 m) max. (13) ARROW BOARDS 12 (300) min. Edge of shoulder Pavement ROAD CLOSED TO ALL TRAFFIC Type A flasher 12 (300) min. R11-4 Reflectorized striping may be omitted on the back side of the barricades. If a Type III barricade with an attached sign panel which meets NCHRP 350 is not available, the sign may be mounted on an NCHRP 350 temporary sign support directly in front of the barricade. ROAD CLOSED TO THRU TRAFFIC ROAD CLOSED TO THRU TRAFFIC Pavement ROAD CLOSED TO THRU TRAFFIC Illinois Department of Transportation APPROVED January 1, 2017 ENGINEER OF OPERATIONS APPROVED January 1, 2017 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED TYPICAL APPLICATIONS OF TYPE III BARRICADES CLOSING A ROAD Reflectorized striping shall appear on both sides of the barricades. If a Type III barricade with an attached sign panel which meets NCHRP 350 is not available, the signs may be mounted on NCHRP 350 temporary sign supports directly in front of the barricade.

144 Edge of pavement DATE REVISIONS As specified DIVIDED UNDIVIDED Edge of pavement Edge of pavement 4 (100) 2 (50) 4 (100) Yellow 4 (100) White 10' (3.05 m) 30' (9.15 m) Yellow 7 (180) 1 (40) 4 (100) 30' (9.15 m) 10' (3.05 m) White White As specified 2 (50) 4 (100) Std. R MULTI LANE 8' (2.4 m) or as directed by the Engineer. 12 (300) 16 6' Lane ~ Added symbols. Revised (1.8 m) (400) bike symbol. Revised note for stop line at RR crossing. Added bike symbol. Renamed 'LANE DROP ARROW' detail to 'LANE-REDUCTION ARROW'. 20' (6.1 m) 4 2 (50) All dimensions are in inches (millimeters) (100) unless otherwise shown. TYPICAL PAVEMENT MARKINGS STANDARD (100) 7 4 (100) (180) (Sheet 1 of 3) 2 LANE LANE AND EDGE LINES Approximately 15' (4.5 m) from nearest rail or 8' (2.4 m) back from gate, if present. Stop line placed perpendicular to center line. 24 (600) 24 (600) 24 (600) 24 (600) 10' (3.05 m) 25' (7.6 m) 25' (7.6 m) 50' (15.2 m) As directed by the Engineer. NOTES The transverse spread of the "X" may vary according to lane width. On multi-lane roads, the stop lines shall extend across all approach lanes and separate RXR symbols shall be placed adjacent to each other in each lane. When the pavement marking symbol is used, a portion of the symbol should be located directly adjacent to the Advance Warning Sign (W10-1) as placed by Table 2C-4, Condition B of the MUTCD. Illinois Department of Transportation PAVEMENT MARKINGS AT RAILROAD-HIGHWAY GRADE CROSSING APPROVED January 1, ENGINEER OF OPERATIONS APPROVED January 1, ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

145 a a Legend Height The space between adjacent letters or Arrow Size 6' (1.8 m) Small 2.9 (74) 8' (2.4 m) Large 3.8 (96) numerals should be approximately 3 (75) for 6' (1.8 m) legend and 4 (100) for 8' (2.4 m) legend. LETTER AND ARROW GRID SCALE a Illinois Department of Transportation TYPICAL PAVEMENT APPROVED January 1, ENGINEER OF OPERATIONS APPROVED January 1, ISSUED MARKINGS STANDARD (Sheet 2 of 3) ENGINEER OF DESIGN AND ENVIRONMENT

146 SYMBOL 36 (914) INTERNATIONAL SYMBOL OF ACCESSILITY 3'-4" (1.0 m) BIKE SYMBOL TYPICAL PAVEMENT MARKINGS Smal size: urban Large size: rural 20' (6 m): urban Direction of View 4' (1.2 m) 10' (3 m) 50' (15 m): rural (Between arrow and word or between words) 24 (600) 5'-9" (1.75 m) 33 (838) 33 (838) 20 Edge of Pavement 24 9' 8' (600) (2.7 m) (2.4 m) WORD AND ARROW LAYOUT 8 (200) 10' (3 m) 30 (750) 8 (200) 6'-0" (1.8 m) STANDARD (Sheet 3 of 3) 6' (1.8 m): urban 8' (2.4 m): rural 6'-0" (1.8 m) 3'-4" (1.02 m) 6'-0" (1.8 m) 6'-0" (1.8 m) 3'-5" (1.04 m) (Arrow is optional.) LANE-REDUCTION ARROW Right lane-reduction arrow shown. Use mirror image for left lane. 3'-4" (1.0 m) SHARED LANE 30 (750) 16'-6" (5 m) WRONG WAY ARROW Illinois Department of Transportation APPROVED January 1, ENGINEER OF OPERATIONS APPROVED January 1, ISSUED ENGINEER OF DESIGN AND ENVIRONMENT

147 PRUNING FOR SAFETY AND EQUIPMENT CLEARANCE LIMBS TO BE REMOVED SHEET NO. 1 OF 1 SHEETS STA. TO STA. F.A.. RTE. FED. ROAD DIST. NO. 1 SECTION COUNTY BM-20 ILLINOIS FED. AID PROJECT TOTAL SHEETS CONTRACT NO. SHEET NO. LIMBS TO BE REMOVED TYPICAL (SHOULDER VARIES) 1 FILE NAME = W:\diststd\22x34\bm20.dgn USER NAME = gaglianobt DESIGNED DRAWN - - REVISED - REVISED - R. BORO STATE OF ILLINOIS PLOT SCALE = / IN. PLOT DATE = 1/4/2008 CHECKED DATE - - REVISED REVISED - - DEPARTMENT OF TRANSPORTATION SCALE: NONE

