Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2022-08-15 - Ordinance 2022-085 - AUTHORIZING A CONSTRUCTION CONTRACT WITH ALLIANCE CONTRACTORS, INC. (Arlington Heights Rd crosswalk relocation)
ORDINANCE NO. 2022-085 AN ORDINANCE AUTHORIZING A CONSTRUCTION CONTRACT WITH ALLIANCE CONTRACTORS, INC. WHEREAS, the Village of Buffalo Grove is a home rule unit pursuant to the Illinois Constitution of 1970; and WHEREAS, the Village seeks to enter into a Construction Contract with Alliance Contractors, Inc. for relocation of the pedestrian crossing across Arlington Heights Road at Buffalo Grove High School, NOW THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS, as follows: SECTION 1. The foregoing recitals are hereby adopted and incorporated and made a part of this Ordinance as if fully set forth herein. SECTION 2. The Village Manager is authorized to enter into a Construction Contract with Alliance Contractors, Inc. for the relocation of the pedestrian crossing across Arlington Heights Road at Buffalo Grove High School at a price not to exceed $102,933.07, pending attorney review. SECTION 3. If any section, paragraph, clause or provision of this Ordinance shall be held invalid, the invalidity thereof shall not affect any other provision of this Ordinance. SECTION 4. This Ordinance shall be in full force and effect from and after its passage and approval and shall not be codified. AYES: 6—Stein, Ottenheimer, Weidenfeld,Johnson, Smith, Pike NAYES: 0—None ABSENT: 0—None PASSED: August 15, 2022 APPROVED: August 15, 2022 APPROVED: A Beverly Suss n, Village President ATTEST: y� �-.• , tan abian, Village Clerk Jam.. •J • ~ v UT Ming D a rpenl Local Public Agency Formal Contract of Tr i-S r' r S;p an ortabon Contractors Name ........ ..... Alliance Contractors, Inc. Contractor's Address City State Zip Code 1166 Lake Avenue lWoodstock IL 1160098 STATE OF ILLINOIS Local Public��qency County Section Number ............ �Village of Buffalo Grove Cook Street Name/Road Name T f Funds ............... lArlington Heights Rd ........... ... IrGeneral (Local) CONTRACT BOND(when required) For a County and Road District Project For a Municipal Project Submitted/Approved Submitted/Approved/Passed Hiqhwav Commissioner Si nature Date npLSignature 4.P/<,1202E Official Title S ed!/Approved ed/App VCIUA,�,9 Coun1v Enaineer�lillllllirintendent of Hiohways Date Department of Transportation Concurrence in approval of awarr d Regional EncLineer Signatur Date Printed 08/18/22 Page 1 of 2 BLR 12320(Rev.01/21/21) Local Public A nc Local StreURoad Name County Section Number Village of Buffalo Grove Arlington Heights Rd Cool 1. THIS AGREEMENT, made and concluded the day of between the Village Day Month and Year Local Public Agency Type of Buffalo Grove known as the party of the first part,and Alliance Contractors, Inc. .......... Local Public Agency Contractor its successor,and assigns, known as the party of the second part. 2. For and in consideration of the payments and agreements mentioned in the Proposal hereto attached,to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring this contract,the party of the second part agrees with said party of the first part, at its own proper cost and expense,to do all the work,furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this contract. 3. It is also understood and agreed that the LPA Formal Contract Proposal, Special Provisions,Affidavit of Illinois Business Office, Apprenticeship or Training Program Certification,and Contract Bond hereto attached,and the Plans for Section action Number in Village of Buffalo Grove approved by the Illinois Department of Transportation on are essential Local ublic Agency Date documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF,the said parties have executed this contract on the date above mentioned. Attest: The Village of Buffalo Grove oca u is Agency I ype Name of Localu iic gency Clerk Date Pant of the First Part Date (SEAL) (If a Corporation) Corporate Marne Alliarice Coritractors iric. President,,Ega y of the Second Part _ Date By. L8-1 11 9-22 (SEAL) (If a Limited Liability Corporation) LLC Name Mana er or Authorized Member Party of the Second Part By: (If a Partnership) Partner Date Attest: ASst, ............. ..................... . Secretary Date Partner Date 8-19-22 Partners doing Business under the firm name of (SEAL) Party of the Second Part (If an individual) Party of the Second Part , Date .., Printed 08/18/22 Page 2 of 2 BLR 12320(Rev.01121/21) 111�hois.DZpartrp Contract Bond 2L Street Name/Road Name Section Niumber �Lllage of Buffalo Grove [C:ook__JJArHngton Heights Road Bond information tobe returned uu Local Public Agency ot51Rau Blvd. Buffalo Grove, |LOOO89 . We. Alliance Contractors, Inc., 1166 Lake Ave., Woodstock, IL 60098 a/on organized under the laws of the State of Dela»maze oo PRINCIPAL,and Travelers Casualty and Surety Company of America, 215 Shuman Blvaqj,', 1*;"]* 60563 as SURETY,are held and firmly bound unto the above Local Public Agency(thereafter referred;tib as�'UPX' J9 On-- Hundred Two Thousand Nine Hundred Thirty Three and 07/�&:, Dollars 102,933,07 lawful money of the United States,to be paid to said LPA,the payment of which we bind ourselves, successors and assigns jointly to pay to the LPA this sum under the conditions of this instrument. WHEREAS,THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that the said Principal has entered into a written contract with the LPA acting through its awarding authority for the construction of work on the above sections,which contract is hereby referred to and made a part hereof,as if written herein at length,and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials,apparatus,fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages tu any person,firm, company ur corporation to whom any money may ba due from the Principal,subcontractor or otherwise for any such labor, materials, apparatus,fixtures or machinery so furnished and that suit may be maintained on such bond by any such person,firm,company or corporation for the recovery of any such money. NOW,THEREFORE, if the said Principal shall perform said work in accordance with the terms of said contract,and shall pay all sums of money due or to become due for any labor, materials,apparatus,fixtures OF machinery furnished to it for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract,and shall pay and discharge all damages, direct and indirect,that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LPA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions,conditions and requirements of said contract,then this obligation shall be void; otherwise it shall remain in full force and effect. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective agents this 19tb day of t 2022 � � ' PRU14C|PALCompanv Name � _ Company Name By By ;Sinatur�e� .................. 7 .. ...... Attest (if PRINCIPAL is a joint venture of two or more contractors,the company names and authorized signature of each contractor must be affixed.) . .............. . ...... ............. --- ------- Travelers Casualty and Surety Company of America Am Travelers Casualty and Surety Company TRAVELERSJ St. Paul Fire and Marine Insurance Company .......... .......... POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety, Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duty organized under the laws of the State of Connecticut (herein collectively called the"Companies"'),and that the Companies do hereby make,constitute and appoint Samantha Austin of Brookfield I Wisconsin ® their true and lawful Attorneys)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. etoo-0!vA'jN% 2 K99F=, mown K& State of Connecticut By: City of Hartford ss. Robert L.Rane)( enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. NOTARY My Commission expires the 30th day of June,2026 IC PUBL Anna P. Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking,, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of, indemnity, or writing obligatory in the nature of a bond,, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Companys seal by a Secretary or Assistant Secretary„ or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers,pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding, on the Company in the Mute with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 19th day of Aunust 2022 otp ® C HART7010, IOW Rr, care. KK Kevin E.Hughes,AssilMant Secretary To verify the authenticity of This Power ofAtforney,please call us at 1-800-421-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power of Attorney is attached RETURN WITH BID VoBG-2022-19 Illinois Deparbinent Local Public Agency of Transportation Formal Contract Proposal m _.. PROPOSAL SUBMITTED BY Alliance n ,actors Inc Contractor's Name 1166 Lake, V'eJILle atrea�t P.O.Box Cily Stale Zip Cade STATE OF ILLINOIS COUNTY OF Cook Village of Buffalo Grove (Name of City,Village,Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Arlington Heights Road SECTION NO. N/A TYPES OF FUNDS General(Local)_... _......................_��������....._� �_.�__�_ ®SPECIFICATIONS(required) ❑PLANS(required) . .. _ _ ........_ ...... .......... For Municipal w w_ . Projects De t-a-T4anspo rtattG41 Submitted/Approved/Passed U-Re4ease -fear bid-base4-op-dtiraaited4eView w El Mayor ❑President of Board of Trustees Municipal Official �.... t�egiaraatl-t+a afar en Date Bate For-County and tstr4ot--Ptvje(A*s ?tG&I•}m tte AppNerved ... ... _ .........._.... k=iigFrw�y��» al�rks�� F6�rr �.._......... Bate _.... ._.�_._�.... Ut�dl�tt ....� Oar�ty � arpeer'��rkape �fe�rad�r�l-raf�W�c�fa �?s gate Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids are processed. Printed 5/25/2022 Page 1 of 8 BLR 12200(01/08114) RETURN WITH BID VoBG-2022-19 County Cook _ NOTICE TO BIDDERS Local Public Agency mVmillagemof Buffalo Grovemmm mm Section Number N/A Route mArlinton Hei ht�s Road Sealed proposals for the improvement described below will be received electronically at www.vbg.org/bids https://bit.ly/3wsEUQ8 until 9:00 am on Thursday,Auqust 4,2022 Address Time Date Sealed proposals will be opened and read publicly via Microsoft Teams Meeting https://bit.ly/3uYkf6F at 9:00 am on Thursday,August 4 2022 Address Time Date DESCRIPTION OF WORK Name Arlington Heights Road Crosswalk Relocation Length: 967 feet ( 0.18 miles) Location Arlington Heights Road between Dundee Road and Nichols Road Proposed Improvement The work consists of median installation,ADA improvements, sidewalk installation, curb and gutter, signing, pavement markings, and other related work. 1, Plans and proposal forms will be available in the office of www.vbQ.orQ/bids Oh ice of tmmhe P>lit hascn�_Lana�mm�� Address 2. ® Prequalification If checked,the 2 low bidders must file within 24 hours after the letting an"Affidavit of Availability"(Form BC 57), in duplicate,showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. �ritatdl tfiRednratlttAvurit AkNaardt ar •ne- riaraap-.wsth tie tDOT- tistract Q#iGe. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4, The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) t. BLR 1 &-Ap vie "r Tfaining P;-agfaP;4 at4 tame for# ceded pfojeGt ) e. BLR 12326:Affidavit of Illinois Business Office 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. Each proposal should be submitted in an opaque envelops and shall be marked to clearly indicate its contents.When sent by mail,the sealed proposed shall be addressed to the Village of Buffalo Grove at the address and in care of the official in whose office the bids are to be received.All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. Printed 5/25/2022 Page 2 of 8 BLR 12200(01/08/14) RETURN WITH BID VoBG-2022-19 10. All bidders are prohibited from making any contact with the Village President, Trustees, or any other official or employee of the Village(collectively, 'Municipal Personnel')with regard to the Project, other than in the manner and to the person(s) designated herein. The Buffalo Grove Village Manager reserves the right to disqualify any bidder that is found to have contacted Municipal Personnel in any manner with regard to the Project.Additionally, if the Buffalo Grove Village Manager determines that the contact with Municipal Personnel was in violation of any provision of 720 ILCS 5/33E,the matter will be turned over to the State's Attorney for review and prosecution. 11. All prime contractors shall be IDOT prequalified contractors with a value equal to or greater for the type of work they are to perform as part of the Contract. Furthermore, all bidders are required to register with the Village of Buffalo Grove at: https:// vra �rerndo�°re is�rrm nr pr egHster/iTidex/buffalo grove-village-of-il-veni4gr-reorstrabon OR w+:vbo.oralbids 12. All bid proposals must be submitted electronically through the Village's Vendor Registry online procurement system. Hard copy bids will not be accepted.As read results of the bids will be posted to the Village's webpage,www.ybq.org/bids as soon as possible following the bid opening. In order to submit a bid proposal, bidders shall: a. Go to www,vb_g,or i b i cLs, b. Select on the project description, 'Arlington Heights Road Crossing Relocation' and click the large red button at the top: c. Log in to your account and enter your total bid. d. Include an attachment(up to 200 MB),the following bid documents only: i. Local Public Agency Formal Contract Proposal(8 Pages) ii. Local Agency Proposal Bid Bond e. The following documents will be requested by the two (2) as read low bidders immediately following the bid opening: i. Affidavit of Illinois Business Office ii. Affidavit of Availability iii. Village of Buffalo Grove Public Contract Statements All bids will be opened and read publicly via the Microsoft Teams video conferencing platform. Please join my meeting from your computer,tablet or smartphone. https://bit.ly/3uYkf6F All communication during the bid process shall be directed to: Village of Buffalo Grove Attn:Andrea Larson 51 Raupp Boulevard Buffalo Grove, IL 60089 (847)459-2523 alarson@vbg.org Printed 5/25/2022 Page 3 of 8 BLR 12200(01108/14) RETURN WITH BID VoBG-2022-19 County Cook PROPOSAL Local Public Agency Village of Buffalo Grove Section Number N/A ...... Route Arlington Heights Road 1. Proposal of Alliance Contractors Inc 1166 Lake Avenue, Woodstock 1L 60098 for the improvement of the above section by the construction of median installation,ADA improvements, . th .m� .. ........................ _.................... sidewalk installation, curb and gutter, signing, pavement markings, and oer related work ITmmm a total distance of 967 feet, of which a distance of „ ITIT_mm_967 feet, ( 0.18 miles)are to be improved. �n 2. The plans for the proposed work are those prepared by Civiltech Engineering, Inc. .............._... atf �fspotatn rr 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction"and the"Supplemental Specifications and Recurring Special Provisions"thereto, adopted and in effect on the date of invitation for bids. 4, The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the"Check Sheet for Recurring Special Provisions"contained in this proposal. 5. The undersigned agrees to complete the work within 15 working days unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals,will be required. Bid Bonds will be allowed as a proposal guaranty.Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Treasurer of Buffalo Grove The amount of the check is Bid Bond (5%of Total Bid) 5% ) 7. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 8. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity,the unit price shall govern. If a unit price is omitted,the total price will be divided by the quantity in order to establish a unit price. 9. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 10. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. Printed 5/25/2D22 Page 4 of 8 BLR 12200(01108/14) VoBG-2022-19 ft"q k7aujpj:, 2022 Arlington Heights Road Crosswalk Relocation Addendum #1 TO: Prospective Respondents and Other Interested parties FROM: The Village of Buffialo Grove Finance Departry).ent ISSUE DATE: August 1,2022 SUBJECT: ADDENDUM:41 Note: ThIsAdderidurn is hereby declared part of the origina-1 bid and contract documents and in case of conflict, the provisions in the folio-\6.ng.A dden dun i shall govern. ...................... The follov,,ing changes and clarifications shall be made to the Bid Documents for the Aflington.Heights Road C'ross,,valk Relocation due to requests from the Cook County Departnamat of Transportation and I lighw ays: Replace¢Iie below plan sheets with attached'Addendum 1. play.] sheets: Sheet.:.'] -Surni-riary of Quantities sheet I of 2 Sheet 4 -Surnmaxy of Quiantities sheet 2 of 2 Sheet 6 -Roadway Plan sheet I of I planet--Median sheet I of I Sheet 8-Pavement inarking,Signing,and Landscape Restoration Phan sheet 1 of 1 R.cpl-acc Page 8 SC HEINME 01",PRICES-,vith the attached,;CHF,DtJLE OF PRICES. The bidder shall utilize the attached Schedu.dc of Prices sheet to COMPIPte and retu.m.die bid proposal Replace the Special Provision sheets xvith the attached Special provision slicers: Special Provisions -Index (sheeti) Special Provisions-Sheet 10(10) Summary: Revised"Rororeflective Flex Posts"pay itern to"Retimeflecti-ve Yellow Flex Posts"Per Cook CoantV comment. PROSPEcTiVE RESPONDENTSAIII-'TO ACKNOWLEDGE RECEIVI'OF ADDENDUM:H-1. jkNDSI-IAI...L.INCLf,JDE.A.N�D.NOTE'THISADD.E.NDUMIN YOC JR RFSPONSE 111-'-SPONDENT: Afliqne-o ('011MA(Ionz', Inc SIGNFD� DATE:.-AiPaLA,20-1—2 Vice Pi,-e,;iden t, VoBG-2022-19 RETURN WITH BID SCHEDULE OF PRICES Base Bid Scope of Work. For the complete scope of work and information covering these items,see the plans and specifications. ARLINGTON HEIGHTS ROAD CROSSWALK RELOCATION AT BUFFALO GROVE HIGH SCHOOL The following Unit Prices will be used for basis of payment and shall be the bidder's proposal for completing the entire improvements herein. BASE BID ITEM NO DESCRIPTION :::JQUANTITY UNIT UNIT PRICE VALUE . 21101615 TOPSOIL FURNISH AND PLACE, 4- � � �_. 35 SQ YD 25000400 NITROGEN FERTILIZER NUTRIENT 1 POUND /Q . _............._..... — ,,,,. — ._. .......... ........ 25000600 POTASSIUM FERTILIZER NUTRIENT 1 POUND 25200110 SODDING,SALT TOLERANT 35 SQ YD m... ... .�.- _---------- __- ..... ...... ....... _ ,..,. ! _ 25200200 SUPPLEMENTAL WATERING 5 UNIT nn...— 35101400 AGGREGATE BASE COURSE,TYPE B 92 TON (� . 7�, Cam/ 42001300 PROTECTIVE COAT 158 SQ YD 42400410 PORTLAND CEMENT CONCRETE SIDEWALK 8 INCH 320 SQ FT J 44000100 PAVEMENT REMOVAL 57 SQ YD _„ ._ ... � � f �, 44000500 COMBINATION 61 FOOT CURB � T ,�.—,..�.. 44000600 SIDEWALK REMOVAL 278 SQ FT cc 10- 44003100 MEDIAN REMOVAL 406 SQ FT 60603800 COMBINATION CONCRETE CURB AND GUTTER TYPE B- 612 7 FOOT COMBINATION CONCRETE CURB AND GUTTER TYPE B-........ 4� 60605000 624 55 FOOT `73 60619200 CONCRETE MEDIAN,TYPE SB-6.06 919 SQ FT . �� 3 77[0� 67100100 MOBILIZATION 1 L SUM .................... ....... 70107025 CHANGEABLE MESSAGE SIGN 28 CAL DA 1� ... ......... 72000100 SIGN PANEL,TYPE 1 92 SQ FT . 72400100 REMOVE SIGN PANEL ASSEMBLY-TYPE A 4 EACH _.........._ .._.. _.... _. ......... _ 72800100 TELESCOPING STEEL SIGN SUPPORT 123 FOOT MODIFIED URETHANE PAVEMENT MARKING-LETTERS 78009000 AND SYMBOLS 37 SQ FT Cyr,) 7Q 3• �, 78009006 MODIFIED URETHANE PAVEMENT MARKING-LINE 6" 75 FOOT ,35 78009012 MODIFIED URETHANE PAVEMENT MARKING-LINE 1 2" 96 FOOT 78300202 PAVEMENT MARKING REMOVAL-WATER BLASTING 232 SQ FT Z0013798 CONSTRUCTION LAYOUT 1 L SUM _ Z0017400 DRAINAGE&UTILITY STRUCTURES TO BE ADJUSTED 2 EACH Cn Z0019600 DUST CONTROL WATERING 1 _ UNIT f• �• X1400118 CONDUIT SPECIAL mm ...... mm 7 FOOT _ CC . co CCDOTH231 TRAFFIC PROTECTION 1 L SUM CCDOTH325 DETECTABLE WARNINGS(SPECIAL) 40 SQ FT �a7• !