VILLAGE OF LA GRANGE DePartment of Public Woiks

BOARp RBPOßr

TO Village President, Village Clerk, Board of Trustees, and Village Attorney

FROM Robert J. Pilipiszyn, Village Manager Ryan Gillingham, Director of Public Works

DATE: August 24,2015

RE A\¡YARD OF CONTRACT - PARIíNG STRUCTURE BUMPER \ilALL REPAIRS

The Village parking structure located at the corner of Harris and 6th Avenues is a three level gara!. iittr 376 parking spaces and was completed in 2005. The parking structure is a põst-tãnsioned structure with a precast facade. On Tuesday, April 7,2015, Villäge staff was notified that a concrete wall panel located on the second level near the southwest corner of the parking structure was damaged. Staff speculated that the damage was caused by a vehicle hitting the wall. Staff contacted Walker Restoration Consultants, a structural engineering firm specializing in restoration of parking structures, and requested that tñey visuály review the condition of the damaged precast wall panel and provide a recommendation for repairs.

Walker Restoration Consultants completed the structural evaluation in April 2015. In summary, Walker Restoration Consultants believes the precast wall panel was most likely impacted by a vehicle. The large cracks that have developed in the wall most likely indicate that the embedded reinforcing steel has yielded or slipped in the concrete. The concrete around the connections between the wall panel and its support has also cracked.

The wall panel arouncl the perimeter of the parking structure is designed as a vehicular barrier *à it fulfilled its pürpose of preventing the car from going over the edge of the parking structure. Unfortúnaiely, the facade panel was significantly damaged and Walker Îì..to*tion Consultants believes that the bumper wall would tikely be unable to resist the full design vehicular barrier load a second time. Therefore, Walker Restoration ,..o*-r-nds replacing the damaged concrete wall panel by casting a new concrete panel in place.

The following is a list of the recommended repairs and replacement activities:

1. Replace the damaged wall panel with a new cast-in-place wall. 2. Repair cracked and spalled concrete at the slab edge. 3. Reþlace damaged thin set below the damaged panel. 4. Provide new connections to the wall panel below the replaced wall panel as needed. 5 Epoxy inject naffow cracks in the adjacent concrete columns' v-Ð t-

Award of Contract Parking Structure Bumper V/all Replacement Board Report - August 24,2015 -Page2

6. Seal joints around perimeter of new wall panel' 7. Repl;e topping in front of new wall as damaged by impact or removed during new wall installation. 8. Stripe parking spaces in front of new wall as needed' g. Coat new wall as need to match color' lWalker to In May 2OIS, an agreement with Restoration Consultants was executed The complete the detaileã'engineering plans and specifications for the above repairs' pro¡åct plans were completed in futy ZO1S based on the above scope of work'

for the 6th on.v/ednesday, July l,20l5the village advertised that bids would be received was held on Parking structure Bumper wall Repair Project. The bid opening Wednesday, July 22,2015 with the following results:

of Bids Contractor Bid Amount I J. Gill & CompanY $34,990 2 Mertes $42,872 3 JLJ Inc. $s5.s70 4 Structural s Estimate $

In the The low bid was submitted by J. Gill & Company in the amount of $34,990' low bidder, J' attached bid analysis from Wãtt

expects The Village submitted a claim to its insurance carrier for damage to the wall and repair to be ,"piia in full less the village's deductible of $2,500. Since this emergency i, not included within the budget, a budget amendment wilt be required at the "*p"nr"enã of the year to recognize the additional expenditure' to J' Gill & In summary, staff recommends that the Vitlage Board award a contract company fór repairs to the parking structure bumper wall in the amount of $34'990'

y-Þ'r IIAIJ(ER

6th Avenue Parking Struclure BumperWall Replacement t 22-Jul-15 BID REVIEW 31-78e1.10 JLJ Structural J GiII Merles UNITCOST EXTENSION uNtTcosT EXTENSION UNIT COST EXTENSION UNITS OUANNTY UNIT COST EXTENSION 12,600 9,950.00 $ 9,950 $ 12,600.00 $ 1,090 8,E00.00 I 8,800 $ L.S. f $ 1,090.00 $ $ 1.1 Conditions 200.00 $ 800 s 2û $ r50.00 s 600 $ s 125.ú $ 500 $ 50.00 - Paftial Depth s.F 4 3.1 Ropa¡r 800 $ 300.00 $ 1,2@ 800 143.00 $ 572 $ 200.00 $ s.F 4 $ 200.00 $ $ 4.1 Repair - Partial Depth g 14,2æ 5,80000 $ 5,800 $ 14,200.00 5,000 4,5ô4.00 s 4,æ4 s L.S 1 $ 5,000.00 I $ 7.3 Exist¡ng Wall Panel 36,750 34,950.00 34,950 I 36,750.00 s 24,000 27,549.00 $ 27,549 $ $ L.S, 1 $ 24,000.00 $ $ 74 C.l.P. Bump€r Wbll Panðl 1,500 12.@ s 720 $ 25.00 $ 480 s 8.00 $ 460 $ L.F 60 $ 8.00 s 11.3 Jo¡nt Sêalant 400 100.00 s 400 $ 100.00 s 520 $ 29.00 $ 116 $ L,F. 4 $ 130.00 s 11.5 lnledion r00.00 s 400 36 $ 100.00 $ 400 $ 175 00 $ 700 $ 900 $ - Repair s.F 4 s r6.3 Membrane .r00.00 1,300 $ 180.00 $ 2,UO 25 00 $ 325 s $ 13 $ r00 00 $ 1,300 $ Unú Repa¡r / RePlacsmont EA. 400 35.2 650.00 s 650 $ 400.00 s 600 $ 230.00 $ 2æ $ s.F. 'l s 600.00 $ 40.6 Tiê Back Conrccl¡ons TOTAL $ 70,590 42,872 TOTAL c 55,570 TOTAL s 34,990 TOTAL $

-ì , 9 þ CONTRACT BETWEEN THE VILLAGE OF LA GRANGE AND J. GILL AND COMPANY FoR 6'h AVENUE PARKTNG srnucrunE BUMPER WALL REPLACEMENT

Contract Number: P2015-016 CONTRACT BETWEEN THE VILLAGE OF LA GRANGE AND J. GILL AND COMPANY FOR 6TH AVENUE PARKING STRUCTURE BUMPER WALL REPLACEMENT

Contract Number: P2015-01 6

TABLE OF CONTENTS Page

ARTICLE I THE WORK 1

1.1 Performance of the Work. 1 1.2 Commencement and Completion Dates...... 2 1.3 Required Submittals 2 1.4 Review and lnterpretation of Contract Provisions...... 3 1.5 Conditions at the Work Site; Record Drawings...... 3 1.6 Technical Ability to Pedorm 4 1.7 Financial Ability to Pedorm 5 1.8 Time 5 1.9 Safety at the Work Site...... 5 1.10 Cleanliness of the Work Site and Environs. 5 1.11 Damage to the Work, the Work Site, and Other Property 5 1.12 Subcontractors and Suppliers...... 6 1.13 Simultaneous Work By Others 6 1.14 Occupancy Prior to Final Payment 7 1.15 Owner's Right to Terminate or Suspend Work for Convenience..... 7

ARTICLE II CHANGES AND DELAYS 7 2.1 Changes 7 2.2 Delays.. 8

ARTICLE III CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK... I 3.1 lnspection; Testing; Correction of Defects 8 3.2 Warranty of Work... I 3.3 Owner's Right to Correct 10

ARTICLE IV FINANCIAL ASSURANCES 10

4.1 Bonds .. 10 4.2 lnsurance 10 4.3 lndemnification 11

ART¡CLE V PAYMENT

-l- 5.1 Contract Price 11 5.2 Taxes and Benefits...... 5.3 Progress Payments 11 5.4 Final Acceptance and Final Payment 12 5.5 Liens 12 5.6 13

ARTICLE VI DISPUTES AND REMEDIES 14 6.1 Dispute Resolution Procedure 14 6.2 Contractor's Remedies ..,..... 14 6.3 Owner's Remedies 15 6.4 Owner's Special Remedy for Delay 16 6.5 Terminations and Suspensions Deemed for Convenience 16

ARTICLEVII LEGALRELATIONSHIPSANDREQUIREMENTS...... 16 7.1 Binding Effect 16 7.2 Relationship of the Parties 17

7.3 No Collusion/Prohibited I nterests 17 7.4 Assignment...... 17 7,5 Confidential lnformation...... 18 7.6 No Waiver...... 18 7.7 No Third Party Beneficiaries...... 18 7.8 Notices 18 7.9 Governing Laws... 19 7.10 Changes in Laws. 19 7.11 Compliance with Laws ..19 7.12 Compliance with Patents 20 7.13 Time 7.14 21 7.15 21 7.16 Amendments 21

CONTRACTOR'S CERTI FICATION ATTACHMENT A - Supplemental Schedule of Contract Terms ATTACHMENT B - Specifications ATTACHMENT C - List of Drawings ATTACHMENT D - Bond Forms - Performance Bond and Labor and Materials Payment Bond APPENDIX 1 - Prevailing Wage Ordinance

-ll- CONTRACT BETWEEN THE VILLAGE OF LA GRANGE AND J. GILL AND COMPANY FOR 6TH AVENUE PARKING STRUCTURE BUMPER WALL REPLACEMENT

Contract Number: P2015-01 6

ln consideration of the mutual promises set forth below, the Village of La Grange, 320 East Avenue, La Grange._lllinois, 60525, a public corporation ("Owne/'), and J. Gill and CompâñV,236 E. 161-' Place, Suite A, South Holland, lL 60473, an lllinois Corporation ("Contractot''), make this Contract as of the 24th day of August, 2015, and hereby agree as follows:

ARTICLE I: THE WORK

1.1 Performance of the Work

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

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

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

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

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

5 Miscellaneous. Do all other things required of Contractor by this Contract, including, without limitation, arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility

I lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate allworkers and all personnel of Owner engaged in the Work.