148 tc13.dgn 4/13/2016 2:04:04 PM User=footemj ONLY ONLY ONLY ONLY ONLY RAISED ISLAND RAISED ISLAND 45 8 (200) WHITE 2 (50) 2 (50) 4 (100) 5 (125) ON FREEWAYS SAME AS LINE BEING EXTENDED 4 (100) 6 (150) LINE; FULL SIZE LETTERS & SYMBOLS (8' (2.4m)) 4 (100) EACH DIRECTION 8' (2.4m) LEFT ARROW 6 (150) (600) 4 (100) WITH 12 (300) 45 NO DIAGONALS USED FOR 4' (1.2 m) WIDE MEDIANS 8 (200) WITH 12 (300) (600) TRANSVERSE LINES; "RR" IS 6' (1.8 m) LETTERS; 16 (400) LINE FOR "X" DISTRICT ONE PATTERN COLOR SKIP-DASH SOLID SOLID SOLID SKIP-DASH SKIP-DASH SKIP-DASH SOLID SOLID SKIP-DASH AND SOLID IN PAIRS SOLID SOLID SOLID YELLOW YELLOW YELLOW YELLOW WHITE WHITE SAME AS LINE BEING EXTENDED YELLOW-LEFT WHITE-RIGHT WHITE SEE TYPICAL TURN LANE MARKING DETAIL YELLOW WHITE WHITE WHITE WHITE SOLID WHITE SOLID SOLID WHITE SOLID WHITE SOLID TYPICAL PAVEMENT MARKINGS COMBINATION LEFT AND U-TURN YELLOW: TWO WAY TRAFFIC WHITE: ONE WAY TRAFFIC WHITE - RIGHT YELLOW - LEFT SHEET 1 OF 1 SHEETS STA. TO STA. 9 (230) U-TURN 7'-8" (2330) 9 (230) 72 (1830) R (810) 20 (510) 20 (510) (1070) (760) 12 (300) 36 (910) 32 (810) 40 (1020) 6'-4" (1930) 40 (1020) 40 R (1020) 28 R (710) (1020) (810) 20 R (510) 36 (910) 64 (1620) 5'-4" (1620) 32 R (810) 20 R (510) 24 (610) 36 (910) (300) 12 (300) (1720) (340) 12'-9" (3890) (660) (510) (660) 10' (3 m) LINE WITH 30' (9 m) SPACE 11 (280) C-C 5 (140) C-C FROM SKIP-DASH CENTERLINE 11 (280) C-C OMIT SKIP-DASH CENTERLINE BETWEEN 10' (3 m) LINE WITH 30' (9 m) SPACE 2' (600) LINE WITH 6' (1.8 m) SPACE NOT LESS THAN 6' (1.8 m) APART 2' (600) APART 2' (600) APART SEE TYPICAL CROSSWALK MARKING DETAILS. PLACE 4' (1.2 m) IN ADVANCE OF AND PARALLEL TO CROSSWALK, IF PRESENT. OTHERWISE, PLACE AT DESIRED STOPPING POINT. PARALLEL TO CROSSROAD CENTERLINE, WHERE POSSIBLE DIAGONALS: SPACING/ REMARKS 10' (3 m) LINE WITH 30' (9 m) SPACE FOR SKIP-DASH; 5 (140) C-C BETWEEN SOLID LINE AND SKIP-DASH LINE SEE TYPICAL TWO-WAY LEFT TURN MARKING DETAIL 11 (280) C-C FOR THE DOUBLE LINE SEE TYPICAL PAINTED MEDIAN MARKING. 15' (4.5 m) C-C (LESS THAN 30MPH (50 km/h)) 20' (6 m) C-C 30MPH (50 km/h) TO 45MPH (70 km/h)) 30' (9 m) C-C (OVER 45MPH (70 km/h)) SEE STATE STANDARD AREA OF: 2 "R"=3.6 SQ. FT. (0.33 m ) EACH "X"=54.0 SQ. FT. (5.0 m 2) 50' (15 m) C-C (LESS THAN 30MPH (50 km/h)) 150' (45 m) C-C (OVER 45MPH (70 km/h)) D(FT) SPEED LIMIT ' LANE REDUCTION TRANSITION * LANE REDUCTION ARROWS REQUIRED AT SPEEDS OF 45 MPH OR GREATER OR WHEN SPECIFIED IN PLANS. OUTLINE MEDIANS IN YELLOW 75' (25 m) C-C (30 MPH (50 km/h) TO 45MPH (70 km/h)) F.A. RTE. SECTION COUNTY TC-13 ILLINOIS FED. AID PROJECT D TOTAL SHEETS CONTRACT NO. SHEET NO. EDGE OF PAVEMENT 2 (50) TO EDGE OF EDGE LINE 4 (100) YELLOW NO PASSING ZONE LINE TWO-4 (100) 11(280) C-C 4 (100) WHITE EDGE LINE NO DIAGONALS 4' (1.2 m) OUTSIDE TO OUTSIDE OF LINES TWO-4 (100) 11(280) C-C 4 (100) YELLOW ~ 30' (9 m) 4 (100) YELLOW ~ 11 (280) C-C 1 (40) 5 (140) C-C 10' (3 m) 4' (1.2m) WIDEMEDIANSONLY 8 (200) WHITE 2 (50) 4 (100) WHITE EDGE LINE 8 (200) WHITE 45 EDGE OF PAVEMENT VARIES 2-LANE ROADWAY TWO-4 11 (280) C-C TWO-4 11 (280) C-C 12 (300) DIAGONALS (MINIMUM 5) R= 12 (300) WHITE 10' (3 m) OR LESS SPACING 45 ISLAND OFFSET FROM PAVEMENT EDGE 2 (50) TO EDGE OF EDGE LINE EDGE OF PAVEMENT MEDIAN LENGTH R= 4 (100) WHITE EDGE LINE 10' (3 m) 30' (9 m) FOR MEDIAN LENGTHS WHERE DIAGONAL SPACING CANNOT BE ATTAINED, USE 5 (FIVE) EQUALLY SPACED 4 (100) YELLOW 4 (100) WHITE LANE LINE DIAGONAL LINES. 