��• RETROREFLECTIVE YELLOW FLEX POSTS 3 EACH , PROPOSAL OF UNIT PRICE BASE BID TOTAL: /bcy' � .o7 Written t f l � f.. Unit Price Base Bid l ....��UI7,.�, r1or o LO O ... . .,_ p RETURN WITH BID VoBG-2022-19 County Cook CONTRACTOR CERTIFICATIONS Local Public Agency Village of Buffalo Grove Section Number N/A ..._........ ....... Route Arlington n Heights Road The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Delinquency.The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Village of Buffalo Grove to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating.The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department or the Village of Buffalo Grove by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1)it has been finally adjudicated not guilty or(2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or(2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension.The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work,the contract or contracts executed for the completion of this work may be cancelled. 5. Conflict of Interest.The Village of Buffalo Grove Municipal Code requires the following verification relative to conflict of interest and compliance with general ethics requirements of the Village: The undersigned supplier herby represents and warrants to the Village of Buffalo Grove as a term and condition of acceptance of the this(bid or purchase order)that none of the following Village Officials are either an office or director of supplier or owns five percent(5%)or more of the Supplier:the Village President, the members of the Village Board of Trustees, the Village Clerk,the Village Treasurer,the members of the Planning&Zoning Commission,the Village Manager and his Assistant or Assistants, or the heads of the various departments of the Village of Buffalo Grove. If the foregoing representation and warranty is inaccurate, state the name of the Village official who either is an officer or director of your business entity or owns five percent(5%)or more thereof: (Official) Printed 5/25/2022 Page 7 of 8 BLR 12200(01108/14) RETURN WITH BID VoBG-2022-19 County Cook SIGNATURES Local Public Agency Village of Buffalo Grove Section Number N/A Route Arlington Heights Road (If an individual) Signature of Bidder Printed Name Business Address (If a partnership) Firm Name Signed By Printed Name Business Address Inset Names and Addressed of All Partners (If a corporation) Corporate Name Ajjaj,jQQ C00tractors,11]C Signed By ? Printed Name Scott A. at` �I��,t,f ce President Business Address 1166 Lake Woodstock, IL 60098 ............_ President Michael J ulsoll Insert Names of Officers Secretary Helen J. Ruth - rS4p8"' C Assistant secretary Printed 5/25/2022 Page 8 of 8 BLR 12200(01/08/14) Minos Dip e rtm n t Local A enc �Cc"n ortabo� Proposal Bid Bond Route Arlington Heights Road ID County Cook RETU RN WITH B._ Local Agency Village of Buffalo Grove Section PAPER BID BOND WE Alliance Contractors,Inc.,1166 Lake Avenue,Woodstock,IL 60098 as PRINCIPAL, and Travelers Casualty and Sure Company of America,215 Shuman Boulevard,Na erville,IL 60563 as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5!0 of the total bid price,orfor the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum- We bind ourselves,our heirs, executors,administrators,successors,and assigns,jointly pay to the LA this sum under the conditions of this instrument- WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence ofthe required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and anyother expense of recovery. IN TESTIMONY WHEREOF G e,said PRINCIPAL and the said SvURE'T Y have�tTausod Ihls.Instwment to be signed by their I respective officers this "� day of August 2022, AtllYnrt°4 Contractors,Inc. Principal ^nrrfar^ytvJai:Uwir'I _... (Company Name) B Vice President By zlflnatureYr and Title} (Signature and Title) (If PRINCIPAL is yInt enture of two or more contractors,the company na"tes,and authorized signatures of each contractor must be affixed.) Surety d Travelers Casualty and Surety Company of America B f .,�d "tn ,. �x," Name of Surety) m�In-Fa ( y) K, )hleen te�+�'art„ t`tattuiaatura�arrtlAte ma,, ll .."."...__..__.....� STATE OF ILLINOIS, COUNTY OF McHenry 1, Dawn Thibadeau a Notary Public in and for said county, do hereby certify that CO A Mar quart and Kathleen Stewart (Insert names of individuals signing on behalf of PRINCIPAL t&SURETY) mmITITm who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument art behalf of PRINCIPAL and SURETY,appeared before me this day in person and acknowledged respectively,that they signed and delivered said instruments as theirfree and voluntary act for the uses and purposes therein set forth, Given under my hand«a ................... -4th August 2022 OFFICIAUSa -.....___....__ M commission expires Ma..1# 026 - ::- _._.._:�~... NOTARY PUBLIC,STATE OF ILLINOIS (Notary Public) � � PAY c ��67 ��„....... ���. ,.. �,w�� � � � �„ ❑ Electronic bid bond is allowed(box nd is allowed) The Principal may submit an electronic bid band,in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below,the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors,an electronic bid bond ID code,company/Bidder name title and date must be affixed for each contractor in the venture.) �. ................ ... Electronic Bid Bond ID code (Company/Bidder Name) ............. (Signature and Title)..... ...........M� ._.......... Date Page 1 of 1 BLR'12230(Rev.7105) �� ... - . Travelers Casualty and Sure Company of America Travelers Ca sual and Sure Com an � TRAVELERSJ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Kathleen Stewart of Chicago/Naperville , Illinois , their true and lawful Aftorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. aon� � w•r s State of Connecticutm BY...City of Hartford ss. Robert L.liane,,:"enior VIce I res'lr9r rt �..-. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. PluTA19v q My Commission expires the 30th day of June;2026 rf , iemmmmITITITITITITna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this day of i "` , 2022 01--r c; aw�,�� * G Kevin F Hughes,Assistant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-named A ttorney(s)-in-Fact and the details of the bond to which this Po war ofA ttorney is attached. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 General Conditions 1. Scope of l♦M1ftack The provisions of Article 104.02 of the Standard Specifications are hereby amended as follows: "The Village of Buffalo Grove(Village) expressly reserves the right to remove from or add to the project any portions thereof included in the Arlington Heights Road Crosswalk Relocation. Such reductions or additions, if any, shall be made in writing by the Village prior to execution of the Contract Documents. Any reduction in the scope of work required by the Village prior to the execution of the Contract Documents shall not result in an adjustment to the contract or to the price originally bid." 2. Definition of Villa a of Buffalo Grove All references in the contract relating to the Department,Awarding Authority,Village of Buffalo Grove,Village etc.shall mean the Village of Buffalo Grove. 3. Clean Construction and Demolition Debris CCDD Material Disposal Work under this item shall be performed in compliance with the Illinois Environmental Protection Agency(IEPA)guidelines in effect at the time of construction. The Contractor will be required to make all arrangements for coordination and submission of the necessary documents with their chosen CCDD or other suitable disposal facility. Written confirmation of preliminary approval must be provided from the disposal facility and confirmed by the Owner as acceptable. All surplus, clean material generated from the Contractor's activities must be disposed of at an IEPA permitted CCDD or otherwise acceptable facility. The Contractor is responsible for providing documentation to the Owner for each load hauled off-site showing the quantity of material and the location the material was disposed of. Disposal of clean material not in compliance with these requirements will constitute breach of contract. If the Contractor fails to provide adequate documentation supporting the legal disposal of clean material according to this special provision, the Contractor shall be fined $1,000 per load of material and will assume all liability associated with material disposed of not in compliance with this special provision. No extra compensation will be allowed to the Contractor for any expenses incurred complying with these requirements including but not limited to: delays, inconvenience, or interruptions in the work resulting from compliance with these requirements.All costs associated with material disposal shall be included into the appropriate unit bid prices for the work. 4. JULIE Notification The Contractor shall call the Joint Utility Locating Information for Excavators (JULIE) (1-800-892-0123 or 811), a minimum of forty-eight (48)hours in advance of work being done in the area in accordance with Article 107.39 of the Standard Specifications. For utilities which are not members, excluding homeowners, the Contractor shall contact the owners directly. The Contractor will be required to cooperate with all utility companies and municipal agencies involved in connection with the removal, temporary relocation, reconstruction or abandonment by these agencies of any and all services. No additional compensation will be allowed the Contractor for any expense incurred by complying with these requirements,or because of delays, inconvenience or interruptions in his work resulting from the failure of the municipal agencies or utility company to remove, relocate,reconstruct or abandon their services. 5. Pre uglification of Bidders Bidders shall be prequalified with the Illinois Department of Transportation in accordance with Article 102.01 of the Standard Specifications and is required by all bidders. All bidders are required to fully register with the Village of Buffalo Grove,including IRS Form W-9,at: Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 htt s�llvra .vendorre ist .cornNendorlRe isterllndexlbuffalo rove-villa e-of-ihvendor re islration OR www.vbq.org,bids Select the link'Register My Business' Please contact Vendor Registry at(844)802-9202 for assistance in the registration process. The Village of Buffalo Grove reserves the right to reject any or all proposals if the bidder does not comply with the requirements as stated herein. 6. Completion Date The Contractor shall commence the work to be performed under this contract, on or near Tuesday, September 6, 2022. The work shall be prosecuted in such a manner and with such a supply of materials, equipment and labor as considered necessary to ensure its completion according to the time specified in the contract. The Contractor shall complete all work in the contract by (SEE SPECIAL PROVISIONS). In case of failure to complete the work on time, the provisions of Article 108.09 of the Standard Specifications shall apply following the calendar day schedule of deductions. The estimated Village Board award date for this project is Monday,August 15,2022. 7. Contract Sequencin The Contractor shall notify the Engineer at least 72 hours in advance of beginning work and 48 hours prior to construction commencement on each subsequent street. Construction operations shall be conducted in a manner such that streets will remain open to all traffic.At no time shall residents or business owners be kept out of their driveway over a weekend or holiday as defined in article 107.09 of the Standard Specifications. Work shall be scheduled so that it is continuous on the various roadways.The Contractor and approved Subcontractor(s)shall,at all times, employ and provide sufficient labor,tools, equipment, and other incidental items for prosecuting the work to full completion in the manner and time required by the contract. 8. Construction Work Periods Construction operations shall be completed in accordance with Article 107.09 of the Standard Specifications.All work shall be confined to the period beginning at 7:00 AM and ending at 6:00 PM on weekdays. No work shall be done on weekends or legal holiday periods as defined in Article 107.09 of the Standard Specifications. Any work outside the allowed time periods specified including but not limited to,material deliveries,mobilization of equipment,warming up machinery,and mobilization of equipment,a penalty of$1,000 per occurrence may be imposed. 9. Use of the Work Site Contractor shall use the Work Site solely to complete the Work and such related activities as may be authorized or directed by the Village. Except as provided herein,Contractor shall not(nor shall Contractor cause or permit any employee or person under Contractor's control)to display or broadcast commercial, political,or religious messages or advertisements of any nature at the Work Site or in connection with the Work. The foregoing shall not be construed to prohibit the following at the Work Site or in connection with the Work: (a) the use of equipment, materials, or other items (e.g. personnel uniforms and clothing) that identify the Contractor (such as by displaying the Contractor's name, logo, slogan, contact information, or similar messages) or that identify the maker or supplier of such equipment, material, or item; or(b)the use or display of signs, flags, cones, traffic control devices, markers, or other similar devices that reasonably relate to the Work, Work Site safety, public safety, or regulatory compliance; or(c) personal speech, religious practice, or expression by any individual performing Work or at the Work Site; or (d) upon written approval or direction of the Village, the display of information regarding the sponsor of the Work or funding sources for the Work, Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 In addition, Contractor shall not (nor shall Contractor require or permit its personnel, subcontractors, or subcontractors' personnel to) conduct any prohibited political activity at the Work Site or while performing the Work. Contractor and its personnel or subcontractors (including any subcontractor's personnel) shall not intentionally or knowingly use the Work Site or any other property or resources of the Village in connection with any prohibited political activity. For purposes of this section,the term"prohibited political activity"shall have the meaning set forth in Section 5 of the State Officials and Employees Ethics Act,5 ILCS 43011-5. 10. Pre-Construction Meeting Prior to commencing any construction operations,there shall be a pre-construction meeting.The Owner or Engineer will set the time and date of the meeting following Contract award. The following shall be submitted by the Contractor for review at the pre-construction meeting: A Progress Schedule in accordance with Article 108.02. The 24-hour emergency phone number and contact information of the assigned Contractor's superintendent,or otherwise. The name and 24-hour emergency phone number of the person in the direct employ of the Contractor who is responsible for administrating the Traffic Control and Protection on the Contract A list of subcontractors with contact information, including but not limited to name, phone number, and email address, and include quantity and type of work to be sublet for each respective subcontractor in accordance with Article 108.01 of the Standard Specifications. A list of proposed sources of material. Hot-mix asphalt and concrete mix designs,and respective quality control plans. Any applicable shop drawing submittals. 11. ,4uthori of the En sneer Revise Article 105.01 Author"i*ty of Engineer to read: "All work shall be done in accordance with the requirements of the Contract, the Engineer shall have the right, but not the obligation, to observe all work. The Engineer shall decide all questions that arise as to the interpretation of the Plans and Specifications and as to disputes and mutual rights between Contractors under the Specifications.The Engineer shall advise the Village of Buffalo Grove as to the quality and acceptability of materials furnished and work performed,rate of progress of the work,and acceptable fulfillment of the Contract. The Engineer will determine the amount of materials furnished and work performed. The Engineer's advice and determinations shall be conditions precedent to the right of the Contractor to receive money due the Contractor under the Contract." "The Engineer will notify the Contractor in writing if the work is to be suspended by the Village of Buffalo Grove wholly or in part due to the failure of the Contractor to carry out provisions of the contract;for failure to carry out orders;for such periods due to unsuitable weather;for conditions considered unsuitable for the prosecution of the work or for any other condition or reason deemed to be in the public interest." "In case of failure on the part of the Contractor to execute work as directed by the Engineer, the Village of Buffalo Grove may, at the expiration of a period of 48 hours after giving notice in writing to the Contractor, proceed to execute such work. as may be deemed necessary,and the cost thereof shall be deducted from compensation due or which may become due to the Contractor under the contract." The Engineer shall not assume any of the responsibilities of the Contractor's superintendent or of subcontractors; shall not expedite the work for the Contractor; and shall not advise on, or issue directions concerning aspects of construction means, methods, techniques, sequences or procedures,or safety precautions in connection with the work. 1 2.Status of Utilities(D-1'1 (PER IDOT DISTRICT 1 SPECIAL PROVISIONS) Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 UTILITIES TO BE ADJUSTED (PER IDOT DISTRICT 1 STATUS OF UTILITIES SPECIAL PROVISION) UTILITIES TO BE WATCHED AND PROTECTED, (PER IDOT DISTRICT 1 STATUS OF UTILITIES SPECIAL PROVISION) 13..Protection of Mailboxes The Contractor shall take all necessary precautions when working near mailboxes within or adjacent to the project limits. If at the Contractors discretion, a mailbox will interfere with construction operations, a temporary mailbox shall be located per the United States Postal Service requirements and the permanent mailbox reinstalled following said operation. At no time shall a resident be without a mailbox or not receive mail due to a mailbox being removed,replaced or damaged.The Contractor shall replace,at no additional cost to Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 the Owner,any mailbox or post which has been damaged by the Contractor's operations due to neglect,misconduct or poor workmanship. The cost of all materials required and all labor necessary to comply with this specification herein will not be paid for separately,but shall be considered as included in the unit prices bid and no additional compensation shall be allowed. The Contractor must maintain access for both residents and mail carriers to all mailboxes throughout the duration of the project. 14. Saw Cutt na The Contractor shall be required to perform a perpendicularly straight joint by full-depth machine sawing of all proposed items to be removed prior to removal operations to prevent damage or spalling to existing hardscape to remain. Simple or partial depth scoring shall not be permitted. Saw cut locations may or may not be shown on the plans, however, shall be required in the field. All sawcut slurry, regardless of the amount, shall be promptly removed to prevent tracking. Any slurry tracked or left on surfaces to remain shall be thoroughly cleaned or replaced,at the direction of the Village or Engineer,by the Contractor at no additional cost to the Village. The Contractor shall replace, at no additional cost to the Village, any hardscape, outside of the limit of improvements, damaged by the Contractor's operations due to neglect,misconduct,or poor workmanship. 