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

1.2 Gommencement and Completion Dates

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

1.3 RequiredSubmittals

A. Submittals Required. Contractor must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this Contract ("Required Submittals"). Such details must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work.

B. Number and Format. Contractor must provide three complete sets for each Required Submittal. All Required Submittals, except drawings, must be prepared on white 9Vz-inch by 1 1-inch paper. Submit Project-specific information drawn to scale. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity.

C. Time of Submission and Owner's Review. All Required Submittals must be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner's sole opinion, to permit Owner to review the same prior to the commencement of the paft of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such

-2- submittals will, after final processing and review with no exception noted by Owner, become a paft of this Contract. No Work related to any submittal may be pedormed by Contractor until Owner has completed review of such submittal with no exception noted. Owner's review and stamping of any Required Submittal will be for the sole purpose of examining the general management, design, and details of the proposed Work, does not relieve Contractor of the entire responsibility for the pedormance of the Work in full compliance with, and as required by or pursuant to this Contract, and may not be regarded as any assumption of risk or liability by Owner.

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

1.4 Review and lnterpretation of Gontract Provisions

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

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

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

1.5 Conditions at the Work Site: Record Drawinqs

Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for

-3- damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at, or in the vicinity of, the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been othenruise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existíng at any pafticular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present.

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

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

1.6 Technical Abilitv to Perform

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

1.7 Financial Abilitv to Perform

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

-4- 1.8 Time

Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with, and as required by or pursuant to, this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may be incident to the Work.

1.9 Safetv at the Work Site

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

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

1.10 Cleanliness of the Work Site and Environs

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

1.11 Damaqe to the Work. the Work Site. and Other Propertv

The Work and everything pedaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all pafts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified, and support and protect all buildings, , roadways, conduits, wires, water pipes, gas pipes, sewers, pavements, , , fixtures and landscaping of all kinds and all other public or private propedy that may be encountered or endangered in providing, performing and completing the Work. Contractor will have no claim against Owner because of any damage or loss to the Work or to Contractor's equipment, materials, or

5 supplies from any cause whatsoever, including damage or loss due to simultaneous work by others. Contractor must, promptly and without charge to Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other propeñy as a result of the Work. Notwithstanding any other provision of this Contract, Contracto/s obligations under this Section exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section.

1.12 Subcontractors and Suppliers

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

B. Removal of Subcontractors and Suppliers. lf any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination.

1.13 Simultaneous Work Bv Others

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

-6- 1.14 Occupancv Prior to Final Pavment

Owner will have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in seruice must be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor's duty to insure and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered as an intederence with Contractor's provision, performance, or completion of the Work.

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

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

B. Payment for Completed Work. ln the event of any termination pursuant to Subsection 1.154 above, Owner must pay Contractor (1)such direct costs, excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or pursuant to, this Contract up to the effective date of termination together with ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily incurred as the result of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner's rights to withhold and deduct as provided in this Contract.

ARTICLE II: CHANGES AND DELAYS

2.1 Chanqes

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

-7- decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation.

2.2 Delavs

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

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

ARTICLE lll: CONTRACTOR'S RESPONSIB¡LITY FOR DEFECTIVE WORK

3.1 lnspection: Testinq: Correction of Defects A. lnspection. Until Final Payment, all pafts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. B. Re-lnspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or opened by Contractor. lf the Work is found to be in full compliance with this Contract, then Owner must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. lf such Work is not in full compliance with this Contract, then Contractor must pay such cost.

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

3.2 Warrantv of Work

A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient and

-8- suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserued unto Owner.

B. Written Warranty. Contractor shall execute and deliver to Owner, before the final payment will be issued, a written warranty which guarantees that all work is in accordance with the Contract Documents and will not be defective. This warranty shall guarantee all work for a period of three years from the date of acceptance of the Work and final payment by Owner, except for equipment, motors, electrical controls, and other mechanical devices which shall be guaranteed for a period of two years from the date of acceptance and use of each item of equipment by Owner unless a different guarantee period of time is specified under other parts of the Contract Documents. lf within these guarantee periods or such longer period of time as may be prescribed by the Contract Documents, any work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with non-defective work. lf Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such repair and/or replacement of work, including compensation for additional professional seruices, shall be paid or reimbursed to Owner by Contractor. Contractor shall furnish a warranty bond in an amount equal to five percent (5%) of the Contract Price, but not less than $10,000, by a surety satisfactory to Owner to guarantee Contractor's warranty to repair or replace defective work. The warranty bond shall be in addition to Contractor's contract Performance-Payment Bond, and shall be delivered to Owner prior to final payment to Contractor for the Work.

C. Repairs: Extension of Warranty. The above warranty may be extended automatically to cover all repaired and replacement pafts and labor provided or performed under such warranty and Contractor's obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2 relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract.

D. Subcontractor and Supplier Warranties. Whenever Attachment B or requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract.

-9- 3.3 Owner's Rioht to Correct

lf, within two business days after Owner gives Contractor notice of any defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to SectionS.l or Section3.2 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys' fees and administrative expenses.

ARTICLE lV: FINANCIAL ASSURANCES

4.1 Bonds

Contemporaneous with Contractor's execution of this Contract, Contractor must provide a Pedormance Bond and a Labor and Materials Payment Bond, on forms provided by, or othenruise acceptable to, Owner, from a surety company licensed to do business in the State of lllinois with a general rating of A and a financial size category of Class X or better in Best's lnsurance Guide, each in the penal sum of the Contract Price ("Bonds"). Contractor must, at all times while providing, pedorming, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to SectionS.2 of this Contract, maintain and keep in force, at Contractor's expense, the Bonds required hereunder. 4.2 lnsurance

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

4.3 lndemnification

Contractor hereby agrees to and will indemnify, save harmless, and defend Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives against any and all lawsuits, claims, demands, damages, liabilities,

-10- losses, and expenses, including attorneys'fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any paft thereof, whether or not due or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of Contractor, except to the extent caused solely by the negligence of Owner.

ARTICLE V: PAYMENT 5.1 Contract Price

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

5.2 Taxes and Benefits

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

5.3 Proqress Pavments

A. Payment in lnstallments. The Contract Price must be paid in monthly installments in the manner set fodh in Attachment A ("Progress Payments").

B. Pav Requests. Contractor must, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner ("Pay Request"). The first Pay Request must be submitted not sooner than 30 days following commencement of the Work. Owner ffiay, by written notice to Contractor, designate a specific day of each month on or before which Pay Requests must be submitted. Each Pay Request must include (a) Contractor's ceftification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) Contractor's ceftification that all prior Progress Payments have been properly applied to the payment or relmbursement of the costs with respect to which they were paid.

C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every paft of this Contract and of the Work are interdependent and common to one another and to Owner's obligation to pay all or any part of the Contract

-11- Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Adicle are provided merely for the convenience of Contractor and for no other purpose.

5.4 Final Acceptance and Final Pavment

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

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

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

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

-12- B. Waivers of Lien. Contractor must, from time to time at Owner's request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, cedificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract ("Lien") and that no right to file any Lien exists in favor of any person whatsoever.

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

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

5.6 Deductions A. Owne/s Right to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies, Owner will have the right at any time or times, whether before or after approval of any Pay Request, to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to pedorm any of its obligations under this Contract; or (10) the cost to Owner, including attorneys' fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner's remedies set forth in Section 6.3 of this Contract.

- 13- B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.64 above until Contractor has either performed the obligations in question or furnished security for such pedormance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys' fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract.

ARTICLE VI: DISPUTES AND REMEDIES

6.1 Dispute Resolution Procedure

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

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

6.2 Contractor's Remedies

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

6.3 Owner's Remedies

-t4- lf it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has othenruise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due ("Event of Default"), and has failed to cure any such Event of Default within five business days after Contractor's receipt of written notice of such Event of Default, then Owner will have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies:

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

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

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

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

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

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

-t5- subcontracts and supplier contracts for any Work provided or performed prior to such assignment.

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

8. Owner may recover any damages suffered by Owner.

6.4 Owner's Special Remedv for Delav

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

6.5 Terminations and Suspensions Deemed for Convenience

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

ARTICLE Vll: LEGAL RELATIONSHIPS AND REQUIREMENTS

7.1 Bindinq Effect

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

7.2 Relationship of the Parties

Contractor will act as an independent contractor in providing and pedorming the Work. Nothing in, nor done pursuant to, this Contract may be construed (1) to create the relationship of principal and agent, partners, or joint venturers between Owner and

-16- Contractor or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 NoCollusion/Prohibitedlnterests

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

Contractor hereby represents and warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Depañment as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism, and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will pafticipate, in any manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating, the Work on behalf of any such person, group, entity or nation.