8 (200) WHITE ~ DIAGONAL LINE SPACING: 50' (15 m) C-C (LESS THAN 30MPH (50 km/h)) 75' (25 m) C-C 30MPH (50 km/h) TO 45MPH (70 km/h)) 4 (100) WHITE LANE LINE 11 (280) C-C 10' (3 m) 4 (100) YELLOW 30' (9 m) 2 (50) 4 (100) WHITE EDGE LINE 150' (45 m) C-C (MORE THAN 45MPH (70 km/h)) MEDIANSOVER4' (1.2m) WIDE 8 (200) WHITE EDGE OF PAVEMENT ISLAND AT PAVEMENT EDGE MULTI-LANE UNDIVIDED STREET 4 (100) YELLOW 4 (100) YELLOW LINES (5 (140) C-C) TYPICAL ISLAND MARKING 2 (50) EDGE OF PAVEMENT CROSS TYPEOFMARKING WIDTH OF LINE 2 (50) 4 (100) WHITE EDGE LINE 4 (100) YELLOW EDGE LINE 10' (3 m) 30' (9 m) 4 (100) WHITE LANE LINE TWO-4 (100) 11 (280) C-C A MINIMUM OF TWO PAIRS OF TURN ARROWS SHALL BE USED, WHITE IN COLOR. ADDITIONAL PAIRS SHALL BE PLACED AT 200' (60 m) TO 300' (90 m) INTERVALS. 6'-4" (2 m) 4 (100) YELLOW LINES (5 (140) C-C) CENTERLINE ON 2 LANE PAVEMENT CENTERLINE ON MULTI-LANE UNDIVIDED PAVEMENT NO PASSING ZONE LINES: FOR ONE DIRECTION FOR BOTH DIRECTIONS 4 (100) 4 (100) 4 (100) 4 (100) 4 (100) WHITE LANE LINE 2 (50) 4 (100) YELLOW EDGE LINE 10' (3 m) 30' (9 m) 10' 2 (50) 8' 8' 8' (2.4 m) MEDIAN WITH TWO-WAYLEFTTURN LANE LANE LINES DOTTED LINES (EXTENSIONS OF CENTER, LANE OR TURN LANE MARKINGS) EDGE OF PAVEMENT MULTI-LANE DIVIDED 4 (100) WHITE EDGE LINE TYPICAL PAINTED MEDIAN MARKING EDGE LINES WITH MEDIAN TURN LANE MARKINGS TYPICAL LANE AND EDGE LINE MARKING 8' (2.4 m) 25' (8 m) TO 49' (15 m) 6 (150) WHITE 6" (150) WHITE 2" DASH - 6' SKIP (TYP.) TWO WAY LEFT TURN MARKING SEE DETAIL "A" SEE DETAIL "B" 6 (150) WHITE 16' (5 m) 50' (15 m) TO 200' (60 m) 10' (3 m) 6 (150) WHITE * CROSSWALK LINES (PEDESTRIAN) A. DIAGONALS (BIKE & EQUESTRIAN) B. LONGITUDINAL BARS (SCHOOL) STOP LINES 6' (1.8 m) MIN. 10' (3 m) OVER 200' (60 m) 16' (5 m) 10' (3 m) 6 (150) WHITE PAINTED MEDIANS BICYCLE & EQUESTRIAN SCHOOL PEDESTRIAN 12 (300) WHITE 45 2' (600) 2' (600) 6' (1.8 m) MIN. * FULL SIZE LETTERS 8' (2.4 m) AND ARROWS SHALL BE USED. AREA = 15.6 SQ. FT. (1.5 m 2 ) AREA = 20.8 SQ. FT. (1.9 m 2 ) TURN LANES IN EXCESS OF 400' (120 m) IN LENGTH MAY HAVE AN ADDITIONAL SET OF ARROW - "ONLY" INSTALLED MIDWAY BETWEEN THE OTHER TWO SETS OF ARROW - "ONLY". GORE MARKING AND CHANNELIZING LINES RAILROAD CROSSING DETAIL "A" 6 (150) WHITE 12 (300) WHITE DETAIL "B" TYPICAL LEFT (OR RIGHT) TURN LANE SHOULDER DIAGONALS (REQUIRED FOR SHOULDERS > 8' ) TYPICAL CROSSWALK MARKING TYPICAL TURN LANE MARKING * MARKINGS SHALL BE INSTALLED PARALLEL TO THE CENTERLINE OF THE ROAD WHICH IT CROSSES U TURN ARROW SEE DETAIL SOLID WHITE 16.3 SF 2 ARROW COMBINATION SEE DETAIL SOLID WHITE 30.4 SF LEFT AND U TURN FOR FURTHER DETAILS ON PAVEMENT MARKING REFER TO All dimensions are in inches (millimeters) STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE unless otherwise shown. CONSTRUCTION AND STATE STANDARD FILE NAME = USER NAME = footemj DESIGNED - EVERS pw:\\il084ebidinteg.illinois.gov:pwidot\documents\idot Offices\District 1\Projects\DistStd22x34\CADData\CADsheets\tc13.dgn DRAWN - REVISED REVISED - - C. JUCIUS C. JUCIUS STATE OF ILLINOIS PLOT SCALE = ' / in. CHECKED - REVISED - C. JUCIUS DEPARTMENT OF TRANSPORTATION Default PLOT DATE = 4/13/2016 DATE REVISED - C. JUCIUS SCALE: NONE