15. Use of Fire Hydrants The indiscriminate use of fire hydrants is strictly prohibited The Contractor can obtain non-potable water in bulk at no charge at the Buffalo Grove Public Works Department, 51 Raupp Blvd. The Contractor shall provide a water truck or containment and driver to obtain and transport the water.All water obtained from the Village shall be used for this project only. If deemed necessary, the Village reserves the right to restrict or refuse the use of Village water. The Contractor will be responsible for executing the required paperwork and follow all requirements of the Village. If it is determined that the Contractor or its subcontractors operate or use a Village fire hydrant, a monetary penalty of$1,000 per occurrence that will be imposed. 16, Dust Control The Contractor shall be required to control dust or air-borne dirt resulting from construction operations by utilizing a mechanical street sweeper on all pavement within or adjacent to the project work zone throughout the duration of the project. The resulting debris shall be disposed of off-site in accordance with Article 202.03 of the Standard Specifications. Individual fire hydrant use shall not be permitted to control dust at specific locations. The Contractor shall provide dust control operations daily or as directed by the Engineer and as per the contract Special Provision for DUST CONTROL WATERING. 17.LandFape Restoration. This work shall include all labor, material, and equipment necessary to furnish, install, and maintain pulverized topsoil, seed, and granular mulch in accordance with Sections 211 and 250 of the Standard Specifications and as specified herein. This general condition shall only apply when the area of disturbance is six (6) inches or less from the edge of the proposed hardscape. When additional landscape restoration is required by the Engineer to blend the new sidewalk elevation to the existing terrain over a minimal slope, the applicable pay item shall be used and the work paid for accordingly. Pulverized topsoil shall not be placed until all irregularities,depressions, or high points in the surface are removed and smooth to the lines and grades as directed by the Engineer. The surface of the topsoil shall be blended to match the existing terrain, and be free from clods, stones,sticks,and debris. The Contractor shall furnish and place IDOT Class 1A salt tolerant lawn mixture, produced and tested in the current year, and be free of weeds. Within 24 hours of seed placement, granular mulch made from recycled wood and cellulose fibers shall be placed on the areas specified. Mulch shall be applied uniformly and in accordance with the manufacturer's recommendation. The granular mulch shall be produced by Profile®Seed Aide®CoverGrowTM or approved equal. It is recommended that the Contractor water each area every other day at a rate of three(3)gallons per square yard,however,it is the sole and exclusive responsibility of the Contractor to make required adjustments to the watering rate or schedule. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 18. Earth Excavation All earth excavation required to complete this project to the proposed lines,grades, and cross sections shall be in accordance with Section 202 of the Standard Specifications. Earth excavation will not be paid for separately but shall be included in the cost of the item requiring the excavation. All surplus excavated material shall be disposed of off-site in accordance with Article 202.03 of the Standard Specifications. 19. Traffic Control and Protection, (PER SPECIAL PROVISIONS FOR PAY ITEMS) 20. Maintenance of Roadways (PER IDOT DISTRICT 1 MAINTENANCE OF ROADWAYS SPECIAL PROVISION) Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 21. Indemnification To the fullest extent permitted by law, the Contractor agrees to defend, pay on behalf of, indemnify, and hold harmless the Village, its elected and appointed officials, agents, employees and volunteers and others working on behalf of the Village against any and all claims, demands,suits or loss,including all costs connected therewith,and for any damages which may be asserted,claimed or recovered against or from the Village, its elected and appointed officials, agents,employees and volunteers and others working on behalf of the Village, by reason of personal injury,including bodily injury and death,and/or property damage,whether damage to property of the Village or of a third party,including loss of use thereof,which arises out of or is in any way connected or associated with the Contract and the Work. For this project, the Village may hire a Consultant. The Contractor shall indemnify the Consultant in the same manner as the Village, as stated above. 22. Insurance Reu rements 12.04.080-Insurance. A. Required Coverages and Limits. Unless otherwise provided by franchise, license, or similar agreement, each Contractor occupying right-of-way or constructing any facility in the right-of-way shall secure and maintain the following liability insurance policies insuring the Contractor as named insured and naming the Village, and its elected and appointed officers, officials, agents, and employees and Gewalt Hamilton Associates, Inc.and employees as additional insureds on the policies listed in subsection (A)(1)and (A)(2)of this section: 1. Commercial general liability insurance, including premises-operations, explosion, collapse, and underground hazard (commonly referred to as "X," "C," and "U" coverages) and products-completed operations coverage with limits not less than: a. Five million dollars for bodily injury or death to each person, b. Five million dollars for property damage resulting from any one accident,and C. Five million dollars for all other types of liability; 2. Automobile liability for owned,non-owned and hired vehicles with a combined single limit of one million dollars for personal injury and property damage for each accident; 3. Worker's compensation with statutory limits;and 4. Employer's liability insurance with limits of not less than one million dollars per employee and per accident. If the Contractor is not providing such insurance to protect the contractors and subcontractors performing the work, then such contractors and subcontractors shall comply with this section. B. Excess or Umbrella Policies. The coverages required by this section may be in any combination of primary, excess, and umbrella policies.Any excess or umbrella policy must provide excess coverage over underlying insurance on a following-form basis such that when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover such loss. C. Copies Required. The Contractor shall provide copies of any of the policies including all endorsements or certificates required by this section to the Village within ten calendar days following receipt of a written request therefor from the Village. D. Maintenance and Renewal of Required Coverages. The insurance policies required by this section shall contain the following endorsement: "It is hereby understood and agreed that this policy may not be canceled nor the intention not to renew be stated until thirty (30) calendar days after receipt by the Village, by registered mail or certified mail, return receipt requested, of a written notice addressed to the Village Manager of such intent to cancel or not to renew." Within ten (10) calendar days after receipt by the Village of said notice, and in no event later than ten (10) calendar days prior to said cancellation,the Contractor shall obtain and furnish to the Village evidence of replacement insurance policies meeting the requirements of this section. E. Self-Insurance.A Contractor may self-insure all or a portion of the insurance coverage and limit requirements required by subsection A of this section.A Contractor that self-insures is not required,to the extent of such self-insurance,to comply with the requirement Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 for the naming of additional insureds under subsection A of this section, or the requirements of subsections B through D of this section. A Contractor that elects to self-insure shall provide to the Village evidence sufficient to demonstrate its financial ability to self-insure the insurance coverage and limit requirements required under subsection A of this section, such as evidence that the Contractor is a"private self-insurer"under the Workers Compensation Act. F. Effect of Insurance and Self-Insurance on Contractor's Liability.The legal liability of the Contractor to the Village and any person for any of the matters that are the subject of the insurance policies or self-insurance required by this section shall not be limited by such insurance policies or self-insurance or by the recovery of any amounts thereunder. G. Insurance Companies.All insurance provided pursuant to this section shall be effected under valid and enforceable policies, issued by insurers legally able to conduct business with the licensee in the State of Illinois.All insurance carriers and surplus line carriers shall be rated"A-"or better and of a class size"X"or higher by A.M.Best Company. H. Verification of Coverage. Contractor shall furnish the Village with certificates of insurance naming the Village, its officials, agents, employees, and volunteers as additional insured's and with original endorsements, affecting coverage required herein.The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Village before any work commences.The Village reserves the right to request full certified copies of the insurance policies and endorsements. I. Subcontractors. Contractor shall include all subcontractors as insured's under its policies or shall furnish separate certificates and endorsements for each subcontractor.All coverage's for subcontractors shall be subject to all of the requirements stated herein. J. Assumption of Liability.The contractor assumes liability for all injury to or death of any person or persons including employees of the contractor, any subcontractor, any supplier or any other person and assumes liability for all damage to property sustained by any person or persons occasioned by or in any way arising out of any work performed pursuant to the Contract. K. Workers' Compensation and Employers' Liability Coverage. The insurer shall agree to waive all rights of subrogation against the Village of Buffalo Grove, its officials,employees, agents and volunteers for losses arising from work performed by Contractor for the municipality. L. Failure to Comply. In the event the Contractor fails to obtain or maintain any insurance coverage's required under this contract,The Village may purchase such insurance coverage's and charge the expense thereof to the Contractor. Nothing contained herein is intended to constitute, nor shall it constitute a waiver of the rights, defenses and/or other immunities provided or available to the Village under law including,but not limited to,the Local Governmental and Governmental Employees Tort Immunity Act. 23. Accidents In the event of any accident of any kind that involves the general public or property of the Village or a third party, the Contractor shall immediately notify the Village by phone as well as provide Notice of the same.The Notice shall include a full accounting of all details of the accident. The Contractor shall furnish the Village with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. 24. No Assignment If the Contractor sublets or assigns any part of the Work then the Contractor shall not under any circumstances be relieved of its liabilities hereunder. All transactions of the Village shall be with the Contractor. Subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence.The Contractor shall not assign, transfer, convey, sell or otherwise dispose of the whole or any part of this Contract to any person, firm or corporation without written consent of the Village or authorized representative. 25. Default The following shall constitute a default an"Event of Default"by the Contractor under this Contract: A. If the Contractor shall fail to strictly observe or perform one or more of the terms, conditions, covenants and agreements of this Contract; Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 B. If there shall be placed on any property owned by the Village any mechanics',materialmens'or suppliers'lien; C. If there shall be instituted any proceeding against the Contractor seeking liquidation, dissolution or similar relief and the same shall not be dismissed within forty-five(45)calendar days; D. If there shall be appointed any trustee,receiver or liquidator of the Contractor and such appointment shall not have been vacated within forty-five(45)calendar days;and E. If the Contractor fails to maintain or obtain any and all permits, licenses and the like, if any, required by the Village, State or Federal governments for the Work. Upon any Event of Default the Village shall have the option of(i)terminating the Contract;(ii)pursuing any remedy available to it at law or in equity; or (iii) pursuing both simultaneously. In addition, upon an Event of Default, the Village may withhold payments due to the Contractor until it has hired a replacement of the Contractor and deducted all costs of hiring a replacement. 26. Delays The Contractor shall not be liable in damages for delays in performance when such delay is the result of fire,flood,strike, acts of God,or by any other circumstances which are beyond the control of the Contractor;provided,however, under such circumstances the Village may, at its option,cancel the Contract. 27. Compliance With Laws The Contractor shall comply with all applicable laws, regulations and rules promulgated by any federal, state, local,or other governmental authority or regulatory body pertaining to all aspects of the Work, now in effect,or which may become in effect during the performance of the Work.The scope of the laws,regulations,and rules referred to in this paragraph includes,but is in no way limited to,the Illinois Human Rights Act, Illinois Equal Pay Act of 2003, Occupational Safety & Health Act along with the standards and regulations promulgated pursuant thereto (including but not limited to those safety requirements involving work on elevated platforms), all forms of traffic regulations, public utility, Interstate and Intrastate Commerce Commission regulations,Workers'Compensation Laws, Public Construction Bond Act, Public Works Preference Act, Employment of Illinois Workers on Public Works Act, USA Security Act,federal Social Security Act (and any of its titles), and any other law, rule or regulation of the Illinois Department of Labor, Department of Transportation, Illinois Environmental Protection Act, Illinois Department of Natural Resources, Illinois Department of Human Rights, Human Rights Commission, EEOC,and the Village of Buffalo Grove.Notwithstanding the following,the Contractor shall particularly note that: A. NO DISCRIMINATION — The Contractor shall comply with the provisions of the Illinois Public Works Employment Discrimination Act and the Illinois Human Rights Act/Equal Opportunity Clause which,pursuant to Illinois law,are deemed to be part of this Contract. B. FREEDOM OF INFORMATION-The Contractor agrees to furnish all documentation related to the Contract,the Work and any documentation related to the Village required under an Illinois Freedom of Information Act(ILCS 140/1 et.seq.) ("FOIX)request within five(5)calendar days after the Village issues Notice of such request to the Contractor.The Contractor agrees to defend, indemnify and hold harmless the Village, and agrees to pay all reasonable costs connected therewith (including, but not limited to attorney's and witness fees, filing fees and any other expenses) for the Village to defend any and all causes, actions, causes of action, disputes, prosecutions, or conflicts arising from Contractor's actual or alleged violation of FOIA or the Contractor's failure to furnish all documentation related to a FOIA request within five (5)calendar days after Notice from the Village for the same. Furthermore,should the Contractor request that the Village utilize a lawful exemption under FOIA in relation to any FOIA request thereby denying that request, Contractor agrees to pay all costs connected therewith (such as attorneys'and witness fees,filing fees and any other expenses)to defend the denial of the request. This defense shall include, but not be limited to, any challenged or appealed denials of FOIA requests to either the Illinois Attorney General or a court of competent jurisdiction. C. ILLINOIS WORKERS ON PUBLIC WORKS ACT-To the extent applicable, the Contractor shall comply with the Illinois Workers on Public Works Act, 30 ILCS 570/1 et seq., and shall provide to the Village any supporting documentation necessary to show such compliance. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 D. NOT A BLOCKED PERSON - The Contractor affirms and covenants that neither the Contractor nor any individual employed by the Contractor for this Work or under this Contract is a person forbidden from doing business with a unit of local government under Executive Order No. 13224 (Sept 23, 2001), 66 Fed.Reg. 49,079 (Sept 23, 2001) or is a person registered on the Specially Designated Nationals and Blocked Persons List.The Contractor shall indemnify the Village from all costs associated with failure to comply with this paragraph. E. SUBSTANCE ABUSE PREVENTION ON PUBLIC WORKS ACT - The Contractor knows, understands and acknowledges its obligations under the Substance Abuse Prevention on Public Works Act(820 ILCS 26511 et seq.),and shall comply and require all subcontractors and lower tiered contractors to comply with the requirements and provisions thereof. 28. No Waiver of Rights A waiver by the Village of any Event of Default or any term of provision of this Contract shall not be a waiver of the same Event of Default, another Event of Default or any other term or provision of this Contract. 29. Termination of the Contract. Voluntary Termination. Notwithstanding any other provision hereof, the Village may terminate this Contract during the Initial Term with or without cause,at any time upon thirty(30)calendar days prior written notice to the Contractor. Termination for Breach.Either party may terminate this Contract upon written notice to the other party following material breach of a material provision of this Contract by the other party if the breaching party does not cure such breach within fifteen (15)calendar days of receipt of written notice of such breach from the non-breaching party. 30. Controlling Law,and Venue This Contract is entered into in the State of Illinois,for work to be performed in the State of Illinois and shall be governed by and construed in accordance with the laws of the State of Illinois.Any legal matters or dispute shall be resolved in the Circuit Court of Cook County and the Parties hereby submit to the jurisdiction of such Circuit Court. This Contract shall be construed without regard to any presumption or other rule requiring construction against the Party causing the Contract to be drafted. 