7.4 Assiqnment

Contractor may not (1) assign this Contract in whole or in part, (2) assign any of Contractor's rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner's prior written approval will not be required for assignments of accounts, as defined in the lllinois Commercial Code, if to do so would violate Section 9-318 of the lllinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor. 7.5 Confidentiallnformation

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

7.6 No Waiver

-r7 - No examination, inspection, investigation, test, measurement, review, determination, decision, cefiificate, or approval by Owner, nor any order by Owner for the payment of money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or any pañ of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract, nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor operate to waive or othenruise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner.

7.7 No Third Partv Beneficiaries

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

7.8 Notices

All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set foñh below by properly addressed, postage prepaid, cedified or registered mail, return receipt requested.

Notices and communications to Owner must be addressed to, and delivered at, the following address: with a copy to: Village of La Grange Holland & Knight LLP 320 East Avenue 131 South Dearborn , 30th Floor La Grange, lllinois 60525 Chicago, lllinois 60603 Attention: Ryan Gillingham, P.E. Attention: Mark Burkland

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

J. G¡ll and Company 236 E. 161't Place Suite A South Holland, lL 60473

The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means.

-18- By notice complying with the requirements of this Section, Owner and Contractor each have the right to change the address or addressee or both for all future notices to it, but no notice of a change of address is effective until actually received.

7.9 Governinq Laws

This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of lllinois.

7.10 Ghanqes in Laws

Unless othenrise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time.

7.11 Compliance with Laws

A. Compliance Required. Contractor must give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Prevailing Wage Act, 820 ILCS 130/0.01 etseq. (see Subsection C of this Section) (a copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the lllinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; the lllinois Steel Products Procurement Act, 30 ¡LCS 565/1 etseq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990,42 U.S.C. SS 12101 etseq., the lllinois Human Rights Act,775 ILCS 5/1-101 etseq., and the Public Works Discrimination Act,775 ILCS 10/0.01 etseq.; and any statutes regarding safety or the performance of the Work, including the lllinois Underground Utility Facilities Damage Prevention Acl,220 ILCS 50/1 etseq., and the Occupational Safety and Health Act [of 1970, l5 USC SS 651 etseq.].

B. LiabilitLfor Fines. Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's, or its subcontractors' or suppliers', pedormance of, or failure to pedorm, the Work or any part thereof.

-t9- C. Prevailing Waqe Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act, 820 ILCS 130/0.01 etseq. (the "Act"), must submit to the Village a cedified payroll on a monthly basis, in accordance with Section 5 of the Act. The cefiified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the contractor or subcontractor that certifies that (A) such records are true and accurate, (B) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Act, and (C) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the cedification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor's false ceftification. Upon two business days' notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the Village and its officers and agents and to the Director of the lllinois Depaftment of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State.

D. Required Provisions Deemed lnserted. Every provision of law required by law to be inserted into this Contract is deemed to be inseded herein.

7.12 Compliance with Patents

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

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

-20- 7.13 Time

The Contract Time is of the essence of this Contract. Except where othenruise stated, references in this Contract to days is construed to refer to calendar days.

7.14 Severabilitv

The provisions of this Contract will be interpreted when possible to sustain their legality and enforceability as a whole. ln the event any provision of this Contract is held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract will be in any way affected thereby.

7.15 Entire Aqreement

This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor, and there are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefor.

7.'16 Amendments

No modification, addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor.

IALL SIGNATURES APPEAR ON NEXT PAGEI

-2t- lN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed in five original counterparts as of the day and year first written above.

VILLAGE GRANGE I

By: Th Livingston, Village President

Attest: By: Name: John Burns Title: Villacre Clerk

- J. G¡ll and Gompany i By: Name .fh¡G.c Í. G:t-u Title: Pngsrorrlt

Attest: By: Nam Title:

-22- STATE OF ILLINOIS ) ) SS COUNTY OF )

[Contractor's executing officerl, being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct.

Contractor deposes, states, and ceftifies that Contractor is not barred from contracting with a unit of state or local government as a result of (i) a violation of either Section 33E-3 or Section 338-4 of Article 33E of the Criminal Code of 1961 ,720 ILCS 5/33E-1 etseq.; or (ii) a violation of the USA Patriot Act of 2001 , 107 Public Law 56 (October 26,2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24,2001.

DATED this _ day of 20

J. G¡¡l and Company

By: Name: Snrnçs f Cr.¡ LL Title: Rfsrol rlf

Attest: By: Name: Title:

Subscribed and Sworn to before me this day of 20

My Commission expires:

Notary Public

(sEAL) ATTACHMENT A

SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS

[Check applicable boxes and insert required information.] 1. Proiect:

Project Name: Parking Structure Concrete Repairs

The project consist of providing all materials, labor, equipment, shoring, supervision, and services required to demo an exísting damaged precast concrete bumper wall and replace it with a new cast-on-place concrete bumper wall. Additional associated repairs include minor concrete patching, masonry repairs, and steel connection replacement.

2. Work Site:

All the work will be pedormed at the existing parking structure, located at 66 E Harris Avenue, La Grange, lL.

3. Permits. Licenses, Approvals. and Authorizations:

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

I|DENT|FY PERM|TS, L|CENSES, AND APPROVALS OBTA|NED, OR TO BE OBTAINED, BY OWNERI

ø No Exceptions

4. Commencement Date:

ø the date of execution of the Contract by Owner

days following execution of the Contract by Owner

20

I 5. Completion Date:

ø 30 days following the Commencement Date plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract

20-., plus extensions, if any, authorized by a Change Order issued pursuant to Subseclion 2.2A of the Contract

6. lnsurance Coveraqe:

A. Worker's Compensation and Employer's Liability with limits not less than:

(1) Worker'sCompensation: Statutory;

(2) Employer's Liability:

$500,000 injury-per occurrence

$500,000disease-per employee

$500,000disease-policy limit

Such insurance must evidence that coverage applies in the State of lllinois.

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

All employees must be included as insureds

c Comprehensive General Liability with coverage written on an "occurrence" basis and with limits no less than:

(1) General Aggregate: $2,000,000

(2) Bodily lnjury:

$1,000,000per person

$ 1,000,000per occurrence

-2- (3) Propedy Damage:

$1,000,000 per occurrence, and

$2,000,000 aggregate.

(4) Other Coverage:

Coverage must include:

- Premises/Operations

- Products/Completed Operations (to be maintained for two years following Final Payment)

- lndependent Contractors

- Personal lnjury (with Employment Exclusion deleted)

- Broad Form Property Damage Endorsement

- Blanket Contractual Liability (must expressly cover the indemnity provisions of the Contract)

- Bodily Injury and Propefty Damage

"X", "C", and "U" exclusions must be deleted.

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

All employees must be included as insured. tr D Builders Risk lnsurance. This insurance must be written in completed value form, must protect Contractor and Owner against "all risks" of direct physical loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement and collapse, and must be designed for the circumstances that may affect the Work.

This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the

-3- aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company's consent.

E E Owner's and Contractor's Protective Liability lnsurance. Contractor, at its sole cost and expense, must purchase this lnsurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than

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

G. Deductible. Each policy must have a deductible or self-insured retention of not more than

ø H Owner as Additional lnsured. Owner must be named as an Additional lnsured on the following policies:

Worker's Compensation; Motor Vehicle Liability, CGL

The Additional Insured endorsement must identify Owner as follows:

The Village of La Grange and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget.

ø Other Parties as Additional lnsureds. ln addition to Owner, the following parties must be named as additional insured on the following policies:

Additional lnsured Policy or Policies

Walker Restoration Consultants CGL

-4- 7. Contract Price

ø A. SCHEDULE OF PRICES

SCHEDULE OF UNIT PRICES

Work Description Unit Quantities Unit Extension Item Price 1 General Requirements L.S 1 $ 1,090.00 3.1 Floor Repair - Paftial Depth S.F. 4 $ 500.00 4.1 Ceilínq Repair - Paftial Depth S.F. 4 $ 800.00 7.3 Remove Existino Wall Panel L.S 1 $ 5,000.00 7.4 New C.l.P Bumper Wall L.S. 1 $24,000.00 11.3 Concrete Joint Sealant L.F 60 $ 480.00 11.5 Epoxv lniection L.F 4 $ 520.00 16.3 Traffic Membrane - Repair S.F. 4 $ 700.00 35.2 Masonry Unit - EA. 13 $ 1,300.00 Repair/Replacement 40.6 Wall Tie-Back Connection EA 1 $ 600.00 Total $34,990.00

Total Contract Price: $34.990.00

8. Proqress Pavments:

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

B. Value of Work. The Value of the Work will be determined as follows

(1) Lump Sum ltems. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner ("Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be pedormed first will not be accepted. The Breakdown Schedule must be revised and

5 resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule.

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

c Application of Payments. All Progress and Finaf Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre-existing or unrelated debt between Contractor and Owner or between Contractor and any third party.