149 Section E TRENCH BACKFILL TABLES FOR CONCRETE PIPES These tables can be used by the designer or the engineer to determine the volume of TRENCH BACKFILL that can be paid for when backfilling storm sewer trenches. Maximum trench widths adopted by the January 1, 2007 Standard Specifications are used. NOTE: If the trench depth is 5ft. (1.5m) and less, with protection, the values included in the tables herein will be of no value. The engineer will have to calculate the actual volume of TRENCH BACKFILL using the formulas included within this section. The calculated volumes are based on the use of standard English sized pipes which meet the tolerances of the Metric pay item.

150 TRENCH BACKFILL TABLE FOR CIRCULAR CONCRETE PIPE, ENGLISH EXAMPLE Given: Pipe = 42 Storm Sewer Average Depth, D = 6.8 feet Trench Length = 84.7 feet Find: Cubic Yards of TRENCH BACKFILL Solution: From Table, Cubic yard/lin. ft. = x Trench length = x 84.7 TRENCH BACKFILL = 92.6 cu. yds. NOTE: If the field engineer measures a width of trench less than the maximum permitted, the values included herein will be of no value. The actual volume of TRENCH BACKFILL used will therefore have to be calculated using the following formula: Cubic Yards = Pipe End Area H ' xw ' x L' x1/ 27 2 E-13

151 VOLUME OF TRENCH BACKFILL (CU.YDS.) PER LINEAL FT. OF STORM SEWER Inside Diameter Wall thickness For each additional 0.2 depth E-14

152 VOLUME OF TRENCH BACKFILL (CU.YDS.) PER LINEAL FT. OF STORM SEWER Inside Diameter Wall thickness For each additional 0.2 depth: E-15

153 NO PARKING MON-FRI 7AM- 6PM TOW ZONE ORD

154 Storm Water Pollution Prevention Plan Route VARIOUS LOCATIONS Marked Rte. Section Project No. FEMA Demolition Contract County COOK Contract No. This plan has been prepared to comply with the provisions of the National Pollutant Discharge Elimination System (NPDES) Permit No. ILR10 (Permit ILR10), issued by the Illinois Environmental Protection Agency (IEPA) for storm water discharges from construction site activities. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Jon Duddles, P.E. Print Name Asst. Director of Public Works and Engineering Title City of Des Plaines Agency Signature Date I. Site Description: A. Provide a description of the project location (include latitude and longitude): The proposed building demolitions are at various locations in Des Plaines, IL. B. Provide a description of the construction activity which is the subject of this plan: The scope of the project is the demolition of fifty-seven (57) residental homes and all apprentenances, backfill with CA-6, compacted in place to existing ground level, grading for drainage and landscape restoration with topsoil and seed C. Provide the estimated duration of this project: October 2017 through March 2018 D. The total area of the construction site is estimated to be 15.6 acres. The total area of the site estimated to be disturbed by excavation, grading or other activities is 15.6 acres. E. The following is a weighted average of the runoff coefficient for this project after construction activities are completed: It will be reduced since all impervious areas are to be removed at each location. F. List all soils found within project boundaries. Include map unit name, slope information, and erosivity: Soil types vary at multiple locations. G. Provide an aerial extent of wetland acreage at the site: No wetlands are located within the project limits. H. Provide a description of potentially erosive areas associated with this project: Areas around storm inlets and disturbed earth prior to restoration. Printed 9/7/2017 Page 1 of 8 BDE 2342 (Rev. 3/20/14)