31. Miscellaneous A. AMENDMENT—This Contract may be amended only in writing executed by both Parties. B. NO RECORDING—This Contract, or a memorandum thereof, may not be recorded in any form by either Party. If either Party records this Contract,or a memorandum thereof,they shall immediately file a release of the same. C. SECTION HEADINGS — The headings in the Contract are intended for convenience only and shall not be taken into consideration in any construction or interpretation of the Contract. D. NO THIRD PARTY BENEFICIARIES—This Contract does not confer any rights or benefits on any third party. E. BINDING EFFECT — This Contract shall be binding and inure to the benefit of the Parties hereto, their respective legal representatives,heirs and successors-in-interest. F. ENTIRE AGREEMENT — This Contract supersedes all prior agreements and understandings and constitutes the entire understanding between the Parties relating to the subject matter hereof. G. SEVERABILITY-If any term,condition or provision of the Contract is adjudicated invalid or unenforceable,the remainder of the Contract shall not be affected and shall remain in full force and effect,to the fullest extent permitted by law. H. TORT IMMUNITY DEFENSES- Nothing contained in this Contract is intended to constitute nor shall constitute a waiver of the rights, defenses, and immunities provided or available to the Village under the Local Governmental and Governmental Employees Tort Immunity Act,745 ILCS 10 et seq. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 32. Application For Payment 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 according to Article 109.02 of the Standard Specifications.For each pay period,the quantity cut off will be the first Saturday of each month.During the second week,the Engineer and Contractor will agree to the quantities completed to- date.The Contractor shall submit an agreed upon invoice electronically to the Engineer by the end of the working day of the third Monday of the month. The Village will begin their payment process and will result in the review of the payment at the next regularly scheduled Village Board meeting. Prior to the release of payment, the Contractor shall submit electronically, all certified payroll reports, applicable waivers, and a notarized and signed clarifying statement for Village Attorney review and subsequent approval. Prior to the release of the check,hard-copies of all applicable waivers and the clarifying statement shall be received by the Village. All payments under this Contract must be approved by the Village Board at a regularly scheduled meeting.The Village reserves the right to request any receipts, invoices, proof of payments as the Village, in its sole discretion, may deem necessary to justify the payment requested prior to paying the requested payment.A Final Lien Waiver from the Contractor,its subcontractors,and all material suppliers shall be furnished with the final application for payment. The Contractor acknowledges that the Village is a unit of local government and that all payments under the Contract are subject to the Local Government Prompt Payment Act, 50 ILCS 505 et seq.To that extent, the Village shall have forty-five calendar (45) days from receipt of a bill or invoice to pay the same before it is considered late under the Contract. Interest, if any, charged for any late payments will be subject to the interest rate caps specified in the Prompt Payment Act. 33. Certified Pa roll Reports Pursuant to PA 100-1177 the Illinois Department of Labor (IDOL) has activated an electronic database (Payroll Portal) capable of accepting and retaining certified payrolls submitted under the State of Illinois Prevailing Wage Act(820 ILCS/130/1) . All contractors and subcontractors completing work for the Village of Buffalo Grove pursuant to the Act must submit all certified payroll through the IDOL Payroll Portal. The Village is an Illinois unit of local government and the Work hereunder is subject to the Illinois Prevailing Wage Act, 820 ILCS 130/0.01, et seq. Consequently, the Contractor and each subcontractor shall submit with their application for payment(s) the email certification received from their IDOL Payroll Portal submittal with each of their pay requests. Any delay in processing the payments due to a lack of aforementioned email certification shall not be an event of default by the Village and shall not excuse any delay by the Contractor who shall proceed with the Work as if no delay in payment has occurred.The Contractor and Village shall agree to take any further steps not outlined above to ensure compliance with the Prevailing Wage Act. Upon two business days' Notice, the Contractor and each subcontractor shall make available to the Village their records to confirm compliance with the Prevailing Wage Act. Finally, to ensure compliance with Prevailing Wage Act,the Contractor and each subcontractor shall keep for a period of not less than 5 years after the Work has been completed records of all laborers, mechanics, and other workers employed by them for the Work;the records shall include each worker's name, address, telephone number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, the starting and ending times of work each day and, when available, last four digits of the social security number.The Contractor shall provide a list of every name,address,phone number and email of every sub-contractor for the Work. If the contractor must submit the payroll to the Village of Buffalo Grove for reasons outside of their control, the Village requests that the Contractor submit all certified payroll reports, including subcontractors, and EEO reporting be sent electronically in separate files for each respective Contractor/subcontractor with the weeks ending date in the file name to ajarson@vbgorg (i.e. Contractor Name Week Ending.pdf)as shown in the sample letter in Exhibit D. The Contractor is responsible for providing all records in accordance with the Illinois Department of Labor's(IDOL) requirements pertaining to the Prevailing Wage Act on the standard IDOL form. Only the last four (4) digits of the employee's social security number will be required; the remaining digits shall be "X" or redacted. To complete the certified payroll request for release of payment, the Contractor must supply a signed and notarized written statement that all necessary documentation has been turned over for the pay period pertaining to that payment requested. Under P.A.98-0328,the public body must retain copies of the certified payroll for 5 years rather than 3 years as was the case previously. The Illinois Department of Labor (IDOL) has created model certified payroll forms which can be found at the IDOL website www.illinois.gov/idol.the new form consists of three pages identified as the"certified transcript of payroll affidavit"and"certified transcript of payroll instructions".The new forms on the IDOL website can be filled in online and then printed out. under P.A. 98-0482, contractors and subcontractors will have to provide additional information with respect to working hours,wage rates,overtime rates and fringe benefits. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 The IDOL's model certified payroll forms are the most current forms for compliance with P.A. 98-0482 and should be used in public works contracts. 34. Moneta Penalties All work shall be completed in accordance with the Contract Documents in a reasonable and timely manner.For each occurrence that work is not completed in a reasonable and timely manner, a monetary penalty will be deducted from the final pay application. The Contractor shall make themselves and all subcontractors aware of the following deficiency and deductions: ...... Descr-ption Penal Per Occurrence __. ....... Failure to Swee Roadway $250 Calendar Da Failure to Maintain Trench $250 Calendar Day _.... _ ......... _ .... ......_.. Failure to Adhere to Period of Establishment Requirements $250 Calendar Da Distributin Una roved Resident Notices $100 Household Failure to Distribute Notices in a Timely Manner $100 Household Failure to Distribute Notice to Resident $100 Household Failure to Provide Access in a Ti 2e Manner $250 Household/Occurrence Per Da Failure to Provide Weekly Update to Engineer/Maintain Schedule $1,000 Per Occurrence Failure to Attend a Scheduled Weekly Meeting $1,000 Per Occurrence _IT Failure to Respond in a Timely Manner to a Resident $250 Calendar Da Failure to Ramp Roadwa or Drivewa $250 House hold/Roadwa Per Da Use of Fire Hydrant or Valve $1,000 1 Each Failure to Provide Maintenance of Roadway in a Timely Manner as Determined by the Engineer $1,000 Calendar Day Enterinq Private Property $500 Per Occurrence Failure to Provide Portable Facilities $100 Calendar Da Illicit Discharge of Silt or Construction Debris $1,000 Per Occurrence Failure to Submit Sho Drawings on Time $500 1 Per Occurrence Failure to Maintain Erosion and/or Sediment Control Devices $1,000 Per Occurrence WorkingWork Hours $1 Outside Allowable _ ,000 Per Occurrence At the discretion of the Engineer and without notice,the Contractor shall have deducted the monetary penalty amount as listed above for each occurrence on the final pay application. 35. Public Notification The Contractor shall be required to provide and distribute letters to residents or business owners anytime access will be affected to a home or utility service is interrupted.This general condition shall only apply when access will be directly affected for greater than four(4) hours, or as directed by the Engineer.Public notification shall not be required for every residence within the project limits. Letters shall be typed on standard 8.5" x 11" paper and an envelope may or may not be used. All letters, including those written and distributed by a subcontractor,shall be printed on the General Contractor's letterhead and shall include the name,address, and telephone number of the General Contractor's person in charge. Letters shall be taped to a non-painted surface using painters tape or approved equal, and will be placed in as many locations as needed to ensure they will be visible to residents. Distributing letters via mailbox is discouraged,however,must be compliant with all United States Postal Service federal regulations.Notification letters shall include but is not limited to the following: • Exact day and time work is to begin that will affect access(weather permitting). • How the resident will know they may resume normal access to their property. Arlington Heights Road Crosswalk Relocation Village of Buffalo Grove VoBG-2022-19 • The anticipated length of the closure(no more than one week will be permitted). • Specific location where parking is permitted,both overnight and during the working day(as signed and normally permitted during daytime). • The Village of Buffalo Grove Police Department has been notified that overnight parking will be permitted.(It shall be the responsibility of the Contractor to confirm this with the Village.) • The Contractor will go door-to-door the moment prior to work is to begin to ensure all accommodations are made. • General Contractor's person in charge name and contact information for additional information or specific requests. • If applicable,provide Resident flushing procedures(following reconnection of the water service,resident to flush inside of the house via the bath or utility sink for ten minutes prior to consumption). Notification letters shall be distributed a minimum of 24 hours prior to access being affected or otherwise. If this requirements is not met, work shall not commence. All letters must be approved by the Village or Engineer prior to and for each individual distribution. Additional letters may be required when weather or other unforeseen circumstances change the schedule.When requested,the Contractor is required to return or provide correspondence from a resident within 24 hours. Under special circumstances,the Village,may choose to write a notification letter and the Contractor shall still be responsible for delivering the letter as specified herein.An example of a resident notification letter can be found in Appendix A. The Contractor must comply with all of the above-mentioned statements otherwise a monetary penalty of $100 per household, per calendar day shall be imposed. 36. Maintenance Bond The Contractor will be required to post a Maintenance Bond for a period of One Year(1-yr)from the date of final acceptance by the Village. Final acceptance will be the date the Final Payment is made to the Contractor.The bond shall be in a form acceptable to the Village in the amount of 10% (ten percent) of the awarded contract value. Unless under emergency situations, the Village will offer the Contractor the ability to fix or repair any item prior to the bond being called. If the Contractor elects to perform the repairs themselves, all work must be complete within 14 calendar days of notice from the Village or the Village reserves the right to perform the repairs themselves. The Maintenance Bond shall cover all necessary repairs or replacements as deemed necessary by the Village due to poor workmanship, failed materials,settlement of trenches,excessively spalled,chert popped or cracked concrete,storm and water main failures, restoration establishment,and other items as completed by the Contractor. All required pavement repairs shall be from the curb line to the nearest cold joint. Pavement repairs shall have all joints routed and filled with crack seal material including along the edge of pavement,one month after installation. If the Contractor elects to not perform the repairs or does not perform them in the time allotted,the Village will perform the work and collect from the bond any damages incurred by the Village to perform the repairs. Ifnois Department Check Sheet for Recurring Special Provisions f Transportation Local PublicAgenwwwwwww County Section Number illage of Buffalo Grove Coo ❑ Check this box for lettings prior to 01/01/2022. The Following Recurring Special Provisions Indicated By An"X"Are Applicable To This Contract And Are Included By Reference. Check Sheet# emospTA;g 'p- 1 ❑ Additional State Requirements for Federal-Aid Construction Contracts 1 2 ❑ Subletting of Contracts(Federal-Aid Contracts) 4 3 ❑ EEO 5 4 ❑ Specific EEO Responsibilities Non Federal-Aid Contracts 15 5 ❑ Required Provisions-State Contracts 20 6 ❑Asbestos Bearing Pad Removal 26 7 ❑Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 27 8 ❑ Temporary Stream Crossings and In-Stream Work Pads 28 9 ® Construction Layout Stakes 29 10 ❑ Use of Geotextile Fabric for Railroad Crossing 32 11 ❑ Subsealing of Concrete Pavements 34 12 ❑ Hot-Mix Asphalt Surface Correction 38 13 ❑ Pavement and Shoulder Resurfacing 40 14 ❑ Patching with Hot-Mix Asphalt Overlay Removal 41 15 ❑ Polymer Concrete 43 16 ❑ PVC Pipeliner 45 17 ❑ Bicycle Racks 46 18 ❑ Temporary Portable Bridge Traffic Signals 48 19 ❑ Nighttime Inspection of Roadway Lighting 50 20 ❑ English Substitution of Metric Bolts 51 21 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 52 22 ❑ Quality Control of Concrete Mixtures at the Plant 53 23 ® Quality Control/Quality Assurance of Concrete Mixtures 61 24 ❑ Digital Terrain Modeling for Earthwork Calculations 77 25 ❑ Preventive Maintenance-Bituminous Surface Treatment(A-1) 79 26 ❑ Temporary Raised Pavement Markers 85 27 ❑ Restoring Bridge Approach Pavements Using High-Density Foam 86 28 ❑ Portland Cement Concrete Inlay or Overlay 89 29 ❑ Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 93 30 ❑ Longitudinal Joint and Crack Patching 96 31 ❑ Concrete Mix Design-Department Provided 98 32 ❑ Station Numbers in Pavements or Overlays 99 Printed 07/05/22 Page 1 of BLR 11300(Rev.11/10/21) Local Public Meney CoUnt Section Number Village of Buffalo Grove rCog o k_. TheFo|bwingLnco| Roodo&ndS8netoRocunhng8pena| Pmvisiuno|ndicatedByAn"X'Are Applicable To This Contract And Are Included ByReference: �e",P&5h-oet � LRG1 Reserved 101 LRG2 Fj Furnished Excavation 102 LR85 Z Work Zone Traffic Control Surveillance 105 LR84 0F|oggerain Work Zones 104 LR85 Z Contract Claims 105 LRGO Z Bidding Requirements and Conditions for Contract Proposals 108 LRG7 [] Bidding Requirements and Conditions for Material Proposals 112 LRGO Reserved 118 LR88 Bituminous Surface Treatments 119 LR81O Reserved 123 LRG11 Employment Practices 124 LRG12 Z Wages of Employees on Public Works 120 LRG13 Z Selection ofLabor 12e LR8 14 F] Paving Brick and Concrete Paver Pavements and Sidewalks 129 LRG15 F] Partial Payments 182 LRG1D F-1 Pr otests 133 LRG17 Z Substance Abuse Prevention Program 134 LRO1O 0 Multigrade Cold Mix Asphalt 155 LR818 [� Reflective Crack Control Treatment 136 P,mteuo7momc Page omu oLR11non(Rov.11/1mc1) BDE SPECIAL PROVISIONS For the August 5, 2022 and September 23, 2022 Lettings The following special provisions indicated by a "check mark" are applicable to this contract and will be included by the Project Coordination and Implementation Section of the BD&E. An " indicates a new or revised special provision for the letting. File Name # Effective Revised 80099 1 EI Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2022 80274 2 El Aggregate Subgrade Improvement April 1, 2012 April 1, 2022 80192 3 ❑ Automated Flagger Assistance Device Jan. 1, 2008 80173 4 ❑ Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 ❑ Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 Jan. 1, 2022 80436 6 F/� Blended Finely Divided Minerals April 1, 2021 80241 7 ❑ Bridge Demolition Debris July 1, 2009 50531 8 ❑ Building Removal Sept. 1, 1990 Aug, 1„ 2022 50261 9 ❑ Building Removal with Asbestos Abatement Sept. 1, 1990 Aug. 1„ 2022 80384 10 ❑✓ Compensable Delay Costs June 2, 2017 April 1, 2019 80198 11 ❑ Completion Date (via calendar days) April 1, 2008 80199 12 ❑ Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 13 ❑ Concrete Box Culverts with Skews> 30 Degrees and April 1, 2012 July 1, 2016 Design Fills<_5 Feet 80311 14 ❑ Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80261 15 ❑ Construction Air Quality-Diesel Retrofit June 1, 2010 Nov. 1, 2014 80434 16 ❑ Corrugated Plastic Pipe(Culvert and Storm Sewer) Jan. 1, 2021 80029 17 ❑ Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80229 18 ❑ Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80433 19 ❑ Green Preformed Thermoplastic Pavement Markings Jan. 1, 2021 Jan. 1, 2022 80422 20 ❑ High Tension Cable Median Barrier Jan. 1, 2020 Jan. 1, 2022 80443 21 ❑ High Tension Cable Median Barrier Removal April 1, 2022 80442 22 ❑ Hot-Mix Asphalt Jan. 1, 2022 Aug. 1, 2022 80444 23 ❑ Hot-Mix Asphalt- Patching April 1, 2022 80438 24 ❑ Illinois Works Apprenticeship Initiative-State Funded Contracts June 2, 2021 Sept. 2, 2021 80411 25 ❑ Luminaires, LED April 1, 2019 Jan. 1, 2022 80045 26 ❑ Material Transfer Device June 15, 1999 Jan. 1, 2022 80418 27 ❑ Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 Nov. 1, 2020 80430 28 0 Portland Cement Concrete-Haul Time July 1, 2020 34261 29 ❑ Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2022 80395 30 ❑ Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 31 ❑ Speed Display Trailer April 2, 2014 Jan. 1, 2022 80127 32 ❑ Steel Cost Adjustment April 2, 2004 Jan. 1, 2022 80397 33 ❑ Subcontractor and DBE Payment Reporting April 2, 2018 80391 34 0 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80437 35 ❑ Submission of Payroll Records April 1, 2021 80435 36 ❑ Surface Testing of Pavements-IRI Jan. 1, 2021 Jan. 1, 2022 80410 37 ❑ Traffic Spotters Jan. 1, 2019 20338 38 ❑ Training Special Provisions Oct. 15, 1975 Sept. 2, 2021 80318 39 ❑ Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80429 40 ❑ Ultra-Thin Bonded Wearing Course April 1, 2020 Jan. 1, 2022 80440 41 ❑ Waterproofing Membrane System Nov. 1, 2021 80302 42 ❑ Weekly DBE Trucking Reports June 2, 2012 Nov. 1, 2021 80427 43 ❑ Work Zone Traffic Control Devices Mar. 2, 2020 80071 44 ❑✓ Working Days Jan. 1, 2002 The following special provisions have been deleted from use. File Name Special Provision Title Effective Revised 50481 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 80439 Vehicle and Equipment Warning Lights Nov. 1, 2021 The following special provisions are in the 2022 Standard Specifications and Recurring Special Provisions. File Name Special Provision Title New Locations s) Effective Revised 80425 Cape