9. Per Diem Administrative Charqe

ø $¿oo each day

No Charge

-6- ATTACHMENT B

SPEC¡FICATIONS

I 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

SECTION OIOOOO - GENERAL REQUIREMENTS

1.1 CONTRACTUAL

A. Contractor shall perform the work in accordance with the executed contract with the Owner and these Contract Documents.

B. All the provisions of the AIA Document 4201 "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION,'2007 Editíon, Articles 1 through 15 inclusive is hereby made a part of the Contract Documents. When an Owner/Contractor Agreement is in conflict with the provisions of the AIA Document A201, the more stringent requirements shall apply.

1.2 SUMMARY OF WORK

A. Project consists of providing all materials, labor, equipment, supervision and services to replace damaged bumper wall with a new cast-in-place bumper wall, including associated damage.

B Work Restrictions: (Access to site, coordination with occupants, use of site) Conduct construction without disrupting Owner's use of the building. Contractor shall separate construction work areas from Owner occupied areas - see also article "Temporary Facilities and Controls".

I.3 PROJECT MANAGEMENT AND COORDINATION

A. Coordinate construction to ensure efficient and orderly installation of each part of the Work.

B Work hours are 8 am - 6 pm, Monday - Friday. The Gontractor shall verify work hours with the Owner. Contractor shall coordinate off-hours, weekend, and holiday Work with Owner at least 72 hours in advance.

1.4 SUBMITTAL PROCEDURES

A. Shop Drawings: Submit Project-specific information drawn to scale. Coordinate each submittal with fabrícation, purchasing, testing, delivery, other submittals, and related activities that require sequential activity.

1. No extension of the Contract Time will be authorized because of failure to trans- mit submittals enough in advance of the Work to permit processing. 2. Engineer will not accept submittals from sources other than Contractor. 3. Engineer will not accept submittals without review and stamp by the Contractor. 4. ldentify deviations from the Contract Documents. 5. Submit shop drawings and submittals electronically in pdf form to the extent possible.

GENERAL REQUIREMENTS 010000 - 1 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

I.5 QUALITY REQUIREMENTS

A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. Contractor is responsible for scheduling inspections and tests and notifying testing agency.

B. Testing Agency: Owner will arränge and pay for testing and inspection services. Testing Agency to be pre-approved by Engineer.

c Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following:

1. Building Code requirements. 2. Health and safety regulations (OSHA, ANSI). 3. Utility company regulations. 4. Police, Fire Department and Rescue Squad rules.

D lnspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits.

1.6 TEMPORARY FACILITIES AND CONTROLS

A. Use Charges: Contractor shall pay use charges for temporary utilities.

B. Collect waste daily and, when containers are full, legally dispose of waste off-site.

C Standards: Comply with ANSI 410.6, NECA's "Temporary Electrical Facilities," and NFPA 241.

D Barricades, Warning Signs and Lights: Comply with industry standards, code requirements and applicable laws and regulations of the authorities having jurisdiction for erection of structurally adequate barricades. Provide barriers to prevent vehicles or pedestrians from entering construction work areas. Paint with appropriate colors, and provide graphic signs to inform personnel and public of hazard being protected against. When appropriate and needed provide lighting, including red or amber lights.

E. Provide temporary environmental controls as required by authorities having jurisdiction including, but not limited to, erosion and sediment control, dust control, noise control, and pollution control.

F Heating and Cooling: Provide temporary enclosures and heating and cooling required for curing materials or for protecting installed construction from adverse weather. Use equipment that will not have a harmful effect on workers, completed installations or elements being installed. Direct equipment exhaust away from building air intake locations.

GENERAL REQUIREMENTS 010000 - 2 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

'1.7 PRODUCT REQUIREMENTS

A. Provide products of same kind from a single source. The term "product" includes the terms "material," "equipment," "system," and similar terms.

B Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions.

c Provide products that comply with the Contract Documents, are undamaged, and are new at the time of installation.

1 Provide products complete with accessories, trim, finish, and other devices and components needed for a complete installation and the intended use and effect.

D. Select products to comply with all of the following that are applicable:

1 Where only a single product or manufacturer is named, provide the item indicated. No substitutions will be permitted. 2 Where two or more products or manufacturers are named, provide one of the items indicated. No substitutions will be permitted. 3 Where products are specified by name, accompanied by the term "available products" or "available manufacturers," provide one of the named items or comply with provisions for "comparable product" to obtain approval for use of an unnamed product or manufacturer.

I.8 SELECTIVEDEMOL¡T¡ONREQUIREMENTS

A. Unless otherwise indicated, demolished materials become Contractor's property Remove and dispose of legally from Project site. Do not burn demolished materials.

B. Items indicated to be removed and salvaged remain Owner's property. Remove, clean, and deliver to Owner's designated storage area.

c. Comply with EPA regulations and disposal regulations of authorities having jurisdiction.

D. Conduct demolition without disrupting Owner's use of the building.

E. It is not expected that hazardous materials will be encountered in the Work. lf materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner.

F. Maintain and protect existing utilities to remain in service before proceeding with demolition, providing bypass connections to other parts of the building.

G. Locate, identify, shut off, disconnect, and cap off utility services to be demolished.

GENERAL REQUIREMENTS 010000 - 3 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

H Conduct demolition operations and remove debris to prevent injury to people and damage to adjacent buildings and site improvements.

Provide and maintain shoring, bracing, or structural support to preserve building stability and prevent movement, settlement, or collapse.

J. Protect building structure and interior from weather and water leakage and damage.

K Protect walls, ceilings, floors, and exposed finishes that are to remain. Erect and maintain full height dustproof partitions. Cover and protect fixtures, furnishings, and equipment that are to remain.

L Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction.

M Promptly patch and repair holes and damaged surfaces of building caused by demolition. Restore exposed finishes of patched areas and extend finish restoration into remaining adjoining construction.

1.9 SHORING AND BRACING

A Contractor shall provide all shoring, bracing, sheeting, etc. required for safety and proper execution of the work.

B Contractor is solely responsible to prepare shop drawing for bracing and shoring members designed and stamped/sealed by a structural engineer (registered in State of lllinois) and submit them to the Engineer for review.

c The design of the shoring and bracing members shall include all changes in the structure caused by the shoring and bracing.

END OF SECTION O33O2I

@ Copyright2015. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Restoration Consultants.

GENERAL REQUIREMENTS 010000 - 4 6th Avenue Parking Structure Bumper Walf Replacement Construction Document 31-7864.10 July 2015

SEGTION O2OOIO . WORK ITEMS

PART I . GENERAL

RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including Technical Specification Sections apply to thís Section.

PART 2 - PRODUCTS (NOT APPLTCABLE)

PART 3 - EXECUTION

WI I.O GENERAL REQUIREMENTS

A. Scope of Work

1 Work consists of performing alltasks, specifically required and incidental, which are not identified under separate Work ltem designation, but necessary to perform the work identified in this project.

@2015, Walker Restoration Consultants. All rights reserved

WORK ITEMS 020010 - 1 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

WI 3.1 FLOOR REPAIR - PARTIAL DEPTH A. Scope of Work

1 This Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing spalls, locate and remove delaminated and unsound concrete, prepare cavities and install patching material to restore floor slab to original condition and appearance. Refer to Detail 3.1 for specific requirements.

B. Materials

1. Acceptable materials for this Work are as follows

a. "MasterEmaco 5440," by BASF b. "Eucocrete," by Euclid. c. 'FA-S10 Concrete," by King. d. "Planitop 11," by MAPEI. e. "Sikacrete 211," by Sika. f. "Form Flo P-38," by Tomes.

C. Execution

1, Contractor shall locate and mark all Work areas. 2. Remove all unsound concrete within marked boundary prior to sawcutting and preparation of patch edges. 3. Engineer/Architect shall examine all cavities for condition prior to placement of repair material. All steel exposed within cavities shall be cleaned to bare metal by sandblasting damaged and defective reinforcement replaced or supplemented. Exposed steel shall be coated with an approved corrosion inhibitor. 4. Repair materials shall be installed in accordance with Manufacturer's recommendations.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - 2 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015 WI 4.I CEILING REPAIR - PARTIAL DEPTH A. Scope of Work

I Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate existing spalls, locate and remove delaminated and unsound concrete, prepare cavities and install patching material to restore ceilings to original condition and appearance. Refer to Detail 4.1 for specific requirements.

B. Materials

1. Acceptable materíals for this Work are as follows:

a. "MasterEmaco N425," by BASF. b. "Verticoat Supreme," by Euclid. c. "Super-Top," by King. d. "Planitop XS," by MAPEI e. "Sikaquick VOH," by Sika. f. "CT-40 Do All Mortar," by Tomes

C. Execution

1. Contractor shall locate and mark all Work areas. 2. Remove all unsound concrete within marked boundary prior to sawcutting and preparation of patch edges. 3. Engineer/Architect shall examine all cavities for condition prior to placement of repair material. All steel exposed within cavities shall be cleaned to bare metal by sandblasting damaged and defective reinforcement replaced or supplemented. Exposed steel shall be coated with an approved corrosion inhibitor. 4. Repair materials shall be installed in accordance with Manufacturer's recommendations.