155 I. The following is a description of soil disturbing activities by stages, their locations, and their erosive factors (e.g. steepness of slopes, length of slopes, etc): 1. Demolition, removal and disposal of Building, all appurtenances, pavements at each location. 2. Utilities disconnected and abandoned 3. Backfill and compact CA-6 all holes and depression areas. 4 Grade level to match existing elevation along perimeter. 5. Permanent landscape restoration with topsoil and seed. J. See the erosion control plans and/or drainage plans for this contract for information regarding drainage patterns, approximate slopes anticipated before and after major grading activities, locations where vehicles enter or exit the site and controls to prevent offsite sediment tracking (to be added after contractor identifies locations), areas of soil disturbance, the location of major structural and non-structural controls identified in the plan, the location of areas where stabilization practices are expected to occur, surface waters (including wetlands) and locations where storm water is discharged to surface water including wetlands. K. Identify who owns the drainage system (municipality or agency) this project will drain into: The City of Des Plaines, IL L. The following is a list of General NPDES ILR40 permittees within whose reporting jurisdiction this project is located. The City of Des Plaines, IL M. The following is a list of receiving water(s) and the ultimate receiving water(s) for this site. The location of the receiving waters can be found on the erosion and sediment control plans: Ultimate receiving water(s) vary depending on the location within Des Plaines. The water ways may be the Des Plaines River, Weller Creek, Farmer's Creek, Willow - Higgins Creek, Feehanville Ditch. N. Describe areas of the site that are to be protected or remain undisturbed. These areas may include steep slopes, highly erodible soils, streams, stream buffers, specimen trees, natural vegetation, nature preserves, etc. Residental parkways and public streets. O. The following sensitive environmental resources are associated with this project, and may have the potential to be impacted by the proposed development: Floodplain Wetland Riparian Threatened and Endangered Species Historic Preservation 303(d) Listed receiving waters for suspended solids, turbidity, or siltation Receiving waters with Total Maximum Daily Load (TMDL) for sediment, total suspended solids, turbidity or siltation Applicable Federal, Tribal, State or Local Programs Other (d) Listed receiving waters (fill out this section if checked above): r a. The name(s) of the listed water body, and identification of all pollutants causing impairment: b. Provide a description of how erosion and sediment control practices will prevent a discharge of sediment resulting from a storm event equal to or greater than a twenty-five (25) year, twenty-four (24) hour rainfall event: c. Provide a description of the location(s) of direct discharge from the project site to the 303(d) water body: Printed 9/7/2017 Page 2 of 8 BDE 2342 (Rev. 3/20/14)

156 d. Provide a description of the location(s) of any dewatering discharges to the MS4 and/or water body: 2. TMDL (fill out this section if checked above) a. The name(s) of the listed water body: b. Provide a description of the erosion and sediment control strategy that will be incorporated into the site design that is consistent with the assumptions and requirements of the TMDL: c. If a specific numeric waste load allocation has been established that would apply to the project s discharges, provide a description of the necessary steps to meet that allocation: P. The following pollutants of concern will be associated with this construction project: Soil Sediment Concrete Concrete Truck Waste Concrete Curing Compounds Solid Waste Debris Paints Solvents Fertilizers / Pesticides Petroleum (gas, diesel, oil, kerosene, hydraulic oil / fluids) Antifreeze / Coolants Waste water from cleaning construction equipment Other (specify) Other (specify) Other (specify) Other (specify) Other (specify) II. Controls: This section of the plan addresses the controls that will be implemented for each of the major construction activities described in I.C. above and for all use areas, borrow sites, and waste sites. For each measure discussed, the Contractor will be responsible for its implementation as indicated. The Contractor shall provide to the Resident Engineer a plan for the implementation of the measures indicated. The Contractor, and subcontractors, will notify the Resident Engineer of any proposed changes, maintenance, or modifications to keep construction activities compliant with the Permit ILR10. Each such Contractor has signed the required certification on forms which are attached to, and are a part of, this plan: A. Erosion and Sediment Controls: At a minimum, controls must be coordinated, installed and maintained to: 1. Minimize the amount of soil exposed during construction activity; 2. Minimize the disturbance of steep slopes; 3. Maintain natural buffers around surface waters, direct storm water to vegetated areas to increase sediment removal and maximize storm water infiltration, unless infeasible; 4. Minimize soil compaction and, unless infeasible, preserve topsoil. B. Stabilization Practices: Provided below is a description of interim and permanent stabilization practices, including site- specific scheduling of the implementation of the practices. Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be stabilized. Stabilization practices may include but are not limited to: temporary seeding, permanent seeding, mulching, geotextiles, sodding, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other appropriate measures. Except as provided below in II(B)(1) and II(B)(2), stabilization measures shall be initiated immediately where construction activities have temporarily or permanently ceased, but in no case more than one (1) day after the construction activity in that portion of the site has temporarily or permanently ceases on all disturbed portions of the site where construction will not occur for a period of fourteen (14) or more calendar days. 1. Where the initiation of stabilization measures is precluded by snow cover, stabilization measures shall be initiated as soon as practicable. 2. On areas where construction activity has temporarily ceased and will resume after fourteen (14) days, a temporary stabilization method can be used. The following stabilization practices will be used for this project: Printed 9/7/2017 Page 3 of 8 BDE 2342 (Rev. 3/20/14)

157 Preservation of Mature Vegetation Vegetated Buffer Strips Protection of Trees Temporary Erosion Control Seeding Temporary Turf (Seeding, Class 7) Temporary Mulching Permanent Seeding Erosion Control Blanket / Mulching Sodding Geotextiles Other (specify) Other (specify) Other (specify) Other (specify) Describe how the stabilization practices listed above will be utilized during construction: Erosion Barrier at perimeter of property will be installed prior to excavation. Landscape restoration to be established with topsoil and seed. Describe how the stabilization practices listed above will be utilized after construction activities have been completed: Erosion barrier will not be removed until landscape restoration has been established. C. Structural Practices: Provided below is a description of structural practices that will be implemented, to the degree attainable, to divert flows from exposed soils, store flows or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. Such practices may include but are not limited to: perimeter erosion barrier, earth dikes, drainage swales, sediment traps, ditch checks, subsurface drains, pipe slope drains, level spreaders, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. The installation of these devices may be subject to Section 404 of the Clean Water Act. The following structural practices will be used for this project: Perimeter Erosion Barrier Temporary Ditch Check Storm Drain Inlet Protection Sediment Trap Temporary Pipe Slope Drain Temporary Sediment Basin Temporary Stream Crossing Stabilized Construction Exits Turf Reinforcement Mats Permanent Check Dams Permanent Sediment Basin Aggregate Ditch Paved Ditch Rock Outlet Protection Riprap Gabions Slope Mattress Retaining Walls Slope Walls Concrete Revetment Mats Level Spreaders Other (specify) Other (specify) Other (specify) Other (specify) Other (specify) Describe how the structural practices listed above will be utilized during construction: Storm drain inlet protection will be used on all draiange structures and where directed by the Engineer. Perimeter Erosion Barrier will be installed prior to any excavation occuring. Describe how the structural practices listed above will be utilized after construction activities have been completed: Storm drain inlet protection and Erosion Barrier is removed. D. Treatment Chemicals Will polymer flocculants or treatment chemicals be utilized on this project: Yes No If yes above, identify where and how polymer flocculants or treatment chemicals will be utilized on this project. Printed 9/7/2017 Page 4 of 8 BDE 2342 (Rev. 3/20/14)