Seal Sections 405, 1003 Jan. 1, 2020 Jan. 1,2021 80387 Contrast Preformed Plastic Pavement Marking Articles 780.08, 1095.03 Nov. 1,2017 80402 Disposal Fees Article 109.04(b) Nov. 1,2018 80378 Dowel Bar Inserter Articles 420.03, 420.05, 1103.20 Jan. 1, 2017 Jan. 1, 2018 80421 Electric Service Installation Articles 804.04, 804.05 Jan. 1, 2020 80415 Emulsified Asphalts Article 1032.06 Aug. 1, 2019 80423 Engineer's Field Office and Laboratory Section 670 Jan. 1, 2020 80417 Geotechnical Fabric for Pipe Underdrains and Articles 1080.01(a), 1080.05 Nov. 1, 2019 French Drains 80420 Geotextile Retaining Walls Article 1080.06(d) Nov. 1, 2019 80304 Grooving for Recessed Pavement Markings Articles 780.05, 780.14, 780.15 Nov. 1, 2012 Nov. 1, 2020 80416 Hot-Mix Asphalt-Binder and Surface Course Sections 406, 1003, 1004, 1030, July 2, 2019 Nov. 1, 2019 1101 80398 Hot-Mix Asphalt-Longitudinal Joint Sealant Sections 406, 1032 Aug. 1, 2018 Nov. 1, 2019 80406 Hot-Mix Asphalt-Mixture Design Verification Sections 406, 1030 Jan. 1, 2019 Jan.2, 2021 and Production (Modified for I-FIT) 80347 Hot-Mix Asphalt-Pay for Performance Using Sections 406, 1030 Nov. 1, 2014 July 2, 2019 Percent Within Limits-Jobsite Sampling 80383 Hot-Mix Asphalt-Quality Control for Sections 406, 1030 April 1, 2017 July 2, 2019 Performance 80393 Manholes,Valve Vaults, and Flat Slab Tops Articles 602.02, 1042.10 Jan. 1, 2018 Mar. 1, 2019 80424 Micro-Surfacing and Slurry Sealing Sections 404, 1003 Jan. 1, 2020 Jan. 1, 2021 80428 Mobilization Article 671.02 April 1, 2020 80412 Obstruction Warning Luminaires, LED Sections 801, 822, 1067 Aug. 1, 2019 80359 Portland Cement Concrete Bridge Deck Curing Articles 1020.13, 1022.03 April 1, 2015 Nov. 1, 2019 80431 Portland Cement Concrete Pavement Patching Articles 701.17(e)(3)b, 1001.01(d), July 1, 2020 1020.05(b)(5) 80432 Portland Cement Concrete Pavement Article 420.07 July 1, 2020 Placement 80300 Preformed Plastic Pavement Marking Type D- Articles 780.08, 1095.03 April 1, 2012 April 1, 2016 Inlaid 80157 Railroad Protective Liability Insurance(5 and Article 107.11 Jan. 1, 2006 10) 80306 Reclaimed Asphalt Pavement(RAP) and Section 1031 Nov. 1, 2012 Jan. 2, 2021 Reclaimed Asphalt Shingles (RAS) 80407 Removal and Disposal of Regulated Section 669 Jan. 1 2019 Jan. 1, 2020 Substances 80419 Silt Fence, Inlet Filters, Ground Stabilization Articles 280.02, 280.04, 1080.02, Nov. 1, 2019 July 1, 2021 and Riprap Filter Fabric 1080.03, 1081.15 80408 Steel Plate Beam Guardrail Manufacturing Article 1006.25 Jan. 1, 2019 80413 Structural Timber Article 1007.03 Aug. 1, 2019 80298 Temporary Pavement Marking Section 703, Article 1095.06 April 1, 2012 April 1, 2017 80409 Traffic Control Devices-Cones Article 701.15(a), 1106.02(b) Jan. 1, 2019 80288 Warm Mix Asphalt Sections 406, 1030, 1102 Jan. 1,2012 April 1, 2016 80414 Wood Fence Sight Screen Article 641.02 Aug. 1, 2019 April 1, 2020 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision. • Bridge Demolition Debris 0 Completion Date 0 Railroad Protective Liability Insurance • Building Removal 0 Completion Date Plus Working Days 0 Training Special Provisions • Building Removal with 0 DBE Participation • Working Days Asbestos Abatement INDEX TOPIC PAGE Special Provisions LOCATION OF IMPROVEMENT.......... ......... ........ ......... ......... .......... ,........ 1 DESCRIPTION OF IMPROVEMENT................... ......... ......... .... ........ 1 AVAILABLE REPORTS.............. ......... ........., ......... ........... ....,..., 2 CHANGESIN THE WORK ..... .................... ......... ................ .. .................. 3 PERMITSAND LAWS...................................................................................................... 3 SAWCUTTING................................................................................................................. 3 CONCRETE WASHOUT FACILITY........................................................................... —4 PROTECTION AND RESTORATION OF PROPERTY.................................................. 5 PROTECTION OF EXISTING DRAINAGE FACILITIES DURING CONSTRUCTION ............................................................................................................................................. 5 PUBLIC CONVENIENCE AND SAFETY............... . -...,............-............................... 5 SURVEYCONTROL POINTS........................................... ............................................. 6 WATERFOR THE SITE......... ......... .............................. ...................... 7 Special Provisions for Pay Items DETECTABLE WARNINGS (SPECIAL) ....-. .. ........ .................... .................. ......... 7 DRILL AND GROUT DOWEL BARS AND TIE BARS......................,,..,,..............,,...... 8 DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED......-......................... 9 DUSTCONTROL WATERING.............. ........ .............................. ....... ................ 10 RETROREFLECTIVE YELLOW FLEX POSTS................... ....................................... 10 TRAFFICPROTECTION................................................................................................ 11 IDOT District One Specifications MAINTENANCE OF ROADWAYS (DI) ....................,.,,................. .......---.............. 18 STATUSOF UTILITIES (D1)............................................... ......................................... 19 Lighting Special Provisions CONDUITSPECIAL.,....... ......... ......... ........ ..... ..... ......... ......... ....... ................. 22 Local Road Special Provisions LR 107-4 BDE Special Provisions Refer to Check Sheet for BDE Special Provisions IDOT Standard Drawings Refer to the index of standard drawings on the plan cover sheet i Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 STATE OF ILLINOIS SPECIAL PROVISIONS The following Special Provisions supplement the specifications listed in the table below, which apply to and govern the proposed improvement designated as "Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School" in the Village of Buffalo Grove, Cook County and in case of conflict with any part or parts of said specifications, the said Special Provisions shall take precedence and govern. _..... ........ ............ _ SPECIFICATION ADOPTED/DATED Standard Specifications for Road and Bridge Construction Janua 1,2022 Manual on Uniform Traffic Control Devices for Streets and Highways Latest Edition Illinois Supplement Supplemental Specifications,Recurring Special Provisions,and BDE Special Latest Edition Provisions(indicated on sheets included herein) Manual of Test Procedures for Materials Latest Edition Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Bid No. 2022-19 LOCATION OF IMPROVEMENT This improvement is located along Arlington Heights Road between Dundee Road and Nichols Road in the Village of Buffalo Grove, Cook County, Illinois. The total length of improvements is approximately 967 feet(0.18 miles). DESCRIPTION OF IMPROVEMENT The work consists of PCC median installation, ADA improvements, installation of PCC sidewalk, curb and gutter, signing, pavement markings, and other related work. 1 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 AVAILABLE REPORTS ® No project specific reports were prepared When applicable,the following checked reports and record information is available for Bidders' reference upon request: E] Record structural plans ❑ Preliminary Site Investigation (PSI) ❑ Preliminary Environmental Site Assessment(PESA) ❑ Soils/Geotechnical Report ❑ Boring Logs El Pavement Cores ........... Location Drainage Study(LDS) ❑ Hydraulic Report Noise Analysis ❑ Other: 2 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 CHANGES IN THE WORK The Owner, without invalidating the agreement, may make changes by altering, adding to, or deducting from the work. All such work shall be executed under the conditions of the original agreement, except the contractor may claim for extension of time caused thereby shall be adjusted at the time of ordering such change. No change shall be made unless in pursuance of written order from the Owner, stating that the Owner has authorized the change. No claim for an addition to the agreement sum shall be valid unless so ordered by the Owner and agreed upon in writing by the Owner and Contractor. The value of any such change shall be determined by agreement between the Contractor and Owner in one or more of the following ways: a. by estimate and acceptance in a lump sum b. by unit prices named in the contract or subsequently agreed upon; or c. by cost PERMITS AND LAWS The Contractor shall be responsible for obtaining any and all permits, licenses or bonds which may be required. The Contractor shall at all times observe and comply with all federal, state and local laws, regulations and ordinances which, in any manner, affect the conduct of his work. Any complaint, claim or action brought against the Contractor for failing to observe or comply with any law, ordinance or regulation shall be the sole responsibility of the Contractor and shall in no way extend to or expose the Owner to liability and the Contractor shall indemnify and hold harmless the Owner from any and all complaints, claims or actions. Before beginning work, the Contractor shall obtain from the proper Officials, Agencies, and Facilities all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful completion of the work. The Village has submitted the plans to CCDOTH for the required permit; however this permit is not included in the bid documents since it has not been received as of the date of this document.No work that is covered by this permit shall begin until the required permit has been received. No additional compensation will be granted to the Contractor due to project delays related to securing the permit. SAW CUTTING (Omitted - see General Provision 414) 3 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 CONCRETE WASHOUT FACILITY Description. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes, reservoirs, and wetlands with fuels, oils, bitumens, calcium chloride, or other harmful materials according to Article 107.23 of the "Standard Specifications". To prevent pollution by residual concrete and/or the byproduct of washing out the concrete trucks, concrete washout facilities shall be constructed and maintained on any project which includes cast-in-place concrete items. The concrete washout shall be constructed, maintained, and removed according to this special provision and details included in these plans. Concrete washout facilities shall be required on all projects regardless of the need for NPDES permitting. On projects requiring NPDES permitting, concrete washout facilities shall also be addressed in the Storm Water Pollution Prevention Plan. The concrete washout facility shall be constructed on the job site according to the details included in these plans. The Contractor may elect to use a pre-fabricated portable concrete washout structure. The Contractor shall submit a plan for the concrete washout facility, to the Engineer for approval, a minimum of 10 calendar days before the first concrete pour. The working concrete washout facility shall be in place before any delivery of concrete to the site. The Contractor shall ensure that all concrete washout activities are limited to the designated area. The concrete washout facility shall be located no closer than 50 feet from any environmentally sensitive areas, such as water bodies, wetlands, and/or other areas indicated on the plans. Adequate signage shall be placed at the washout facility and elsewhere as necessary to clearly indicate the location of the concrete washout facility to the operators of concrete trucks. The concrete washout facility shall be adequately sized to fully contain the concrete washout needs of the project. The contents of the concrete washout facility shall not exceed 75% of the facility capacity. Once the 75% capacity is reached, concrete placement shall be discontinued until the facility is cleaned out. Hardened concrete shall be removed and properly disposed of outside the right-of-way. Slurry shall be allowed to evaporate, or shall be removed and properly disposed of outside the right-of-way. The Contractor shall immediately replace damaged basin liners or other washout facility components to prevent leakage of concrete waste from the washout facility. Concrete washout facilities shall be inspected by the Contractor after each use. Any and all spills shall be reported to the Engineer and cleaned up immediately. The Contractor shall remove the concrete washout facility when it is no longer needed. Basis of Payment: The cost of all materials required and all labor necessary to comply with the above will not be paid for separately, but shall be considered as included in the unit bid prices of the contract, and no additional compensation will be allowed. 4 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 PROTECTION AND RESTORATION OF PROPERTY The Contractor shall protect and restore property according to Article 107.20 of the "Standard Specifications" and the following: Trees and Shrubs: Extra care shall be exercised when operating equipment around trees or shrubs. Injured branches or roots shall be pruned in a manner satisfactory to the Engineer and shall be painted where the cut was made. Roots exposed during excavating operations shall be neatly pruned and covered with topsoil. This work shall be done as soon as possible and shall be considered as included in the cost of the contract, and no additional compensation will be allowed. PROTECTION OF EXISTING DRAINAGE FACILITIES DURING CONSTRUCTION All existing drainage structures are to be kept free of debris resulting from construction operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered as incidental to the contract. Any debris in the drainage structures resulting from construction operations shall be removed at the Contractor's own expense, and no extra compensation will be allowed. Should reconstruction or adjustment of a drainage structure be required by the Engineer in the field, the necessary work and payment shall be done in accordance with Section 602 and Article 104.02 respectively of the "Standard Specifications". During construction, if the Contractor's forces encounter or otherwise become aware of any sewers, underdrains or field drains within the right-of-way other than those shown on the plans, they shall inform the Engineer. The Engineer shall direct the work necessary to maintain or replace the facilities in service, and to protect them from damage during construction if maintained. Existing facilities to be maintained that are damaged because of non-compliance with this provision shall be replaced at the Contractor's own expense. Should the Engineer have directed the replacement of a facility, the necessary work and payment shall be done in accordance with Sections 550 and 601 and Article 104.02 respectively of the "Standard Specifications". PUBLIC CONVENIENCE AND SAFETY _ The Contractor shall limit public inconveniences safety conflicts according to Article 107.09 of the "Standard Specifications" and the following: Kee in Roads Open to Traffic: All roads shall remain open to traffic. The Contractor may close one (through traffic) lane because of construction only between the hours of 9:00 AM and 3:00 PM. The Contractor shall maintain one-way traffic during these restricted hours on two lane highways with the use of signs and flaggers as shown on the applicable Traffic Control Standard. On multi-lane highways the Contractor shall maintain at least one (through traffic) lane in each direction with the use of signs, barricades, and arrow boards as shown 5 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 on the Traffic Control Standards. All lanes of traffic will be maintained between 3:00 PM and 9:00 AM and when no construction activities are being carried out. Work that does not require lane closure will be allowed between the hours of 7:00 AM and 6:00 PM on weekdays. The restricted lane closure time may be adjusted by the Resident Engineer. The Contractor shall provide a start and end time and a procedure plan 48 hours prior to the lane(s)to be closed. The Resident Engineer will notify the Contractor 24 hours in advance with the decision. If the Contractor fails to provide notification or disregards the decision by the Resident Engineer the Traffic Control Deficiency Charge will be applied as stated in the Special Provisions for Traffic Control and Protection. Safety and Convenience: The Contractor shall maintain entrances along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused by the Contractor, by complying with these requirements shall be considered included in the cost of the applicable Traffic Control Pay Items in the contract and no additional compensation will be allowed. Contractors shall plan their work so that there will be no open holes in the pavement and that all barricades will be removed from the roadway during non-working hours, except where required for public safety. SURVEY CONTROL POINTS The Contractor shall furnish the Engineer with the materials required to establish survey control points according to Article 105.09 of the "Standard Specifications" and the following: Paint:: The Contractor shall furnish, at their expense, white, pink or purple pavement marking paint in aerosol cans, for use by the Engineer. The paint shall last up to 6 months; be non- freezing, be functional to 14°F; and be fully operational in an inverted position. The Contractor and subcontractors shall only use white, pink or purple colors for their own markings. At no time will the Contractor use any of the J.U.L.I.E. utility colors listed in Article 107.31 of the "Standard Specifications". Hubs: The Contractor shall furnish, at their expense, hubs for use by the Engineer according to the following: 1. Shall be 1 %"x%"x 18" (actual dimension). 2. Shall be furnished in securely banded (on each end) bundles of 25 pieces. 6 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 3. The material shall be kiln dried Douglas fir, oak or maple and surfaced on the 2 larger sides and without splits, pitch pockets, wane, knots or decayed wood. 4. The tapered end on each hub shall be pencil point tapered. Lath: The Contractor shall furnish lath for use by the Engineer according to the following: 1. Shall be 1 '/s"x '/z"x 48" (actual dimension). 2. Shall be furnished in securely banded (on each end) bundles of 50 pieces. 3. The material shall be kiln dried Douglas fir, oak or maple and surfaced on the 2 larger sides and without splits, pitch pockets, wane, knots or decayed wood. 4. The tapered end may be saw-cut tapered or pencil tapered. In addition to the requirements of the special provision for construction layout stakes (Illinois Department of Transportation Check Sheet#9),the Contractor shall reestablish, monument, and tie all control points used to complete the work as specified including all PI's, PC's, PT's, and POT's. The type of monumentation used will be PK nails, iron pipes, RR spikes or as approved by the Engineer. The cost of this work shall be included in the cost of CONSTRUCTION LAYOUT, and no additional compensation will be allowed. WATER FOR THE SITE See General Condition #15. The Contractor is responsible for the transportation of the water to the site where needed. The cost of all materials required and all labor necessary to comply with the above provisions will not be paid for separately, but shall be considered as included in the cost of"MOBILIZATION". DETECTABLE WARNINGS SPECIAL Effective: 10101118(Modification of IDOT DI Special Provision for Detectable Warnings(Special)in City of Chicago) Revised: 4113121 (added Galvanized and Stainless Steel material options) Description: Work under this item shall consist of installing cast iron or steel detectable warning tiles as shown on the plans. Work shall be performed according to Section 424 of the Illinois Department of Transportation Standard Specifications for Road and Bridge Construction, except as herein modified. 