@2015, Walker Restoration Consultants. All ríghts reserved WORK ITEMS 020010 - 3 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

wt7.3 REMOVE EXISTING WALL PANEL

A. Scope of Work

1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to remove and properly dispose of existÍng wall panel.

B. Materials

1. None.

c Execution

1. Contractor shall locate and mark all Work areas.

2. Demolish and remove existing damaged þrecast bumper watl for its entire length. Debris is to be properly disposed of.

@2015, Walker Restoration Consultants. All rights reserved. WORK ITEMS 020010 - 4 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

w17.4 NEW C.I.P. BUMPER WALL

A. Scope of Work

1. Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to place new cast-in-place bumper wall. Refer to Detail 7.4 for additional information.

B Materials

1. Refer to Specification Section "Cast-ln-Place Concrete" for concrete materials.

2. Epoxy: SikaDur 35, Hi-Mod LV by Sika or equivalent.

3. Grout: SikaGrout 212 or equivalent.

4. Paint: Latex System MPI EXT 3.14:

a. Prime Coat: Primer, alkali resistant, water based, MPI#3. b. Topcoat: Latex, exterior, flat (MPl Gloss Level 1), MPI #10.

t- Execution

1. Contractor shall locate and mark all Work areas. 2. Provide samples of concrete using procedures intended to be used to provide concrete color match. 3. Locate all reinforcing steel in lower wall prior to chipping, drilling or coring. 4. lnstall new reinforcing steel per Detail 7.4, including threaded rod and plate washers. Fill annulus around threaded rods within existing concrete wall with low viscosity epoxy. 5. Form and place concrete wall. Match existing reveal pattern on exterior face. 6. After concrete has cured paint interior face of concrete to match existing adjacent concrete surfaces. 7. At Owner's discretion, if an acceptable concrete color match is not possible, the exterior face is to coated with an elastomeric coating.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - 5 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015 wt 11.3 CONCRETE JOINT SEALANT

A. Scope of Work

1 Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate and install joint sealant and backer rod around perimeter of new bumper wall. Refer to Detail 11.3 for additional information.

B. Materials

1. Acceptable polyurethane joints sealants (non-traffic bearing):

a. Sikaflex-2c NS, Sika b. MasterSeal NP-2, BASF. c. Dymeric 2401240FC, Dymonic 100 or THC 901 (cove only), Tremco d. Dynatred, Pecora. e. lso-flex 881, Lymtal.

2. Closed cell or reticulated backer rods: Acceptable products

a. "Sof Rod," Nomaco lnc., 501 NMC Drive, Zebulon, NC 27597. (800) 345- 7279 ext. 341. b "lTP Soft Type Backer Rod," lndustrial Thermo Polymers Limited, 2316 Delaware Ave., Suite 216, Buffalo, NY 14216. (800) 387-3847. c. "MasterSeal921 Backer Rod," BASF.

C. Execution

1. Contractor shall locate and mark Work areas as located on Drawings. 2. Joint shall be cleaned by sand and air blasting. 3. Sealant shall be tooled concave. (No wet tooling will be allowed.) Joint preparation, backer rod and bond breaker shall be in accordance with sealant manufacturer's recommendations. Primer shall be used on alljoints.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - 6 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31 -7864.1 0 July 2015 wr lr.5 EPOXY INJECTION

A. Scope of Work

I Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to locate cracks, prepare and pressure inject approved cracks with an epoxy resin as indicated in the Drawings. Refer to Detail 11.5 for specific requirements.

B. Materials

1. lnjection epoxy shall be one of following

a. "Masterlnject 1380" or "Masterlnject 1500" as manufactured by BASF Construction Chemicals., Shakopee, MN, b. "Sikadur 35 Hi-Mod LV" or "Sikadur 52" as manufactured by Sika Chemical Corporation, Lyndhurst, NJ. c. "Epoxy HP-LV" as manufactured by Hunt Process Corp-Southern, Ridgeland, MS. d. "Pro-Poxy 50 Super LV" as manufactured by Unitex, Kansas City, MO. e. "Eucopoxy" or "Duralcrete LV" as manufactured by The Euclid Chemical Company, Cleveland OH. f. "Sure lnject J56 SLV' as manufactured by Dayton Superior Corp., Miamisburg OH. g. "KonTek 11 LV" as manufactured by Contech Group, lnc. Seattle, WA. h. "Kemko 038" as manufactured by ChemCo Systems, lnc., Redwood City, cA.

2. Epoxy gel shall be as specified by the selected injection epoxy manufacturer

C. Execution

1 Epoxy injection materials shall be installed in accordance with Manufacturer's lnstructions. 2 Contractor and Engineer will locate all cracks requiring epoxy injection prior to start of Work.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - 7 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015 w¡ 16.3 TRAFFIC TOPPING . REPAIR

A. Scope of Work

1 Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to prepare surface of concrete patches and/or adjacent previously tratfic topped areas, and install traffic topping on prepared concrete and existing traffic topping. Refer to Detail 16.3 for specific requirements.

B. Materials

1 VOC Compliant, Extreme Low Odor, High-Solids, Fast Cure, Heavy Duty Coating System:

a. AutoGard FC HD-48, Autogard E, Neogard. b. lso-Flex 760 U HL AR and 760 U HL AL, Lymtal. c. MasterSealTraffic 2500, BASF. d. Qualideck Heavy Vehicular HD-80 (152125213721512), APT e. Sikalastic 7201745, Sika. f. Vulkem 360NF/950NF and 951NF, Tremco.

2 Traffic Marking Paint: 100% acrylic waterborne - paint shall be used for white and yellow pavement markings and shall meet requirements of MPI #70.

C. Execution

1. Preparation of new concrete patches and/or existing floor slab shall be in strict accorda nce with manufacturer's recommendations. 2. Completely solvent wash all existing traffic coating that is bonded to existing concrete slab. 3. All loose existing coating shall be removed and exposed concrete surfaces prepared in accordance with manufacturer's requirements. 4. Repaint all parking stripes in area of new traffic topping, as required.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - 8 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

WI 35.2 THINSET MASONRY UNIT REPAIR / REPLACEMENT

A. Scope of Work

I Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary for local thinset brick removal and replacement due to fractures, cracks, broken or unsound brick.

B Materials 1. Clay Face Brick: Facing brick complying with ASTM C 216, Grade MW or SW 2. Mortar:Type N.

C. Execution

1. Contractor shall locate and mark all brick to be replaced. Engineer/Architect shall verify replacement locations prior to start of Work. 2. Contractor shall remove all existing fractured, cracked, spalled, broken or structurally unsound brick and all brick damaged during removal and toothing work. 3. Entire cavity of removed brick shall be thoroughly cleaned of all mortar from top, bottom, and both sides of all brick that abut new brick work. Do not allow mortar droppings to accumulate in cavity space, in weep holes, or on flashing. Engineer/Archítect shall inspect all cavíties for condition prior to commencement of new construction. 4. New brick work is to be toothed into existing brick work. 5. Side verticaljoints and top masonry joint shall be tuckpointed. 6. Prior to initial set of mortar, tooljoints to match existing. 7. Allow 3 to 7 days for mortar to harden prior to cleaning of brick wall. 8. Dispose of all accumulated material and leave premises in clean condition. 9. Masonry surfaces that become dirty or smeared during joint cutting and repointing of joint surfaces shall be cleaned with bristle brushes and plain water. 10. Unnecessary damage to surrounding brick shall be repaired by Contractor at no cost to Owner.

@2015, Walker Restoration Consultants. All rights reserved WORK ITEMS 020010 - I 6th Avenue Parking Structure Bumper Wall Replacement Construction Ðocument 31-7864.10 July 2015 wt40.6 WALL TIE.BACK CONNECTION

A. Scope of Work

1 Work consists of furnishing all labor, materials, equipment, supervision and incidentals necessary to furnish and install new galvanized steel connection. Refer to Detail406 for further information

B. Materials

Steel: a. ASTM 436, Fy=36 ksi, min b. Hot-dip galvanize items to comply with ASTM A 123

C. Execution

1 Contractor shall furnish and install galvanized steel connection as indicated in Drawings.

END OF SECTION O2OOIO

@ Copyright 2015. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Restoration Consultants.

@201 5, Walker Restoration Consultants. All rights reserved. WORK IÏEMS 020010 - 10 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

SECT¡ON 033021 . CAST.IN.PLACE CONCRETE RESTORAT¡ON

PARTI.GENERAL

1.1 RELATED DOCUMENTS

A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes.

1.3 SUBMITTALS

A General: ln addition to the following, comply with submittal requirements in ACI 301

B Product Data: For each type of manufactured material and product indicated.

c Design Mixes: For each concrete mix.

1.4 QUALITY ASSURANCE

A lnstaller Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance.

B Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment.

c Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer.

D. Comply with ACI 30l, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents. 1. General requirements, including submittals, quality assurance, acceptance of structure, and protection of in-place concrete. 2. Formwork and form accessories. 3. Steel reinforcement and supports, 4. Concrete mixtures. 5. Handling, placing, and constructing concrete.