158 E. Permanent Storm Water Management Controls: Provided below is a description of measures that will be installed during the construction process to control volume and pollutants in storm water discharges that will occur after construction operations have been completed. The installation of these devices may be subject to Section 404 of the Clean Water Act. 1. Such practices may include but are not limited to: storm water detention structures (including wet ponds), storm water retention structures, flow attenuation by use of open vegetated swales and natural depressions, infiltration of runoff on site, and sequential systems (which combine several practices). The practices selected for implementation were determined on the basis of the technical guidance in Chapter 41 (Construction Site Storm Water Pollution Control) of the IDOT Bureau of Design and Environment Manual. If practices other than those discussed in Chapter 41 are selected for implementation or if practices are applied to situations different from those covered in Chapter 41, the technical basis for such decisions will be explained below. 2. Velocity dissipation devices will be placed at discharge locations and along the length of any outfall channel as necessary to provide a non-erosive velocity flow from the structure to a water course so that the natural physical and biological characteristics and functions are maintained and protected (e.g. maintenance of hydrologic conditions such as the hydroperiod and hydrodynamics present prior to the initiation of construction activities). Description of permanent storm water management controls: F. Approved State or Local Laws: The management practices, controls and provisions contained in this plan will be in accordance with IDOT specifications, which are at least as protective as the requirements contained in the Illinois Environmental Protection Agency s Illinois Urban Manual. Procedures and requirements specified in applicable sediment and erosion site plans or storm water management plans approved by local officials shall be described or incorporated by reference in the space provided below. Requirements specified in sediment and erosion site plans, site permits, storm water management site plans or site permits approved by local officials that are applicable to protecting surface water resources are, upon submittal of an NOI, to be authorized to discharge under the Permit ILR10 incorporated by reference and are enforceable under this permit even if they are not specifically included in the plan. Description of procedures and requirements specified in applicable sediment and erosion site plans or storm water management plans approved by local officials: G. Contractor Required Submittals: Prior to conducting any professional services at the site covered by this plan, the Contractor and each subcontractor responsible for compliance with the permit shall submit to the Resident Engineer a Contractor Certification Statement, BDE 2342a. 1. The Contractor shall provide a construction schedule containing an adequate level of detail to show major activities with implementation of pollution prevention BMPs, including the following items: Approximate duration of the project, including each stage of the project Rainy season, dry season, and winter shutdown dates Temporary stabilization measures to be employed by contract phases Mobilization timeframe Mass clearing and grubbing/roadside clearing dates Deployment of Erosion Control Practices Deployment of Sediment Control Practices (including stabilized construction entrances/exits) Deployment of Construction Site Management Practices (including concrete washout facilities, chemical storage, refueling locations, etc.) Paving, saw-cutting, and any other pavement related operations Major planned stockpiling operations Timeframe for other significant long-term operations or activities that may plan non-storm water discharges such as dewatering, grinding, etc. Permanent stabilization activities for each area of the project Printed 9/7/2017 Page 5 of 8 BDE 2342 (Rev. 3/20/14)