7 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Materials: Detectable warning tiles shall be of uniform quality, and free of surface defects. The detectable warnings shall be constructed out of one of the following: l) Cast iron meeting requirements of ASTM A 48 Class 30 or better. 2) Galvanized steel — 10 gauge, G90 galvanization or better 3) Stainless steel — 10 gauge or better The dome size and spacing of the detectable warnings shall meet all requirements of sections R305.1.1 and R305.1.2 of PROWAG. The color of the detectable warning tiles is to be approved by the Engineer unless otherwise specified in the plans and comply with the requirements of section R305.1.3 of PROWAG. If a concrete border is required for installation of the detectable warnings, it shall comply with section R305.2 of PROWAG. Responsibilitv of the Contractor: The contractor shall verify all dimensions with the product manufacturer. If using radial units, the contractor shall verify that the radius of the detectable warnings supplied by the manufacturer matches that of the curb radius. The contractor shall ensure that the supplied detectable warnings allow placement of the rows of domes that are aligned parallel with the path of travel. Where detectable warnings are radial,dome orientation is not significant. The contractor shall ensure a maximum vertical transition of/4"between the edge of the detectable warnings and adjacent concrete. Measurement and Payment: This work will be paid for at the contract unit price per square foot for DETECTABLE WARNINGS (SPECIAL). DRILL AND GROUT" DOWEL BARS AND TIE BARS Description. Work under this item shall be performed in accordance with sections 442, 420, and 1000 of the Standard Specifications, except as herein modified. This work shall consist of furnishing and installing 18" long, 1-1/2" diameter epoxy coated dowel bars,No.4 epoxy coated dowel bars,and 24"and 30" long,No. 6 epoxy coated tie bars in existing Portland Cement Concrete (PCC) bases, new PCC Curbs and Gutters adjacent to PCC pavement, new PCC sleeper slabs, new PCC Bases, and at locations shown on the Plans or as designated by the Engineer. Materials shall meet the requirements of Article 1006.06 of the Standard Specifications for Dowel 8 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Rods and Article 1024.01 of the Standard Specifications for Nonshrink Grout or one of the approved chemical adhesives as listed by the Bureau of Materials and Physical Research. Epoxy adhesives shall not be allowed. Bars shall be located on 24" centers or as indicated on the plans. Individual bar locations shall be shifted at least 5-inches away from existing cracks,joints and unsound concrete. Holes for dowel bars shall be drilled with suitable equipment for this purpose to the depth shown and to a diameter large enough to allow grouting around the dowel bar or tie bar. The dowel bars or tie bar shall be secured in the drilled holes with nonshrink grout. The grout shall be allowed to cure before the concrete for new curb and gutters and bases are poured. Basis of Payment. This work will be not be paid for separately but instead shall be considered as incidental to cost of COMBINATION CONCRETE CURB AND GUTTER, CONCRETE MEDIAN, and CLASS B PATCHES of the type and thickness indicated on the plans. DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED Description: This work shall consist of adjusting existing structures with new frames and grates or frame and lids at the direction of the Engineer. General: This work shall be performed in accordance with the Section 602 of the "Standard Specifications". In addition, all structures to be adjusted should have a chimney seal installed. All sanitary manholes shall have exterior chimney seals. All structures shall have no more than two adjustment rings for a total of up to 6 inches. New frames and grates will be installed on adjusted or reconstructed structures. All existing frames, grates, and lids that are being removed shall remain the property of The Village. The Contractor shall deliver all removed frames, grates and lids to the public works facility, or as directed by the Engineer. Adjusting rings shall not be backfilled with aggregate but with Portland cement concrete. The width of the excavation must be a minimum of 6 inches wider than adjusting rings. All mortar on exposed surfaces shall have a brushed finish. Method of Measurement: This work will be measured for payment as each structure to be adjusted. Basis of Payment: This work will be paid for at the contract unit price each for DRAINAGE & UTILITY STRUCTURES TO BE ADJUSTED regardless of the structure type and diameter. The unit price shall include all labor, equipment and materials necessary to complete the work. 9 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 DUST CONTROL WATERING Description._This work shall consist of controlling construction dust on the jobsite by application of a water/calcium chloride mixture. General. Dust shall be controlled by uniform application of sprinkled water mixture applied only when directed by the Engineer in a manner meeting his approval and shall be equipped with adequate measuring devices for meeting the exact amount of water discharged. The concentration of calcium chloride in the water used shall be properly documented by ticket or other approved means. If the ratio of calcium chloride to water is insufficient to properly control the dust, the ratio may be adjusted at the Engineer's discretion, with no additional compensation for the extra chloride needed. Method of Measurement. This work will be measured in 1,000 gallon units of applied water. To ensure prompt response to the Resident Engineer's request for DUST CONTROL WATERING,the Contractor shall apply the water within 4 hours of the Engineer's request. If the Contractor fails to comply with the Engineer's request, the Engineer will impose a deduction of $100 per hour beginning 4 hours after the Engineer's initial request. The hourly deduction shall end with the Engineer's acceptance of the field conditions. Basis of Payment. This work shall be paid for at the contract unit price per UNIT for DUST CONTROL WATERING. RETROREFLECTIVE YELLOW FLEX POSTS Description. This work shall consist of furnishing and installing flexible delineators on concrete medians. General. The Contractor shall provide new low density polyethylene flexible delineator posts, fastening screws, base and anchor bolts. The delineators shall be engineered to meet Manual on Uniform Traffic Control Devices (MUTCD) specifications for nighttime use. The delineators shall meet the height and color requirements shown in the plans unless otherwise approved by the Engineer. All colors must be within tolerance limits as specified in the MUTCD and 23 CFR Part 655, Appendix to Subpart F. All bands shall meet MUTCD retroreflectivity requirements. Flexible delineators shall be made of materials resistant to extreme temperature changes in the range of-20' F to 160' F, ultraviolet light, ozone, hydrocarbons, stiffening with age, and a series of direct wheel impacts with speeds varying up to 65 mph, and rebounds to a vertical position if struck by a standard vehicle. Delineators shall meet NCHRP 350 crashworthy requirements. Post locations shall be as specified on the plan sheets. All bases shall be black. The Contractor shall affix the heavy duty base to the median in a manner meeting the manufacturer's requirements. 10 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Method of Measurement. Flexible delineators shall be measured on a per each basis, for each entire assembly installed, which shall include the post, fastening hardware, base, and anchor bolts. Basis of Payment. This work will be paid for at the contract unit price per each for RETROREFLECTIVE YELLOW FLEX POSTS, which price shall be full compensation for all materials, labor, equipment, and incidentals to complete the work as specified. TRAFFIC PROTECTION Effective: 07101112 Revised: 04126119(Reorganized special provision, clarified items included/excluded in Basis of Payment) Revised: 8122119 (Added note specifying Pavement Marking Type, Type X for temporary markings on finished pavement.) Traffic Protection shall meet the requirements of Division 700 Work Zone Traffic Control and Protection, Signing, and Pavement Marking of the Standard Specifications except as follows: Replace Article 701.01 Description with the following: Dent"igtion. This item of work shall include furnishing, installing, maintaining, replacing, relocating and removing all Traffic Control Devices used for the purpose of regulating, warning or directing traffic and pedestrians and protecting workers during the construction or maintenance of this improvement. Traffic protection shall be provided as called for in the plans, these Special Provisions, applicable Traffic Control Highway Standards, applicable sections of the Standard Specifications, or as directed by the Engineer. The governing factor in the execution and staging of work for this project is to provide the motoring public with the safest possible travel conditions along the roadway through or around the construction zone. The Contractor shall arrange his operations to keep the closing of any lane of the roadway to a minimum. Where the traffic of any building in the area of the proposed improvement is of an emergency nature, such as Hospital, Fire or Police Station traffic,the Contractor shall provide for free movement of such traffic during the course of construction. Replace Article 701.02 Materials and 701.03 Equipment with the following: Traffic Control Devices shall include, and be according to, the following: Item Article/Section Signs...................................................................................................1106.01 SignPosts, Metal ...............................................................................1006.29 11 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Sign Posts, Telescoping....................---..........................................1093.01 SignPosts, Wood...............................................................................1007.05 Pavement Marking Tape....................................................................1095.06 Temporary Pavement Marking..........................................................1095.02 Temporary Raised Reflective Pavement Markers .............................1096.02 Flagger Traffic Control Paddle..........................................................1106.01 WarningLights ..................................................................................1106.02 Cones..................................................................................................1106.02 Type I, 11, and III Barricades .............................................................1106.02 Vertical Barricades......................................—...................................1106.02 VerticalPanels...................................................................................1106.02 Direction Indicator Barricades,..,.--..................................................1106.02 Drums, .. ......... ......... ........ ......... ............................1106.02 Flexible Delineators....................................................................... —1106.02 Truck Mounted/Trailer Mounted Attenuators ...................................1 106.02 ArrowBoards.....................................................................................1 106.02 Portable Changeable Message Signs ..............................................-.1 106.02 SignTrailers...............................................................................--...1106.02 Temporary Rumble Strips..................................................................1106.03 Detectable Pedestrian Channelizing Barricade..................................1106.02(k) Flaggers ....... ......... ......... ......... ......... ... .................. ..................701.13 Vertical panels and lights (for use on temporary concrete barrier walls) ..................,..,,.......................,....,,..............................1 106.01/1 106.02 Prismatic barrier reflectors..............................,,..................................1097 Temporary Information Signs............................... ........................1106.01 Replace Article 701.10 Surveillance with the following;. The Contractor is required to conduct routine inspections of the worksite at a frequency that will allow for the prompt replacement of all Traffic Control Devices that have become displaced, worn or damaged to the extent that they no longer conform to the shape, dimensions,color and operational requirements of the "Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), the Traffic Control Standards and the "Quality Standard for Work Zone Traffic Control Devices" issued by the Illinois Department of Transportation or will no longer present a neat appearance to motorists. A sufficient quantity of replacement devices, based on vulnerability to damage, shall be readily available to meet this requirement. The Contractor shall ensure that all Traffic Control Devices installed by him/her are functional and effective 24 hours each day. The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour-a-day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall dispatch workers, materials and equipment to correct any such deficiencies. The Contractor shall respond to any call from 12 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 the Department concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. Modify Article 701.04 General by adding the following The Contractor shall be responsible for the proper location, installation and arrangement of all Traffic Control Devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times. The Contractor shall immediately remove, cover or turn from the view of the motorists all Traffic Control Devices which are inconsistent with detour or lane assignment patterns and conflicting conditions during the transition from one construction stage to another. When the Contractor elects to cover conflicting or inappropriate signing, materials used shall totally block out reflectivity of the sign and shall cover the entire sign. The method used for covering the signing shall meet with the approval of the Engineer. The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic detour pattern. When directed by the Engineer, the Contractor shall remove all Traffic Control Devices which were furnished, installed and maintained by him/her under this contract, and such devices shall remain the property of the Contractor. All Traffic Control Devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. Personal vehicles shall not park within the right-of-way except in specific areas designated by the Engineer. The Contractor shall maintain at least one lane of traffic at all times on two lane roads and at least one lane in each direction on 4 or more lane roads, during the construction of this project. The Contractor shall also maintain areas to entrances and side roads along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused to the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. On two lane roads,the Contractor is to plan the work so that there will be no open holes in the pavement and that all barricades will be removed from the pavement during non-work hours. On four or more lane highways, there shall be no open holes in the pavement being used by the traveling public. Lane closures, if allowed,will be in accordance with the applicable standards, any staging details shown in the plans and other applicable contract documents. The Contractor shall remove all equipment from the shoulders and medians after work hours. No road closures or restrictions shall be permitted except those covered by the Traffic Control Highway Standards without written approval by the Engineer. 13 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 When traveling in lanes open to public traffic,the Contractor's vehicles shall always move with and not against or across the flow of traffic. These vehicles shall enter or leave work areas in a manner which will not be hazardous to, nor interfere with, traffic. Modify Article 701.14 Signs by deleting the first paragraph and replacing with the following: All signs except those referring to daily lane closures shall be post mounted in accordance with Standard 701901 for all projects that exceed four days. Modify Article 701.14 Signs by adding the following: Construction signs referring to daytime lane closures during working hours shall be removed,covered or turned away from the view of the motorists during non-working hours. Prior to the beginning of construction operations, the Contractor will be provided a sign log of all existing signs within the limits of the construction zone. The Contractor is responsible for verifying the accuracy of the sign log. Throughout the duration of this project, all existing traffic signs shall be maintained by the Contractor. All provisions of Article 107.25 of the Standard Specifications shall apply except the third paragraph shall be revised to read: "The Contractor shall maintain, furnish and replace at his own expense, any traffic sign,or post which has been damaged or lost by the Contractor or a third party". "Fresh Oil" signs(W21-2(0)) shall be used when prime is applied to pavement that is open to traffic. The signs are to remain until tracking of the prime ceases. The sign shall be erected a minimum of 500 feet preceding the start of the prime and on all side roads within the posted area. The "Fresh Oil" sign on the side road shall be posted a minimum of 200 feet from the mainline pavement. "Rough Grooved Surface" signs (W8-I107(0)) shall be used when the road has been cold milled and open to traffic. The signs shall remain in place until the milled surface condition no longer exists. These signs shall be erected a minimum of 500 feet preceding the start of the milled pavement and on all side roads within the posted area. The "Rough Grooved Surface" signs on the side roads shall be posted 200 feet from the mainline pavement. All signs shall have an 18" x 18" orange flag and amber flashing light attached. Whenever a lane is closed to traffic using Standard 701606, 701601, or 701701, the pavement width transition sign (W4-2R(0) or W4-2L(0)) shall be used in lieu of "Workers" sign (W21-1(0) or W21-1 a(0)). Whenever any vehicle, equipment, workers or their activities infringe on the shoulder or within 15 feet of the traveled way and the traveled way remains unobstructed, then the applicable Traffic Control Standard shall be 701006, 701011, 701101, or 701701. "Shoulder Work Ahead" sign (W21-5(0)-48) shall be used in lieu of the "Workers" sign (W21-1(0) or W-21-l a(0)). The Contractor shall provide and erect any other signs that are required for traffic safety operations and the conveyance of traffic information to the motorist, which may not be 14 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 included in the Traffic Control Standards. The requirement for these signs shall be determined by and installed at the direction of the Engineer. All temporary information signing shown on the IDOT District One standards included in the plans shall be included in the cost of TRAFFIC PROTECTION. Add the following to Article 701.15 Traffic Control Devices (b) Type I, II and III Barricades: The Contractor shall install, maintain and remove necessary signs and barricades needed to direct pedestrians to usable sidewalks and walkways during the construction in accordance with Traffic Control Standard 701801 or as directed by the Engineer. The Contractor shall make adequate provision for the free passage of foot traffic at all intersecting streets which are to remain open to traffic. The materials or equipment used in the construction of this improvement shall be so placed as to afford access to abutting private properly and to all hydrants and valves with a minimum of inconvenience. All barricades shall be Type I or 1I equipped with flashing lights. At each point of closure, sufficient numbers of barricades shall be used to completely close the sidewalk to pedestrian movement. Where construction activities involve sidewalks on both sides of the street,the work shall be staged so that both sidewalks are not out of service at the same time. Add the following to Article 701.15 Traffic Control Devices (i) Arrow Boards: A flashing arrow board shall be operating at all times when a lane is closed to traffic on a multilane highway. Arrow boards shall be provided and located in a head-on position within each lane closure taper. Add the following to Article 701.15 Traffic Control Devices: (m) Temporary Concrete Barrier Vertical Panels and Lights. Whenever temporary concrete barrier is specified in the plans, vertical panels and steady burning lights meeting the requirement of Articles 1106.01 and 1106.02 of the Standard Specifications and Standard 701901 shall be installed on the barrier at 50 foot centers minimum or at the spacing shown on the plans. The method of mounting shall be approved by the Engineer. Upon conclusion of the work, the panels and lights shall be removed and shall remain the property of the Contractor. Add the following Article -Pavement Markings: Temporary pavement marking paint used on temporary or unfinished surfaces shall be maintained to the highest degree of visibility and reflectivity and on long term projects shall be repainted when the temporary pavement marking shows signs of deterioration or at a minimum of every three (3) months and as directed by the Engineer at no additional cost and is considered as incidental to the cost of TRAFFIC PROTECTION. Only Pavement Marking Tape Type IV shall be allowed on finished pavement. 