@2015, Walker Restoration Consultants. All rights reserved CAST-IN-PLACE CONCRETE RESTORATION 033021 - 1 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

PART 2 . PRODUCTS

2.1 FORMWORK

A. Furnish formwork and form accessories according to ACI 301.

2.2 STEEL REINFORCEMENT

A. Epoxy-coated Reinforcing Bars: ASTM 4775

B. Galvanized Threaded Rod: fy,min=58 ksi.

2.3 CONCRETE MATERIALS

A. Portland Cement: ASTM C 150, Types I or ll or Type l/ll.

B. Fly Ash: ASTM C618, Class C or Class F.

c. Ground-Granulated Blast Furnace Slag: ASTM C989, Gr. 100 or higher.

D. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 3/4 inch nominalsize.

E. Water: Potable and complying with ASTM C 1602.

2.4 ADMIXTURES

A. General: Admixtures certified by manufacturer to contain no more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admirtures containing calcium chloride.

B General: Admixtures certified by manufacturer that all admixtures used are mutually compatible.

c Admixtures: Use admixtures according to manufacturer's written instructions.

2.5 CURING MATERIALS

A Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete.

B Absorptive Cover: AASHTOM 182, Class2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry. Materials must be free of harmful substances, such as sugar or fertilizer, or substances that may discolor the concrete. To remove soluble substances, burlap should be thoroughly rinsed in water before placing it on the concrete.

@2015, Walker Restoration Consultants. All rights reserved CAST-IN-PLACE CONCRETE RESTORATION 033021 - 2 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap- polyethylene sheet.

D. Water: Potable

E. Clear, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B

F. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound ASTM C 1315, Type 1, Class A.

G Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A.

2.6 CONCRETE MIXES

A. Comply with ACI 301 requirements for concrete mixtures.

B. Prepare design mixes, proportioned according to ACI 301, for normal-weight concrete determined by either laboratory trial mix or field test data bases, as follows:

1. Compressive Strength (28 Days): 5,000 psi. 2. Maximum Mcm ratio: 0.40 3. Air Content: 6 +Ê 1.5 % 4. Maximum Permissible Cementitious Material Content: a. Fly Ash: 25 per cent b. Slag: 50 per cent c. Silica Fume: 0 per cent

5. Slump: 4 inches (100 mm). a. Slump Limit for Concrete Containing High-Range Water-Reducing Admixture: Not more than I inches after adding admixture to plant- or site- verified, 2- to 3-inch slump.

2.7 CONCRETE MIXING

A. Ready-Mixed Concrete: Comply with ASTM C 94 and ASTM C 1116

When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1l2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes.

PART 3 . EXECUTION

3.1 PRECONSTRUCTION MEETING

A Conduct a preconstruction meeting addressing the concrete preparation, installation, protection, quality control, and acceptance of Work.

O2015, Walker Restoration Consultants. All rights reserved. CAST-I N-PLACE CONCRETE RESTORATION 033021 - 3 6th Avenue Parking Structure Bumper Wall Replacement ' Construction Document 31-7864.10 July 2015

3.2 FORMWORK

A. Design, construct, erect, shore, brace, and maintain formwork according to ACI 301

3.3 STEEL RE¡NFORCEMENT

A. Comply with CRSI'S "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement.

3.4 JOTNTS

A General: Construct joints true to line with faces perpendicular to surface plane of concrete

B Construction Joints: Locate and ínstall so as not to impair strength or appearance of concrete, at locations indicated or as approved by Engineer.

c lsolation Joints: lnstall joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated.

1 Extend joint filler full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated.

3.5 CONCRETE PLACEMENT

A Comply with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete.

B Do not add water to concrete during delivery, at Project site, or during placement.

c Consolidate concrete with mechanical vibrating equipment.

3.6 FIN¡SHING FORMED SURFACES

1 Smooth-Formed Finish: As-cast concrete texture imparted by form-facing mate- rial, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projec- tions exceeding limits for class of surface specified. a. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. b. Provide Class A finish as described in ACI 347. Class A permits gradual or abrupt irregularities of 1/8 inch.

B Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture

@2015, Walker Restoration Consultants. All rights reserved CAST-IN-PLACE CONCRETE RESTORATION 033021 - 4 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated.

3.7 TOLERANCES

A Comply with ACI llT, "Specifications for Tolerances for Concrete Construction and Materials."

3.8 CONCRETE PROTECTION AND CURING

A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305R for hot-weather protection during placement. Keep concrete continually moist prior to final curing by evaporation retarder, misting, sprinkling, or using absorptive mat or fabric covering kept continually moist.

B Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.1 lb/sq. ft. x h before and during finishing operations. Apply material according to manufacturer's written instructions one or more times after placement, screeding and bull floating concrete, but prior to float finishing. Repeated applications are prohibited after float finishing has begun.

c lmmediate upon conclusion of finishing operation cure concrete in accordance with ACI 308 for duration of at least seven days by moisture curing or moisture retaining covering. Provide additional curing immediately following initial curing and before concrete has dried.

1 Continue method used in initial curing. 2 Material conforming to ASTM C171. 3 Other moisture retaining covering as approved by Engineer/Architect. 4 During initial and final curing periods maintain concrete above 50". 5 Prevent rapid drying at end of curing period.

D Curing Methods: Cure formed and non-formed concrete moisture curing, moisture- retaining-cover curing, curing compound, or a combination of these as follows:

1 Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers.

2 Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable wídth, with sides

@2015, Walker Restoration Consultants. All rights reserved CAST-IN-PLACE CONCRETE RESTORATION 033021 - 5 6th Avenue Parking Structure Bumper Wall Replacement Construction Document 31-7864.10 July 2015

and ends lapped at least 12 inches (300 mm), and sealed bywaterproof tape or adhesive. lmmediately repair any holes or tears during curing period using cover material and waterproof tape.

3 Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

3.9 FIELD QUALIW CONTROL

A. Testing Agency: Owner shall engage a qualified independent testing and inspecting agency acceptable to the Engineer to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. Perform tests according to ACI 301.

1 Testing Frequency: Obtain one composite sample for each day's pour.

2 Determine strength at 7 and 28 days. Each test shall consist of two 6-inch diameter cylinders or three 4-inch diameter cylinders. Testing shall be in accordance with ASTM C39.

END OF SECTTON 033021

@ Copyright 2015. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Restoration Consultants.

@2015, Walker Restoration Consultants. All rights reserved CAST-IN-PLACE CONCRETE RESTORATION 033021 - 6 ATTACHMENT C List of Drawinqs

ATTACHED

-2- SAWCUT PATCH PREPACKAGED PERTMETER 112" (TYP;) VARIES REPAIR MATERIAL ORIGINAL SURFACE

É lJ. I N

o- Þ =c{ rl)

SPALL OR EXIST. CONCRETE DELAMINATION SLAB

RETNFORCEMENT (TYP.), REMOVE CONCRETE LOCATIONS APPROXIMATE. WITHIN SECTION SHO\A/N CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED EXIST. P/T TENDON, REINF. PROVIDE 3/4" CLEARANCE DEPTH VARIES AROUND ALL EXPOSED REINF.

NOTES: 1. USE CAUTION WHILE CHIPPING SO AS NOT TO DAMAGE EXISTING POST.TENSIONED REINFORCEMENT. 2. RECOAT AREA WITH TRAFFIC TOPPING PER W.I. 16.3.

FLOOR REPAIR-PARTIAL DEPTH 3.1

850 W. JaCKSOn No Suits 310 Job. LAGRANGE BUMPER WALL REPAIR Chicago. lL 60607 WALKER 312.ô33.4260 Ph Job No: 31.7864.10 RESÍORAIÌOi| COi.ISULTA¡.IÍS 312.633.4262Fax 3.1 ww', walkerestoralion.com oate JUNE 16,2015 EXIST CONCRETE SLAB RETNFORCEMENT (TYP), LOCATIONS APPROXI MATE. REMOVAL LIMITS CLEAN AND APPLY CORROSION INHIBITOR TO ALL EXPOSED REINF. PROVIDE 3/4" CLEARANCE AROUND ALL EXPOSED REINF. WHERE REQ'D AS SPECIFIED IN SECTION 'SURFACE PREPARATION FOR PATCHING".