159 2. The Contractor and each subcontractor shall provide, as an attachment to their signed Contractor Certification Statement, a discussion of how they will comply with the requirements of the permit in regard to the following items and provide a graphical representation showing location and type of BMPs to be used when applicable: Vehicle Entrances and Exits Identify type and location of stabilized construction entrances and exits to be used and how they will be maintained. Material Delivery, Storage and Use Discuss where and how materials including chemicals, concrete curing compounds, petroleum products, etc. will be stored for this project. Stockpile Management Identify the location of both on-site and off-site stockpiles. Discuss what BMPs will be used to prevent pollution of storm water from stockpiles. Waste Disposal Discuss methods of waste disposal that will be used for this project. Spill Prevention and Control Discuss steps that will be taken in the event of a material spill (chemicals, concrete curing compounds, petroleum, etc.) Concrete Residuals and Washout Wastes Discuss the location and type of concrete washout facilities to be used on this project and how they will be signed and maintained. Litter Management Discuss how litter will be maintained for this project (education of employees, number of dumpsters, frequency of dumpster pick-up, etc.). Vehicle and Equipment Fueling Identify equipment fueling locations for this project and what BMPs will be used to ensure containment and spill prevention. Vehicle and Equipment Cleaning and Maintenance Identify where equipment cleaning and maintenance locations for this project and what BMPs will be used to ensure containment and spill prevention. Dewatering Activities Identify the controls which will be used during dewatering operations to ensure sediments will not leave the construction site. Polymer Flocculants and Treatment Chemicals Identify the use and dosage of treatment chemicals and provide the Resident Engineer with Material Safety Data Sheets. Describe procedures on how the chemicals will be used and identify who will be responsible for the use and application of these chemicals. The selected individual must be trained on the established procedures. Additional measures indicated in the plan. III. Maintenance: When requested by the Contractor, the Resident Engineer will provide general maintenance guides to the Contractor for the practices associated with this project. The following additional procedures will be used to maintain, in good and effective operating conditions, the vegetation, erosion and sediment control measures and other protective measures identified in this plan. It will be the Contractor s responsibility to attain maintenance guidelines for any manufactured BMPs which are to be installed and maintained per manufacture s specifications. The contractor will be responsible to maintain all erosion control measures for the duration of the project. All necessary changes, additions, or modifications will be directed by the Engineer. IV. Inspections: Qualified personnel shall inspect disturbed areas of the construction site which have not yet been finally stabilized, structural control measures, and locations where vehicles and equipment enter and exit the site using IDOT Storm Water Pollution Prevention Plan Erosion Control Inspection Report (BC 2259). Such inspections shall be conducted at least once every seven (7) calendar days and within twenty-four (24) hours of the end of a storm or by the end of the following business or work day that is 0.5 inch or greater or equivalent snowfall. Inspections may be reduced to once per month when construction activities have ceased due to frozen conditions. Weekly inspections will recommence when construction activities are conducted, or if there is 0.5 or greater rain event, or a discharge due to snowmelt occurs. If any violation of the provisions of this plan is identified during the conduct of the construction work covered by this plan, the Resident Engineer shall notify the appropriate IEPA Field Operations Section office by at: epa.swnoncomp@illinois.gov, telephone or fax within twenty-four (24) hours of the incident. The Resident Engineer shall then complete and submit an Incidence of Non-Compliance (ION) report for the identified violation within five (5) days of the incident. The Resident Engineer shall use forms provided by IEPA and shall include specific information on the cause of noncompliance, actions which were taken to prevent any further causes of noncompliance, and a statement detailing any environmental impact which may have resulted from the noncompliance. All reports of non-compliance shall be signed by a responsible authority in accordance with Part VI. G of the Permit ILR10. Printed 9/7/2017 Page 6 of 8 BDE 2342 (Rev. 3/20/14)

160 The Incidence of Non-Compliance shall be mailed to the following address: Illinois Environmental Protection Agency Division of Water Pollution Control Attn: Compliance Assurance Section 1021 North Grand East Post Office Box Springfield, Illinois Additional Inspections Required: V. Failure to Comply: Failure to comply with any provisions of this Storm Water Pollution Prevention Plan will result in the implementation of a National Pollutant Discharge Elimination System/Erosion and Sediment Control Deficiency Deduction against the Contractor and/or penalties under the Permit ILR10 which could be passed on to the Contractor. Printed 9/7/2017 Page 7 of 8 BDE 2342 (Rev. 3/20/14)

161 Contractor Certification Statement Prior to conducting any professional services at the site covered by this contract, the Contractor and every subcontractor must complete and return to the Resident Engineer the following certification. A separate certification must be submitted by each firm. Attach to this certification all items required by Section II.G of the Storm Water Pollution Prevention Plan (SWPPP) which will be handled by the Contractor/subcontractor completing this form. Route VARIOUS LOCATIONS Marked Rte. Section Project No. FEMA Demolition Contract County COOK Contract No. This certification statement is a part of SWPPP for the project described above, in accordance with the General NPDES Permit No. ILR10 issued by the Illinois Environmental Protection Agency. I certify under penalty of law that I understand the terms of the Permit No. ILR 10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. In addition, I have read and understand all of the information and requirements stated in SWPPP for the above mentioned project; I have received copies of all appropriate maintenance procedures; and, I have provided all documentation required to be in compliance with the Permit ILR10 and SWPPP and will provide timely updates to these documents as necessary. Contractor Sub-Contractor Print Name Signature Title Date Name of Firm Telephone Street Address City/State/ZIP Items which this Contractor/subcontractor will be responsible for as required in Section II.G. of SWPPP: Printed 9/7/2017 Page 7 of 7 BDE 2342a (Rev. 3/20/14)

162 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF FEMA HAZARD MITIGATION GRANT 1935/4116 DEMOLITION CONTRACT ATTACHMENT 4 LIST OF DRAWINGS LOCATION MAP LOT INFORMATION DES PLAINES DETAILS (2 SHEETS) DES PLAINES SOIL EROSION AND SEDIMENT CONTROL DETAIL