15 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Temporary pavement marking shall be applied as solid unbroken lines when used to delineate any pavement transition, turn lane transition and storage bay. Double yellow centerline shall be used across a bridge deck where the distance to be marked is less than 160 feet. Temporary raised reflective bi-directional (amber) pavement markers (Section 781 and Article 1096.02 of the Standard Specifications) shall be used, and replaced when required, throughout a temporary by-pass detour pavement at no additional cost. Revise the Seventh paragraph of Article 107.09 Public Convenience and Safety to read as follows: The following vertical and horizontal restrictions shall pertain to roads as defined in the Illinois Highway Code, Article 2, Division 1, Section 2-101, 2-102, and 2-103 when construction is being performed with the road open to traffic. Add the following after the first paragraph of this Article 107.15 Dirt on Pavement or Structures: When ordered by the Engineer, the Contractor shall use some method to allay dust and prevent a nuisance. This shall be done preferably by sprinkling the Subgrade or the portion of pavement used by trucks or busses with water. If conditions warrant, this shall receive constant attention by the Contractor. Calcium Chloride shall not be used for this purpose. No extra compensation shall be allowed the Contractor for this work. Delete Article 701.19 Method of Measurement and replace with the following: Method of Measurement. These items of work will be measured on a lump sum basis for furnishing, installing, maintaining, replacing, relocating, and removing the Traffic Control Devices (as defined in this special provision) required in the plans and these special provisions. Delete Article 701.20 Basis of Payment and replace with the following: Basis ofrLay;irrcnt. This work will be paid for at the lump sum price for TRAFFIC PROTECTION, which price shall be payment in full for all labor,materials,transportation,handling and incidentals necessary to furnish, install,maintain, replace, relocate and remove all Traffic Control Devices (as defined in this special provision) indicated in the plans and specification, except for the following items, which will be paid for separately: 1) Temporary Bridge Traffic Signals 2) Temporary concrete barrier wall 3) Temporary impact attenuators 4) Temporary bridge rail 5) Temporary rumble strips 6) Changeable Message Sign 7) Removal of existing pavement markings and raised reflective pavement marks. The salvage value of all material removed (including existing traffic signs - when removal is required) shall be reflected in the bid price for this item. 16 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Delays to the Contractor caused by complying with these requirements will be considered included in the pay item TRAFFIC PROTECTION, and no additional compensation will be allowed. Payment Adjustments. The Engineer may require additional traffic control to be installed in accordance with standards and/or designs other than those included in the plans. In such cases,the standards and/or designs will be made available to the Contractor at least one week in advance of the change in traffic control. Payment for any additional traffic control required will be in accordance with Article 109.04 of the Standard Specifications. Revisions in the phasing of construction or maintenance operations, requested by the Contractor, may require traffic control to be installed in accordance with standards and/or designs other than those included in the plans. Revisions or modifications to the traffic control shown in the contract shall be submitted by the Contractor for approval by the Engineer.No additional payment will be made for a Contractor requested modification. In the event the sum total value of all the work items for which traffic protection is required is increased or decreased by more than ten percent (10%), the contract bid price for TRAFFIC PROTECTION will be adjusted as follows: Adjust contract price= .25P+ .75P [1+(X-0.1)] Where "P" is the contract price for TRAFFIC PROTECTION Where "X"_(Difference between original and final sum total value of all the work items for which protection is required) divided by (Original sum total value of all work items for which traffic protection is required) The value of work items used in calculating the increase or decrease will include only items which have been added to or deducted from the contract under Article 104.02 of the Standard Specifications and only items which require use of TRAFFIC PROTECTION. In the event the Department cancels or alters any portion of the contract which results in elimination or noncompletion of any portion of the work, payment for partially completed work will be made in accordance with Article 109.06 of the Standard Specifications. 17 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 MAINTENANCE CE CE ROADWAYS BI Effective: September 30, 1985 Revised: November 1, 1996 Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer. If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer,will be paid for in accordance with Article 109.04 of the Standard Specifications. 18 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 STATUS OF LITILI" 'IES :DI. Effective: June 1, 2016 Revised: January 1, 2020 Utility companies and/or municipal owners located within the construction limits of this project have provided the following information regarding their facilities and the proposed improvements. The tables below contain a description of specific conflicts to be resolved and/or facilities which will require some action on the part of the Department's contractor to proceed with work. Each table entry includes an identification of the action necessary and, if applicable, the estimated duration required for the resolution. UTILITIES TO BE ADJUSTED Conflicts noted below have been identified by following the suggested staging plan included in the contract. The company has been notified of all conflicts and will be required to obtain the necessary permits to complete their work; in some instances, resolution will be a function of the construction staging. The responsible agency must relocate, or complete new installations as noted below;this work has been deemed necessary to be complete for the Department's contractor to then work in the stage under which the item has been listed. Pr STAGE/ RESPONSIBLE DURATION OF LOCATION TYPE DESCRIPTION AGENCY TIME Stage 1 STAGE / RESPONSIBLE DURATION OF LOCATION TYPE DESCRIPTION AGENCY TIME Stage 2 ... .. ..... ......... STAGE / TYPE DESCRIPTION RESPONSIBLE U TION OF LOCATION AGENCY _ TIME W No conflicts to be resolved (or if there are conflicts they are to be listed as noted above) 19 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 Pre-Stage: Days Total Installation Stage 1: Days Total Installation Stage 2: Days Total Installation The following contact information is what was used during the preparation of the plans as provided by the Agency/Company responsible for resolution of the conflict. Agency/Company Name of contact Phone E-mail address Responsible to Resolve Conflict ..... ........ UTILITIES "ISO BE WATCHED AND PROTECTED The areas of concern noted below have been identified by following the suggested staging plan included for the contract. The information provided is not a comprehensive list of all remaining utilities, but those which during coordination were identified as ones which might require the Department's contractor to take into consideration when making the determination of the means and methods that would be required to construct the proposed improvement. In some instances, the contractor will be responsible to notify the owner in advance of the work to take place so necessary staffing on the owner's part can be secured. Stage 1 W STAGE/LOCATION TYPE DESCRIPTION OWNER ......_.ngt .........— 8 Underground FGasmain cross ___......_ _..Arlington Heights Road, „STA 105+33.1, ges proposed Nicor Gas Main alk. 49.7' LT Arlington Heights Road, STA 109+27, 8"Underground Gas Main Gas main crosses proposed sign. Nicor 41.5' RT Arlington Heights Road, Pole is located in proximity to future STA 109+27.8, Utility Pole proposed sidewalk. ComEd 45.8' RT Arlington Heights Road, STA 109+29.8, 8„Underground Gas main crosses proposed Gas Main sidewalk. Nicor 41.5' RT No facilities requiring extra consideration (or listed as noted above) 20 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 The following contact information is what was used during the preparation of the plans as provided by the owner of the facility. ........................ ................... _._. Agency/Company Name of contact Phone E-mail address Responsible to Resolve Conflict ComEd Lisa Argast (708)277-851 I 1 lisa.argast@ComEd.com L-2 !or Gas Charles Parrott (630)388-3319 cparrott@southemco.com The above represents the best information available to the Department and is included for the convenience of the bidder. The days required for conflict resolution should be considered in the bid as this information has also been factored into the timeline identified for the project when setting the completion date. The applicable portions of the Standard Specifications for Road and Bridge Construction shall apply. Estimated duration of time provided above for the first conflicts identified will begin on the date of the executed contract regardless of the status of the utility relocations. The responsible agencies will be working toward resolving subsequent conflicts in conjunction with contractor activities in the number of days noted. The estimated relocation duration must be part of the progress schedule submitted by the contractor. A utility kickoff meeting will be scheduled between the Department, the Department's contractor and the utility companies when necessary. The Department's contractor is responsible for contacting J.U.L.I.E. prior to all excavation work. 21 Arlington Heights Road Crosswalk Relocation at Buffalo Grove High School Village of Buffalo Grove VoBG—2022—19 CONDUIT SPECIAL Description. This work shall consist of furnishing and installing a split PVC conduit over existing street lighting cables in accordance to Section 810 of the Standard Specification and as specified herein and as shown on the contract plans. The split conduit shall be polyvinyl chloride schedule 40 complying to ASTM D 1784 with applicable requirements ofNEMA TC 2 and UL 651. The minimum conduit diameter will be 2 inches or approved by the Engineer. Potholing may be required to expose existing streetlight cables. Place a split PVC conduit around the existing cables to protect them. The split conduit should be installed in accordance with the product's installation instructions. Basis of Payment. This work will be paid for at the contract unit price per foot for CONDUIT SPECIAL, which shall be payment for the work as described herein and as indicated in the plans. 22 LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor's general liability insurance policy in accordance with Article 107.27: Village of Buffalo Grove Cook County Department of Transportation and Highways The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. BLENDED FINELY DIVIDED MINERALS (BDE) Effective: April 1, 2021 Revise the second paragraph of Article 1010.01 of the Standard Specifications to read: "Different sources or types of finely divided minerals shall not be mixed or used alternately in the same item of construction, except as a blended finely divided mineral product according to Article 1010.06." Add the following article to Section 1010 of the Standard Specifications: "1010.06 Blended Finely Divided Minerals. Blended finely divided minerals shall be the product resulting from the blending or intergrinding of two or three finely divided minerals. Blended finely divided minerals shall be according to ASTM C 1697, except as follows. (a) Blending shall be accomplished by mechanically or pneumatically intermixing the constituent finely divided minerals into a uniform mixture that is then discharged into a silo for storage or tanker for transportation. (b) The blended finely divided mineral product will be classified according to its predominant constituent or the manufacturer's designation and shall meet the chemical requirements of its classification. The other finely divided mineral constituent(s) will not be required to conform to their individual standards." 80436 COMPENSABLE DELAY COSTS (BDE) Effective: June 2, 2017 Revised: April 1, 2019 Revise Article 107.40(b) of the Standard Specifications to read: "(b) Compensation. Compensation will not be allowed for delays, inconveniences, or damages sustained by the Contractor from conflicts with facilities not meeting the above definition; or if a conflict with a utility in an unanticipated location does not cause a shutdown of the work or a documentable reduction in the rate of progress exceeding the limits set herein. The provisions of Article 104.03 notwithstanding, compensation for delays caused by a utility in an unanticipated location will be paid according to the provisions of this Article governing minor and major delays or reduced rate of production which are defined as follows. (1) Minor Delay. A minor delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two hours, but not to exceed two weeks. (2) Major Delay. A major delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two weeks. (3) Reduced Rate of Production Delay. A reduced rate of production delay occurs when the rate of production on the work in conflict with the utility in an unanticipated location decreases by more than 25 percent and lasts longer than seven calendar days." Revise Article 107.40(c) of the Standard Specifications to read: "(c) Payment. Payment for Minor, Major, and Reduced Rate of Production Delays will be made as follows. (1) Minor Delay. Labor idled which cannot be used on other work will be paid for according to Article 109.04(b)(1) and (2) for the time between start of the delay and the minimum remaining hours in the work shift required by the prevailing practice in the area. Equipment idled which cannot be used on other work, and which is authorized to standby on the project site by the Engineer, will be paid for according to Article 109.04(b)(4). (2) Major Delay. Labor will be the same as for a minor delay. Equipment will be the same as for a minor delay, except Contractor-owned equipment will be limited to two weeks plus the cost of move-out to either the Contractor's yard or another job and the cost to re-mobilize, whichever is less. Rental equipment may be paid for longer than two weeks provided the Contractor presents adequate support to the Department (including lease agreement) to show retaining equipment on the job is the most economical course to follow and in the public interest. (3) Reduced Rate of Production Delay. The Contractor will be compensated for the reduced productivity for labor and equipment time in excess of the 25 percent threshold for that portion of the delay in excess of seven calendar days. Determination of compensation will be in accordance with Article 104.02, except labor and material additives will not be permitted. Payment for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be determined according to Article 109.13." Revise Article 108.04(b) of the Standard Specifications to read: "(b) No working day will be charged under the following conditions, (1) When adverse weather prevents work on the controlling item. (2) When job conditions due to recent weather prevent work on the controlling item. (3) When conduct or lack of- conduct by the Department or its consultants, representatives, officers, agents, or employees; delay by the Department in making the site available; or delay in furnishing any items required to be furnished to the Contractor by the Department prevents work on the controlling item. (4) When delays caused by utility or railroad adjustments prevent work on the controlling item. (5) When strikes, lock-outs, extraordinary delays in transportation, or inability to procure critical materials prevent work on the controlling item, as long as these delays are not due to any fault of the Contractor. (6) When any condition over which the Contractor has no control prevents work on the controlling item." Revise Article 109.09(f) of the Standard Specifications to read: "(f) Basis of Payment. After resolution of a claim in favor of the Contractor, any adjustment in time required for the work will be made according to Section 108. Any adjustment in the costs to be paid will be made for direct labor, direct materials, direct equipment, direct jobsite overhead, direct offsite overhead, and other direct costs allowed by the resolution. Adjustments in costs will not be made for interest charges, loss of anticipated profit, undocumented loss of efficiency, home office overhead and unabsorbed overhead other than as allowed by Article 109.13, lost opportunity, preparation of claim expenses and other consequential indirect costs regardless of method of calculation. The above Basis of Payment is an essential element of the contract and the claim cost recovery of the Contractor shall be so limited." Add the following to Section 109 of the Standard Specifications. "109.13 Payment for Contract Delay. Compensation for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be allowed when such costs result from a delay meeting the criteria in the following table. Contract Type Cause of Delay Length of Delay Working Days Article 108.04(b)(3) or No working days have been charged for two Article 108.04 b 4 consecutive weeks. Completion Article 108.08(b)(1) or The Contractor has been granted a minimum � Date Article 108.08(b)(7) two week extension of contract time, according to Article 108.08. Payment for each of the various costs will be according to the following. (a) Escalated Material and/or Labor Costs. When the delay causes work, which would have otherwise been completed, to be done after material and/or labor costs have increased, such increases will be paid. Payment for escalated material costs will be limited to the increased costs substantiated by documentation furnished by the Contractor. Payment for escalated labor costs will be limited to those items in Article 109.04(b)(1) and (2), except the 35 percent and 10 percent additives will not be permitted. (b) Extended Project Overhead. For the duration of the delay, payment for extended project overhead will be paid as follows. (1) Direct Jobsite and Offsite Overhead. Payment for documented direct jobsite overhead and documented direct offsite overhead, including onsite supervisory and administrative personnel, will be allowed according to the following table. ........ Original Contract Supervisory and Administrative Amount Personnel Up to $5,000,000 One Project Superintendent One Project Manager, Over $ 5,000,000- One Project Superintendent or up to $25,000,000 Engineer, and One Clerk Over $25,000,000- One Project Manager, up to $50,000,000 One Project Superintendent, One En ineer, and One Clerk One Project Manager, Over$50,000,000 Two Project Superintendents, One Engineer, and One Clerk (2) Home Office and Unabsorbed Overhead. Payment for home office and unabsorbed overhead will be calculated as 8 percent of the total delay cost. (c) Extended Traffic Control. Traffic control required for an extended period of time due to the delay will be paid for according to Article 109.04. When an extended traffic control adjustment is paid under this provision, an adjusted unit price as provided for in Article 701.20(a) for increase or decrease in the value of work by more than ten percent will not be paid. Upon payment for a contract delay under this provision, the Contractor shall assign subrogation rights to the Department for the Department's efforts of recovery from any other party for monies paid by the Department as a result of any claim under this provision. The Contractor shall fully cooperate with the Department in its efforts to recover from another party any money paid to the Contractor for delay damages under this provision." 80384 PORTLAND CEMENT CONCRETE—HAUL TIME (BDE) Effective: July 1, 2020 Revise Article 1020.11(a)(7) of the Standard Specifications to read: "(7) Haul Time. Haul time shall begin when the delivery ticket is stamped. The delivery ticket shall be stamped no later than five minutes after the addition of the mixing water to the cement, or after the addition of the cement to the aggregate when the combined aggregates contain free moisture in excess of two percent by weight (mass). If more than one batch is required for charging a truck using a stationary mixer, the time of haul shall start with mixing of the first batch. Haul time shall end when the truck is emptied for incorporation of the concrete into the work. The maximum haul time shall be as follows. Concrete Temperature Maximum Haul Time at Point of Discharge, (minutes) OF (OC) Truck Mixer or Nonagitator Truck Agitator Truck 50 - 64 (10- 17.5) 90 45 > 64 (> 17.5) -without retarder 60 30 > 64 (> 17.5) -with retarder 90 45 1/ To encourage start-up testing for mix adjustments at the plant, the first two trucks will be allowed an additional 15 minutes haul time whenever such testing is performed. For a mixture which is not mixed on the jobsite, a delivery ticket shall be required for each load. The following information shall be recorded on each delivery ticket: (1) ticket number; (2) name of producer and plant location; (3) contract number; (4) name of Contractor; (5) stamped date and time batched; (6) truck number; (7) quantity batched; (8) amount of admixture(s) in the batch; (9) amount of water in the batch; and (10) Department mix design number. For concrete mixed in jobsite stationary mixers, the above delivery ticket may be waived, but a method of verifying the haul time shall be established to the satisfaction of the Engineer." 80430 SUBCONTRACTOR MOBILIZATION PAYMENTS (BIDE) Effective: November 2, 2017 Revised: April 1, 2019 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following: "This mobilization payment shall be made at least seven days prior to the subcontractor starting work. The amount paid shall be at the following percentage of the amount of the subcontract reported on form BC 260A submitted for the approval of the subcontractor's work. Value of Subcontract Reported on Form BC 260A Mobilization Percentage Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 _ 18% $40,000 to less than $60,000 16% $60,000 to less than $80,000 14% �..... _..... �............ __.... $80,000 to less than $100,000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9% $500,000 to $ 5000 8%70Over$750,00 7%°" 80391 WORKING DAYS (BDE) Effective: January 1, 2002 The Contractor shall complete the work within 15 working days. 80071 ----------------------_--------------------------- r m o y C T vyN$ w$ II mm 0 ., •• ry �Z Tun � -z Im 'x z mo 0311 N ,N �ymy I_ x3 0 Jm c aIM 3 m y Iffii � ,H w3 � �z zIQ o- a MMMMMMU o n y O n TOWNSHIP 42N s a Z a rm rrN�r y Ulm x � 3 „ CA 00 _Z ma O J IIU AI.INIMIi)iVI TIIIV I,I , G) n m N Z �'„t V1 IIY)f�llu�'YIUIWd I\I II �pwn v W' �• cc cn CA rm z �I c c oo yco i c y c IM IM y � c m N CA %r nA ylrl T 4r a ................. ........... IRK No QQ its ign; oil; W AN o r x r r r ti r r 1 IN, „r � II w'u m y za 1 tiYA m KA lopw„ T O AY oil it N w'N I H T P'rh ap � ar N z M"R �O o w N! Nif D Z C C Y! t ri Ip CVYF rvu ���'Cl �T�7 Y - n A.: C 5 r! f� ! ! Wrly 'rx rr co s r V�lI"I w i k lggq{i 1 j . IT r�l I� ul , .. , I 7 ri r• I -r SIT IT 177 III !I 3 N r } za a� I ki z— I dl I O J€ S- S ti "I a 2 I I t c I f o f m s f I � ... . i I n r ryn �r i I. Ii t1 " P ¢z j " Vl rr I O N N z i I i a N o ._..... a 0 _ I e � ) a iy. f r .. -_ ...... �.,.�. y I � � x I, I ifIs "w 1l i 0 m T I a ti m� TO I �T a� 9G ON H ..... �u S I .a 4 r N { I rl a 3 x r � ., fo I. �.. - ......... .. � I i I c-� i �Ir � 4 O r N ff i r • "1 f I d Mj Ln my Ir I 6 li 11 e m dti r m 70 D f z� r '"Ci. 4ll ti e w • �� tir r m 1 P m f f ,y y .fir. N N b .... ----------------------- ------------ n y tr1 i 1 F� d h p� t' X(l�ld �. fP l 0 m a m N 3N i 1� I m TO � y T S r Dr yZ 10 ON f .�•,.,y O f 2 I 7 t l i � 1 iyI m n 1 � n r 1 �. .. .-------- ------- ......... � r y MMCH LIME STF, 107+00 n �.aer� i _WWW i i ; x w a � m CAR � m Ae m a e e cn cn O MP VC"H LINE BELOWFACk'7 C)C) i r � N H ..... ................... I,. . m. ,.r ... 51 ry �r a jJ - yT Iv9�� ry,r f.i 1 l t ap Yrz,ff N O VJ y O 2 r.�7 ..1 Aid'5*0 V' 77 g C y I((I •.4 C x m e ti e ... �. .. .. . _ F... .� � ,. ., N _. Ad.KN' L............... ............... ................................... un f .... ..................----- - „,,...M n y �R f r o m N a 3H � f f ,t T T / 1 fps t YA2ilG/iGlrO/ o in r �. ...._l..0 9 1 lu VNIMSEr a t a ^ 1 (IMISi/✓l/I� ulWE 24 _ �rtrNa�ea�irrraafr a rrnn ar 1 $ x Y ZC.%Gad9hllISE,,! i �A• {�r 6.:X karN J p-x rti;wNN f �r a .w -------- -- a $ a 1 �A ...--. -- � I n z r f µ SYf f f i ICI, r y r 3 N y� i m T T aF zz WE i O N � Mr 9 N Z x , n w e l Z r O r � V N /A Z 03 Z e I , ri m>cn o ZZco cn o cn . 1 ......................................... .................... ........... ------------------------------- ------------------------- .. ................ .. .... . . ........ . ......—I ------;,7------------7— ............ ............ ............................ ........... .......... CA i m n0l� IN Im NI E IM 2 Io 1171 ��Iifljiii� 0 0 1:1 Im raD Im l��,r, rp rw M �f p NO ni 1�1 0 U I P r 6 Z .............. ZMZ m ai Z cn cn m + 0 C4 —----------------------- .......................................... .. ............. ...................... -------- ............................ -- i r I " r,g Ix IX I s f 4 Ri ff 99 I m� n � zZ 0O '.< z y m G) y Z z =_c � � G I is Ix - .. �- ,... � @x l I I I ' r y h ------------ ._. ... _ ............. ...... ---------------- ..., ... _...._. u - H a z z GJ Z G) � 1 w y COr I Ix ;u> M o ul In M IM I I ...................................................... --------------------------------------- ------------------------------ --------------------- ------ ---------- ... .................- �fla��m .... .e _ .,. .... r ryn Z v fl < r 3 0 2 I 3 A f I i. kX II In 1, r S ¢4 �y T T aF v off ... m N _ Z n n O � z 3 25 CA N g 1 c 0 z {{ dX f a m li 4 Z > . r M� cn I . .zzw 1 1', ----- .. i -; D m r n Z a D J% ., z y p{ f f4 v { 1 Cm a x T N 2y m T O a r ar j 2Z �O O N N a y �1N0 �1N0 �1N0 1 +4 +) 4 F 41y EM ..------- -- mm �9 � 3 r � m M H m w 3 cn ��- y Z Ca Z �amc +'^ 'i �x gym. z v� D I o �m;u ><0 o �DCl) c ��3 j I Z Z Co u ■ I� �� © Ia 6 ro�cn0 �a i } D o mN ZD 1 1 m O �m a— a yz 0 ON in a o z I �1N0 �1N0 �1N0 oho ° � � V► I� U V ..................... I cn J nD D o az ;wu o �m� o �<v mN --I� o ; e Zo z W ('Cn0 � [ f � ..............7.................7 ............................ ...........!,—:, �—----------- ................................. ----- ...... -------------- ...................... 42 0 > 0 ............ Ln ;u ...... .................. ................ 0 > 10 09) > m 0 CO) IQ 0 ........... ........ ..................................... .. ................... -------------- ............ ......... >>> zw,z 01030 Z ja> 0 *V M;u > > ca M-4 �z Zoo 6 (ni(no <=:> 777" V IL ------------------------- ......... ..... .................. ..... ----- --- ............................ ................. �.... .. 1. � _ .,, i o z i � 3 I , A Y � Ix m y # m � zz c f w 0 o ti rn 1 m Ly N s h N - rn � 3 Z ly Ix 1 i 0 ----- _ _.m__. ....... .... 1 i z rn o � � � c a I I ;^ �CD Ix � Ix zen LL . ........... 1 I i m j La t I I �r 'i f'al Cl Im x I m Q Q • i i 1 } k a 13 cl 8 0 j e o © ' IT I y I � m� m r I T T C m m o y y 3C m ic y Im 1 X ■ } o x [� o w� B m h { yIPi� m C 13 m 3y w > 3 C N m M I R >toz I ( ..1...: x Ix a Ix w u z �j II e ---- ,.. --------- ---------------- .;. _. n r Z _ IK pf '�r III i� z m m T N 3 r 0 M } W Z m m m Z m D D DFM .�.. m � . ..�. 1. 77rFP �{b F s i m 0 m CA Z m ^ F m Z / n p O D = 9 m 3 ........._ ........�� .. p:, =� Go b 3 N _cn o - z 7 ; ---------- ----------------- - ------------------------------ ---------------- ......................... ............ ------------------------------ ------------------ ................ .............. ............... L! )0 Lz U) ca ZZ z .10 o w m -4 0 0 z R. m fn Z En U) -n M o z -0 ZV --1 0 M -< cn N) W OD 11 M rn z cn 1w, ---------- -------------------------- .................... --- --- ---- ----- .......................... .................................. �I `i I n k s �W krl, sf r I I IA - - f Cl ` 1 ME zs t{{ r� s ... I en e m c m ¢¢ um ; m m m �.....__ ^ y v rs iL cn M1 u, a 5 urn +Mk J c / j e „0 '✓ .,A y' n� w z .. oa v o N i ca r IA N r-a_'. 7 I I, N � l' ------------------------------------- i�..e _.. .. .-. �ld f� m r * x vv , � xxrx+wrrr s y z 9 a z CID N In Z I I G ,pp s ti r y � IN 77 H r c � � w D n 'n Z *s _. s- a V1zz C CD n N . y4 _ _ _..... ---- E h l r+a . n I r. f t i b I z � m 1, s ry ry 3 u m �� m a n N N z� m M f � 7 p 9 „ 0 z �►a v � a > V o ........I ti .._ ir r 1 �t ,I 77 Im v µ M � � I G , W u ' p �^u i � � " ..... n 5n yl I n i di� , as II ` � 88 r 11 m ..... � uw 1r IY it In r �CS p Cl) IIII C5 �'" m CD m .., 0 fr � m I �0 41 xa a F � rY Ir j m O N �k D 2 P a � uw Yry U CA N 4Y ....... H Cl N O CID CA Yt 0 m ar y m r $ m y cn IM IM PY r; tt N1 , u ei i Ion n n eC1J s o orn o mIM G 0 3 cm�i �.. ,,.. A c> >IA .� n m m G o DZ� � mCD � zo �mmga •• IM �Eq Z R7Q o.�p a , ; I �W..............................._...._.......-----------------_ - _....r m� � � o �.� MO ca m v m a � � � z 1 m m tlu 0 O C y 7 Z re UI GIq!�I or m m N uptlp ytl yU tl'm �091 m VC 22 f a i o a ... ( n9 m o m n a H fn y �. } IN m ,: yl o O O ca m ca C �m m ID m a a a o m a n f7 m 3B f � N cn c { z C? m v m P 1 I � V a .„..... �,do ,„.,,, d,�.�. ......... .. ....... �,„ o., .,, yI � I r° T .Oil m �� , e „ 41 CY le NON c. I .bf t� F c — v 3H zti .. za .. C7 cn '� p n IsfII� 1 R o v . r II iY, µgiro Z 041 9 Co e II { y ,.r � 4A b I" C9 v � a m ^� 6 - v ...... .".... ... ----------- �w ,nn yll �. m 1. f � t m I y Ic i m � 1 n � e, T m M m m r f i O I c� O J ci a v ' m ZD m 010 w ry Z m { ow In IF rn ~ 1 U S � V v z ,r y m = m Qf O ff > Z Y m VII r d La cn s � p 0 i ^ rn m c r, c m m .mom. i O N°k" p � Z f P. rwnAr. Ir a m� v ar4 a Z CZ') rW *, c ci tin✓% ` C F .,. m 3 r Z m �' s ym „ I nn f � IF --------- .... ................. ....................... ------------------ .............. .................... ............ ........................ za Dr erg a r le .......... -------------------------- .......... Tl� ...................... n A ..................... 23 25 CD m 4:hO CD 4,&a z m so F _ G I I ti I f aaa.rv.r ti Ff''.. 1 � � I s uiiiu''��r I 3y i im T T a� u N Z O H —91 I y Z (1 j `z &'a �i r, f � � 1 j f o lytf rz K, a r uT.............- - Z b Z m ���� ----- ��......... ---- --------- ........... ............ .................. ................... ............... ........... o TO ZE y. ........ ..... ..... 7J co) x CD ................... ............. 1 .. .. --- � ... .�,.. . I I y�n x; g i 1 A YW W I I I m I 'a 9 I za ii m T T i N 9 r a� 12 S0 O m 110 N 1 ri r 6 P n r, g 0 �µ z p � 5 . J o 'o t N C � m o ZR1� N 1 f� I ------ „t t Lid { ro r� li c f y y PNS r m t. T Z Z fI N S G /, 1 a u A J L y O 2 _ d c +� �a a e e i _ c I li P F o a E E z v W ZR1 rms ~ ��m � WN CDm rn o a�rp Z 1 (.' n z Q j LU n " " m � yW 3y l 1a rT I y r r aF zZ oy � R °h tin J ` p r w 4 «M j m0 0 z rrn r rr cy Z s rw z r rn e! c m ' Mai nFo. z Z n m Fo z r om cn � rJ Sri Z rn f ' ...... .. _ ....... ......................... ................ rtm � „ r nn I I I ,. •ter.., w.�... f .. _w m T f �T I .-_.:.rvrnnnnrnnr ... 9— ............ ........... ............. 10 o Z 4f G y r a k m � 1If a 4::lI ca �= f c r IF C l o Q. LLJ US Z�LLJ J co �� a Sill aN Z H � H C� ......... . � Y W Q J V7 u t W O I 1 � l � Y7 rcr Q n e 'u .0 ry �' Z N J O� f Cw y W I _ F� �i ff Ulul ; ------------ U i ..r. .... J r W ao V I c G c CD o, V s EE W r M Z �.... x�. as i I' Ifi� g ....... LU W r y i I � � I Y ii y'�n^ _. Z W ........ +° � m�. ....... Q W !- 00 Ca5 O IL y CL r G Q �.✓ U W vr�n r r r�a f z 1 fQ ] m " wtlg W 1 e I U f- m f 1 W W - I j W s LLI ,�'` 'i i i i m w ...,,.. ."......., r �... go d' �ro N CD a) a mw a CW „I � ro� o N 5R V V n �u E X y i r 46 ry ?. a W s, r, s. W � U � ....... -ILrc I cd .� ca m. 7 E ri ---- J I a�q z v ...... ..... W s a CD r T Ea rc% oW a � I Imo, 1 W Z C C Z �- J a W �a 2 C G k f ib Y " 'jrr r, 4 x� w y R o 0 rn A V V_ n o " z [ L t�u 52 __._. a 3 Y i r f d O ~ mm�.�w A r^ C y 0 Aari to C7 Z2 °a u "� 2 Z Q iM^� ccttI F y WO 1 W f in V W a F W U y a � ca a W Nil ---------- ................... ................ ------------- ------------- ............ ----------------- i 0 r ro ; r � , d �r tea. i J.....,_. .. ......... ..............._,_, ________ ...............,,..,.... ---------- -----...,,.___ .. t N: LO f 5 ( f 91I _ 9 W Q I i�,�J � W C7 00` a Y co a � 00 I,nt4 J Q a J ry PS,i. C xl s th m -,,�F- ... ..... .,., IIn F 4 T" { -15 B P LIT cn cv 9 f U 6 ^� H a�a N O OCL 0 pw K2 i W J N� � I vx y m � T r I l j e , { ............... � � 17 W C3 CD 0 ..� r z I � { � 1 — z P P i 6 VII j g z ! V gym. 1 E a. u 3 x t e if �e s a r #T I µ J 4 X7,77y W i ,-47 a k y 744-1 4 W r 71-7 a S i , u r y t r Z,,-7-777 < y .........l 77 #` j! 1 w �� 1 i I ; �� � . � z L _.w fl, W 4 i WN @3 0 m'"�! > Z J z a � w I J � F i Q fyin /1 awe Lu QCo .�.�.,... y I'�... I cr Y' 3 3 � 3i o m rY z w o 11 3 Z 0 2 �Q O I"W 2 P91f a d 0 n fl11W mA I f, _- jI i I j I ,,, ... r __ .. ... , .. ........ r --------------------------- . ............................ ..... ...... ................................ ......... ....................................... ...................................... ..... ........ .... ..................... ...... JN 2T. ........... vi .......... It W on D Z F-- 0 AV— YuS a 0(1 HOW IVIV"�iii M 51 INW, �im ----------- .......... ................... 21 o z 1� VY-i, Mi I i,N Kl umntl "L ?I�l,l VW(IllVW Li o in 19,niV 1 ll),� ............... x ------------- _------------------ --- ---- .. ................ --—------ ............... ....... .. .. W 1 t D W oW .. ' o uj �Wr�Fsaor� � r w f ILI b on e _> _.� ". ° z a O w � J � F W 2 LL S U7 .t w�,• W ^^. W w O ro h ^ J Z Q a ez a J LL aA vA.F �d Q N w 4, z w O N W a W C7 la/I O k W I z U W ❑ LL W of F q Q W W f!} ', ,,...� ........... is ® ........ LL� I- f a x U7 ''� O F— W O tx+r F- ®z . ..... lau 00 W V i N G O 0 w O A w w u aryy� o �. A uo c? � ,;ram a � Y �16,is r u;J rr, + '^ f ^n. (v I (J i} II�I xA CT �u U J .,a 1. A x1 rE w 4 v f4'3 w ll ix^ Ywh MX„ ix l arl I Y u YIY m ero a r�ra .........� p r � lo, P .n s Ell Y � CS i r Y k5 R5 fi6 �� I� F U fl V Ell i 5 vVti::1:.wP w� „e„ " Ell M x. KS )> a ......�....m..�.. ................. ....... .....__........... .�:.... .......,,...... ..................:... � ' ............................. ............... ....... z w 2 1 > w 0- -z U) C2 A 2)�g z M ro �o 0 LD LL, C9:r cc �2 1.5 2�z < 0 z S o e I a oa U,,O yr w Z 111 w w<Z 0 > #7 4 < EL j<j (L 7< cc WZ I— IT 2r RLI P! z 00 v ri S I T 5 0 .0 n. 0 30 V, AHrH am .......... 2 I'll. T I 0. Ew 0 uu R mv eA 00 Cr u 0 0 CL RZ IT z yo I,i c, 211 IS, z w rl z W, 6. 6 Zi",LI N 00 M4,.la ............. ........ I,I 10 in too; A too AM R o xr`Bpi 'Coo A w I rg" ut wit a CJ fl n� ur T � mr C t wit gp log r. it an U r x, z T of C�5 i O Yil 1 A � zr o o �1. ❑ a i - o Q r o "a 3: � 'z z z a aJ a tJu ❑ fi y dc O �r a ^r i 1". 0 Fit A x rip rr F— a•I�u n s II u , ��n rr r .. a, s , c ..a z ,"n v n , " mf „ , „, O Z w r ❑ ry r "� rs LIJ Lf) us rc] is " O W ® A. AQ oil n 0 fly," I WE f 1 its � " w I on" bill, o t AID Yhf 0 t fY � e ... e .. rip�..� I WWII I I ..................................... ................. ...... ................ ................ .......... ......................... �us�11.3 MIS IKM I* io"M 0 Uwr� F 6 2z 1p� am r Hi ir MOA."NYM 4 oa o LU m,6 <DIE wo HC ul z Z, ........ .......... .......... IL O rC .. .... ..................................................... ----------- o 4 Z 1 I r s O a � m r „ W r d o zi �I� � ae oQ ' , w ,s g G " IL a cL w , W� Z w 0 Z cL _ e d z w n IIr N� � � Pu f N,m•�. I t 7 I,r u i f d fl d �'ff7 Fillal 7-7 777�— r o � .a � e �"' n � � � � .1 �i yA q ✓w.... a _S Cl I ww QQ� XX W I f af p U w apQ � p z°C X Jz a Q ZXo iL imp,... X � z wx o = W zQ� u ZW V)0� 3 ..., .,..� z w z w= V z NN W O o o f �J) m wz = a w= F � � Zw n uLn z z z e i` ¢w FO O l9 z O z z Q z O g tz9 p t u 1-W W Z Q Q 60 Z l W g z oo w Ou - O o i r"i ri m K O u O G s F .... M W O 7- w w u. Q i s :. ll a 2 z m Z O Z f �¢ �^�',°�p,"",U"I ry 0 Y Gip O � ��„ p ,,,N,,,,,� Q Z- w. Q U m o C N o a Z LU L, w® a = ® Q U O Z C Q p F O N O * >< yy W W ...�. z O Q Z ¢ O 2 j 1w k.,..., � s 11 1 O . Y...._..� W ww......v ...d ....� Z f- 1~/f z Z Qu - ° °w a z a 0 2 Oo V1 z J m r { o > m O �- z Q ¢ w Bp If •• w VI z 6 w d Z N flr/fl� Y z 2 Z Q d� z a �..* L E A...'¢¢ L — — - 'I WL� u 9 M 2 a �o z w z m U Q O %Q J f W F VWI T K W W O Z 2 O w Q w It N u O m y It IL 4 fizttP vYV .r ry T V m 6 n Z2 7¢Q¢ W O C W r� H W N F 6 6 O I 1( i 1 I I 1 - 1