$ I N

PRE PACKAGED SPALL OR REPAIR MATERIAL DELAMINATION GRIND OR SAWCUT PATCH PERIMETER VARIES 1t2" (TYP\

NOTE: 1. COAT REPAIRS TO MATCHING SURROUNDING AREAS

CEILING REPAI R. PARTIAL DEPTH

850 Jackson Blvd. W No. Su¡ts 310 Job. LAGRANGEBUMPERWALLREPAIR Chicago,lL60607 UUALl(ER 312.633.4260 Ph Job No. 3l-7864 10 RIESTORA'IION æNSULTAI,fiS 312.633.4262Fax 4.1 www.welkerestorât¡on.com ,16,2015 DâIê: JUNE 4 3

COLUMN , -,-EXISTING

(BUMPER srlB .1ÎMAX. . 5r8" DtA. C.I.P. PANEL WALL) 1 SPAoNG l IHRÊAOEO ROOS I ¡' ¡ I I ê .la ,ri j 't.' I A ¡ L I L t" ¡ 4 t. ¿t I ¡ I t.' I I t" I I I I I I U J J ,t ¡ I l" J .; "t ¡ 4 d" t' I I ti I t. j l, "l ¿ I I a" I ¡," l4 t. I "l Í o¡ t" I t- .t I â, I 4 L I I t. I I "l t" "f tl .l I ¡ I I tl ô "l I I l¿ la I I t' I I t t' ^â I I I I I I I I I I I I ¡ I I I coNNEcfloN I I I I I I I ISAMEAS I I / WALL I I ! I I I I I I I I É a*''% È É È È È É É É É É É É É

NOTES; pn¡r Hew guupER wALL INTERToR stDE To MÂTcH ExtsrtNc ANo SURROUNDING AREAS. -r2. PROVIDE SAMPLES OF APPROVEO MIX DESIGNS USING 18X18" PANELS FOR APPROVALOF COLOR AND FINISH BY OW\¡ER PRIOR TO REPTACEMENT. 3. LOCAT€ REINFORCING STEEL IN WALL SELOW PRIOR TO CORING. DO NOI CUT EXISTING REINFORCEMENT WTHOUT ENGINEER'S APPROVAL, 4, MÂTCH ALL EXISTING REVEALS ON EXTERIOR FACÉ OF EUMPER WALL /1 NEW BUMPER WALL PANEL

NO sú 3ro ßRÑE AU¡Eñ WII REPAR ch{o. rt@7 UUALKER 312g @Ph sþ 3t.Ëto RESIoRAnONOoars¡Tt¡f¡s !t2ú.æF.¡ 7.4 € N. JUNE l8.ll5 1112', 2112" #4 CONT

MATCH EXISTING 5/8" DIA. THREAOED REVEALS ON ROD @ 12" O.C. HOT EXTERIOR SIDE DIPPED GALVANIZED

*5@1l',

NEWC.I.P. BUMPER WALL

.!. +

NEW JOINT SEALANT PER W.I. 11.3 TYP.

NEWSEALANTWTH lL oìl- BACKER ROD (SEE d)> w.l. r1.3) oco ñ ñØt5 -tL 'oo

-+ ¡. EXISTING CONCRETE \iñr StAB o

FILLANNULUS WTH EPOXY o o EXISTING CONCRETE WALL (RETNFORCTNG NOT SHOWN FOR CLARTTY)

HOT DIPPED GALVANIZED STEEL PLATE WASHER AND NUT. PROVIDE GROUT FOR UNIFORM BEARING

6"x6"x6" OPEN|NG TO ANCHOR ROD. PATCH USING TROWEL APPLIED MORTAR

EIS,: 1. PROVIDE SAMPLES OF APPROVED MIX DESIGNS USING I8'X18" PANELS FOR APPROVAL OF COLOR AND FINISH BY OIA/NER PRIOR TO REPAIRS. 2. LOCATE REINFORCING STEEL IN EXISTING WALL PRIOR TO CORING HOLES AND INSTALLING REINFORCEMENT. NEW BUMPER WALL PANEL 7.4.1

LAGRANGE No Suilê 310 JOb: EUMPER WALL REPAIR Ch¡cago. lL 60607 WALl(ER 312.633.4260 Ph Job No: 3l-784t 10 FESTOIMTION COI.ISIJLTAJ.ÍTS 312.633.4262Fax 7.4.1 M.welkerestoration.com gare JUNE 16.2015 314"!

THROAT DEPTH 1/2 BACKER ROD JOINTWIDTH seni¡ur

EXIST SUBSTRATE

NOTES: 1. CLEAN JOINT SUBSTRATE BY SAND & AIR BLASTING. 2. PREPARE AND PRIME SEALANT CAVITY & INSTALL SEALANT ACCORDING TO SEALANT MANUFACTURER'S RECOMMENDATIONS. 3. SEAL ALL PERIMETERS OF BUMPER WALL AS WELL AS FLOOR TO WALL JOINTS.

JOINT SEALANT REPAIR 11 3

850 W. Jáckson Blvd. No Su¡te 310 JOb: LAGRANGE BUMPER WALL REPAIR Chi€go. lL 60607 WALl(ER 312.633.4260 Ph Job No: 31-7864 10 RESTORAÏOÍ{ CONSULTAI.ÍTS 3'12.633.4262 F¿x 1 www.walkefrestoralion.com 1.3 oâre. JUNE 16.2015 EXIST CONCRETE SURFACE

EPOXY INJECT CRACKS, TYP

EPOXY ENTRY PORT, TYP

EPOXY GEL CAP SEAL

NOTES: 1. INJECT ALL CRACKS WDER THAN O.O1O" 2. CLEAN SURFACE AREA BY GRINDING, VACUUM CRACKS TO REMOVE DEBRIS. 3. SPACE ENTRY PORTS AT 8" MAX. 4. INSTALL EPOXY GEL CAP SEAL OVER THE LENGTH OF THE CRACKS. 5. AFTER EPOXY INJECTION, REMOVE ENTRY PORTS AND GRIND OFF CAP SEAL. EPOXY INJECTION 11 5

Jâckson Blvd. No Su¡lo 310 Job. LAGRANGE BUMPER WALL REPAIR Ch¡cago. lL 60607 WALT(ER 312.ô33.4260 Ph RESTORAflOÌ,| C0Í.ISULTAI,ITS 312.633.4282Fex 1 1.5 ww wâlkerestorât¡on.com Datê JUNE 16,2015 EXIST MEMBRANE TO REMAIN REPAIR AREA

REMOVE LOOSE MEMBRANE

<4

/ I ( I ) -\/^ -

AFTER REMOVING ALL LOOSE MEMBRANE, GRIND EXIST TRAFFIC MEMBRANE AT PERIMETER OF TRAFFIC TOPPING PATCH AREA FLUSH WITH EXIST PATCH (TYP) coNcRETE SUBSTRATE (TYP) EXIST TRAFFIC 4" 4" VARIES TOPPTNG (TYP)

EXIST FLOOR SLAB

NOTE: ,1. REPAIR ALL AREAS AFFECTED BY REPAIRS. 2. REPAINTING EXISTING TRAFFIC STRIPING AFFECTED BY WORK SHALL BE INCIDENTAL TO THIS WORK ITEM.

TRAFFIC M EMBRAN E-REPAI R 16.3

850 W Jackson Blvd LAGRANGE WALL REPAIR No Su¡te 310 Job EUMPER Chicago. lL 60607 WALl(ER 312.633.4260 Ph Job No 3l-7864.10 RESfoRATlOl,l Coù¡SULTA¡\¡ïS 312.633.4262Fax 16.3 wW walkeÍestoêtion.com DâtE, JUNÊ 16- 2OI5 REMOVE DAMAGED MASONRY UNITS AND MORTAR. REPLACE WITH NEW MASONRY AND FULLY MORTARED JOINTS.

NOTES: 1. PAY UNIT INCLUDES PROVIDING CORNER UNITS, BOND BEAM UNITS, ETC. AS REQUIRED , TO REPAIR ALL DAMAGED MASONRY. 2. CONTRACTOR SHALL SUPPORT REMAINING AREAS OF MASONRY DURING REPAIRS. 3. MATCH EXISTING BRICK COLOR, SIZE, AND THICKNESS. THIN SET MASONRY UNIT REPAI R/REPLACEMENT 35.2

Jackson Blvd. W No Su¡te 310 JOb LAGRANGE EUMPER WALLREPAIR Chicago, lL 60607 UvALKER 3'12.633.4260 Ph Job No: 3l-7841 Í0 F|ESTORAT|OÌ.I CONSULTAI.Í IS 312.633.4262Fax 35.2 w.walkerestoration.com oare JUNÊ 16.2015 NEW BUMPER WALL 8"1 V.I.F

REPLACE SEALANT PER W.r. 11.3

EXISTING P-T SLAB { -Ni-+ u-

=>lr)

EXISTING P-T TENDON

EIGHT (8) HrLTr KW|K BOLT TZ SS 304 5/8" DIA. ANCHORS WITH 4" EMBEDMENT

INSTALL NEW TIE.BACK CONNECTION SEE w.1.40.6.2 FOR ELEVATION MORE DETAILS

NOTES: 1. PRIOR TO FABRICATION AND INSTALLATION, LOCATE ALL EXISTING STEEL REINFORCEMENT/ POST-TENSIONED TENDONS. CONSULT WTH ENGINEER PRIOR TO CHANGING DIMENSIONS OF PLATES AND LOCATIONS OF ANCHORS. 2. USE EXTREME CAUTION WHEN DRILLING ANCHOR HOLES SO AS NOT TO DAMAGE POST.TENSIONED TENDONS. WALL TIE-BACK CONNECTION 40.6

No Suite 310 JOb: LAGRANGE BUMPER WALL REPAIR Chrcågo. lL 60607 UUALl(ER 3r2.633.4260 Ph Job No 31-7E&l l0 FESTORATIOI.I COI.ISULÏA¡{TS 3'12.633.4262 Fax 40.6 M.welkerestoral¡on.com Date. JUNE 16.2015 EXISTING CEILING SPALL REPAIR PER 8"t w.i.4.1 V.I.F EXISTING P.T SLAB EXISTING WALL

EXISTING P-T TENDON, dl o= 5 LOCATION VARIES É. U) l! oLL = uJ(, =(o o ut

00 NEWTIE-BACK CONNECTION. REFER 00 TO W.t.40.6.2 FOR MORE DETAILS

PLAN (UNDERSIDE)

WALL TIE-BACK CONN ECTION 40.6.1

No Suite 310 JOb: LAGRANGE BUMPER WALL REPAIR Chicago, lL 60607 WALl(ER 312.633.4260 Ph Job No: 3l-784n.10 RESTORATION CO¡ISULTANTS 312.633.4262Fax 40.6.1 ww.walkor€storation.com oate: JUNE 16,2015 PL 112"x7"x18"

3/4" DIA. SLOTTED HOLES, TYP. (4 7" 112" SMAW TOTAL PER PLATE)

c\¡

ril

PL 112"x7"x7 112" C{

õI a_

7

s

c!