163 FEMA Hazard Mitigation Grant 1935/4116 Demolition Contract Lot Information Rev. 9/12/17 VR Address Street name PIN Property Area (Acres) Building Area (SF) Mitigation Grant 1860 Big Bend Dr ,962 FEMA Big Bend Dr ,305 FEMA Big Bend Dr ,700 FEMA Big Bend Dr ,792 FEMA Big Bend Dr ,550 FEMA Big Bend Dr FEMA Big Bend Dr FEMA Big Bend Dr ,588 FEMA Big Bend Dr ,560 FEMA Big Bend Dr ,208 FEMA Big Bend Dr ,235 FEMA Big Bend Dr ,667 FEMA Big Bend Dr ,528 FEMA Big Bend Dr ,462 FEMA Big Bend Dr ,131 FEMA Big Bend Dr ,170 FEMA Big Bend Dr ,607 FEMA Big Bend Dr ,986 FEMA Big Bend Dr ,754 FEMA Big Bend Dr ,157 FEMA Big Bend Dr ,349 FEMA Big Bend Dr ,716 FEMA Big Bend Dr ,108 FEMA Big Bend Dr ,594 FEMA Forest Edge Lane ,384 FEMA Hawthorne Ln ,828 FEMA Hawthorne Ln ,869 FEMA Hawthorne Ln ,733 FEMA Hawthorne Ln ,637 FEMA Hawthorne Ln ,592 FEMA Hawthorne Ln ,743 FEMA Hawthorne Ln ,641 FEMA Hawthorne Ln ,066 FEMA Hawthorne Ln ,476 FEMA Hawthorne Ln ,646 FEMA Hawthorne Ln ,324 FEMA Hawthorne Ter ,561 FEMA Hawthorne Ter ,363 FEMA Hawthorne Ter FEMA Junior Ter FEMA Junior Ter ,092 FEMA Junior Ter ,596 FEMA Junior Ter ,176 FEMA Junior Ter ,233 FEMA Sherwood Rd ,291 FEMA Sherwood Rd ,688 FEMA Sherwood Rd ,548 FEMA Sherwood Rd ,147 FEMA Sherwood Rd ,360 FEMA Sherwood Rd ,327 FEMA Woodland Ave ,928 FEMA ,922 Notes: 1. Area NOT verified - SF is the Cook Assessor Office # 2. Building SF does NOT include basement area

164 CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET DES PLAINES, IL PHONE FAX DETAIL SHEET 1 OF 2 CONTROLLED LOW STRENGTH MATERIAL TRENCH BACKFILL DETAIL ALL PIPE TYPES ALL TRENCH BACKFILL WILL BE MEASURED USING THE IDOT TRENCH BACKFILL TABLES ALL TRENCH BACKFILL WILL BE MEASURED USING THE IDOT TRENCH BACKFILL TABLES TRENCH BACKFILL DETAIL ALL SEWER AND WATER (EXCEPT PVC) TRENCH BACKFILL DETAIL PVC SEWER

165 CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET DES PLAINES, IL PHONE FAX DETAIL SHEET 2 OF 2

166 #### PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET DES PLAINES, IL PHONE FAX CITY OF DES PLAINES SOIL EROSION AND SEDIMENT CONTROL DETAILS 3/19/16 TPO AJD 1 OF 1 HORIZ: N/A VERT: N/A

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES PLEASE TAKE NOTICE that sealed proposals for the Town of Union, New York, will be received by the Town Clerk at 3111 East Main Street,

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO PROJECT MANUAL FOR CONTRACT NO. 016-00781-01 GAS TURBINE GENERATOR NO. 9 ROOF REPLACEMENT PROJECT FEBRUARY 2018 1001 Madison Avenue

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

CITY OF FLINT, MICHIGAN

CITY OF FLINT, MICHIGAN CITY OF FLINT, MICHIGAN DEPARTMENT OF PURCHASES & SUPPLIES PROJECT MANUAL FOR 2018 PHASE V HYDROVAC EXPLORATION Proposal No. 18-570 JANUARY 24, 2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FLINT Department

More information

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO Bid Proposal Form C.I.P. NO. 2016-012 PROJECT: BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND ATTACHMENTS AS REQUIRED SUBMITTED BY: (Bidder s Name) In accordance with the City of Commerce s Notice

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR PARKVIEW / LANTRIP RETAINING WALL REPLACEMENT Project Number KIL001C ISSUED FOR BID Submission Deadline: Tuesday, December 19 th, 2017 at 2 p.m. Submit

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117

Richmond Heights, MO. Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 PROJECT MANUAL 2016 CONCRETE SLAB REPLACEMENT PROGRAM Richmond Heights, MO Prepared for: City of Richmond Heights Chris Boyd, P.E., Public Works Director 7997 Elinor Ave. Richmond Heights, MO 63117 Prepared

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

THE CITY OF LAKE FOREST

THE CITY OF LAKE FOREST THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019 TABLE OF CONTENTS SECTION 00030... 4 ADVERTISEMENT FOR BIDS... 4 SECTION

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

City of Northfield Engineering Department

City of Northfield Engineering Department City of Northfield Engineering Department 801 Washington Street * Northfield, MN 55057 Engineering Standard Specifications City of Northfield, Minnesota May 2017 ENGINEERING STANDARD SPECIFICATIONS CITY

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Request for Qualifications (RFQ) - NO Engineering Consulting Service

Request for Qualifications (RFQ) - NO Engineering Consulting Service City of Huntsville 448 Highway 75 North Huntsville, Texas 77320 Billie F. Smith Phone: 936-291-5495 Fax: 936-294-5731 E-mail: bsmith@huntsvilletx.gov Request for Qualifications (RFQ) - NO 11-12 Engineering

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

More information

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project VILLAGE OF LISLE REQUEST FOR QUALIFICATIONS ( RFQ ) #1267 ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project DUE BY: FEBRUARY 5, 2018 @ 11:00

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation

NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Bid No. B18/9998 05/09/2018 NOTICE INVITING SEALED BIDS East Campus Vet Tech Portable X-ray Room Renovation Sealed Bids will be received until 3:00 P.M. (Tucson Time), June 5, 2018, by Pima County Community

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00410 BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith Engineering Services

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information