1 112" 121t2" 4

WALL TIE-BACK CONNECTION 40.6.2

W Jackson Blvd. No Suits 310 Job LAGRANGE EUMPER WALL RËPAIR Ch¡cago, lL 60607 WALT(ER 3r2.ô33.4260 Ph Job No 31-7864.10 RESTORA.IIO{,I COiISULTAIIIS 312.6333262Fax 40.6.2 w.walkerestoration.com oâte: JUNE 16.2015 -J I I Ï_

I I I I I

3 -l- \ zU

l-o ôz.

I I I ¡ I -t

-- -- \ --J t ,

17'-0' 1'-7'

PARTIAL SECOND LEVEL PLAN

NOR'I}I

850 W' JaclGon Blvd. LAGRANGE No Su¡t€ 310 Job BUMPER WALL REPAIR Chic¿go. lL 60607 WALI(ER 312.633.4260 Ph Job No: 31-7864.10 RESTORATOÌ,I COI¡SULTAJ\¡TS 312.633¿262Fax SK-1 wW walkêrêstorâlion.com oâre: JUNE 16.2015 I I I

I SLoPE Untfrr rJTr.JrY tt ROOIT FLOOR ITîI I AT 1/8':12'T0 NORÏH I r5

I I I m I I I

Cì r.0. I

cMU WAl"l IS FULL HÍ. t I l5x I () I .¡L IT I R-t -- -F

I ¿ I III (_ 1 I l I 17'-0' 41' 4'-g' lJl'-4'

PARTIAL FIRST LEVEL - REFLECTED CEILING PLAN

NORIH

850 W Jâckson Elvd LAGRANGE AUMPER WALLREPAIR No Su¡te 310 JOb: Chicago, lL 60607 WALl(ER 3't2.633.4260 Ph Job No: 31-7864.10 Fax RESTORATìOI,I COI.ISULTA f TS 3'12.633.4262 SK.2 walkerestoral¡on.com ww oate JUNE 16.2015 ATTACHMENT D BOND FORMS

ATTACHED

. Performance Bond o Labor and Materials Payment Bond

-3- APPENDIX 1 Prevailinq Wage Ordinance

ATTACHED

-4- VILI"AGE OF L4, GRANGE

ORDINANCE NO. O.I5. 22

AN ORDINANCE ASCERTAIMNG THE PREVAILING RATE OF WAGES FOR LABORERS, MECHANICS, AND OTHER WORKERS FOR VILLAGE OF I"A GRANGE PUBLIC WORKS PROJECTS IN 2OL6

WHEREAS, the State of lllinois has enacted "An Act regulating wages-Strt", of laborers, mechanics and other workers employed in any public wórks Uv tfre county, city or any public body or any politícal subdivision or by any one under contract for public works," approved June 26, lg4L, effective July L, 1g41, and codified as amended at 820 ILCS 130/1 et seq. (tlne "Act,); and

WHEREAS, the Act requires that the Village of La Grange investigate and ascertain the prevailing rate of wages as defined in the Act for laborers, mechanics, and other workers in the locality of the Village who are employed. in performing construction of public works for the Village;

NOW, THEREFORE, BE IT ORDAINED by the President an{ Board of Trustees of the Village of La Grange, Cook County and State of lllinois, as follows:

Section 1. Recitals. The foregoing recitals are hereby incorporated. into this ordinance as findings of the President and Board of rrustees.

Section 2. A.""ttuit-"tt "rd Aooli"utior of Pt"u"ilirg W"*"r. To the extent and as required by the Act, the general prevailng rate of *ug"r in this locality for laborers, mechanics, and other workers engaged in construction of public works coming under the jurisdiction of the Village is hereby ascertained. to be the same as the prevailing rate of wages for construction work in the Cook County area as determined by the Ðepartment of Labor of the State of lllinois as of June 20L6 a copy of that detetmination being attached. hereto and incorporated. herein by reference as Exhibit A. As required by the Act, any and all revisions of thã prevailing rate of \{¡ages by the Department of Labor will supersede the Department of Labor's June 2015 determination and apply to any and. all public works construction undertaken by the Village.

Section 3. Contractors' Responsibilitv. Each contraetor or subcontractor engaged in construction of public works for the Village to which the general prevailing rate of hourly \¡/ages are required by the Act to be paid shall submii to the Village a certified payroll on a monthly basis, in accord.ance with Section õ of the Act. The certified payroll must consist of a complete copy of those record.s required to be made and kept by the Act. The certi.fi.ed. payroll must be accompãol"¿ by a statement signed by the contractor or subcontractor that certifres tilat (A) such records are true and accurate, @) the hourly rate paid. is not less than the general

-2- #o-Lí-22 prevailing rate of hourly wages required by the Act, and (C) the contractor or subcontractor is aware that flling a certifi.ed payroll that he or she knows to be false is a Class B misdemeanor. A general contractor may rely on the certification of a lower tier subcontractor, provided that the general contractor does not knowingly rely upon a subcontractor's false certif.cation. Upon two business days' notice, ihl contractor and each subcontractor shall make available for inspection the records required to be made and kept by the Act (i) to the Village and its offi.cers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ü) at all reasonable hours at a location within the State.

Section 4. Definitions: Applicabilit:r. The definition of any term appearing-Nothin[ in this Ordinance that also is used in the Act is be the same as in the Act. herein contained may be construed to apply to the generaì prevailing rate of *ug"-" for Cook County as herein ascertained to any work or employ*"tti except pnbli" works construction of the Village conducted in Cook County to the extent required by fhe Act.

Section õ. Postine and Insgection Notices. The Village Clerk shall publicly post or keep available for inspection by any interested party in the main officl of the Village this determination or any revisions to the prevailing rate of wages for Cook County. A copy of this determination or of any revised determination õf prevailing rate of wages for Cook County then in effect must be attached. to all pt,ùU" *ork! construction contract specifications. When a public work project has been awarded. with the use of a public bid, contract, or project specification, then reference to the rates stated in Exhibit A must be included in the bid, contract, or specification, and when a public work project has been awarded without the use ãf a public bid., contract, or project specifrcation, then written notice must be included on a purchase order related to the work ot' on a separate document that not Less than the rates stated in Exhibit A must be paid to all laborers, workers, and. mechanics performing work on that public work project.

Section 6. Filine. The Viltage Clerk shall promptly fi.le a certifi.ed, copy of this Ordinance with both the Secretary of State Index Division of the State of Illinois and the Department of Labor of the State of Illinois.

Section 7. Publication. The Village Clerk shall cause a copy of this Ordinance to be published in a newspaper of general circulation within the area within 30 days after its frling with the Secretary of State Index Division of the State of Illinois and the Department of Labor of the State of lllinois, and that publication will constitute notice that this determination is effective and that this is the determination of the Village.

Section 8. Mailins on Request. The Village Clerk shall mail a copy of this determination to any employer, and to any association of employ""r, urrd ¡g any person or association of employees who have frled their names and ad.dresses,

()ô #o-L5-?,2 requesting copies of any determination stating the particular rates and the particular class of workers whose wages will be affected by such rates.

Section 9. Effective Date. This Ordinance will be in fulI force and effect from and after its passage, approval, and publication in the manner provided by law.

PASSED this I day of June 2015.

AYES: Trrrstee Holder. Kotvnek. Kuchler, McCartv. and Langan

NAYS: -0-

ABSENT: Trustee Arnett

APPRO\IED this I day of June 20L5.

Thomas E. Livingston, Village President

ATTEST:

John Burns, Village Clerk

4- #o-Ls-22

ED(HIBIT A

Illinois Department of Labor Prevailing wages for cook county June 2015

-õ- Cook County Prevailing Wage for June 2015 Page I of6

Cook County Prevailing Wage for June 2015

(Sæ c¡pluraio¡ of(ol!û ùadi.g¡ ¡t bottoo ofr¡96)

Trade Name RG TYP C Base FRMÀN M-F>8 OSA OSH H,/lr pensn Vac Trng ASBESTOS ABT-GEN ArL 38.200 38.700 1.5 L.5 2.0 13.78 10.12 0.000 0.500 ASBESTOS ABT-MEC BLD 35.100 37.600 1.5 L.5 2.0 11.1? 10.?6 0.000 0.?20 BOILERMAKER BLD 45.650 49.760 2.0 2.0 2.0 6.9?0 r?.81 0.000 0.400 BRICK M.ASON BLÐ 42.580 46.840 1.5 L.5 2.0 9.850 13.60 0.000 1.030 CARPENTER Ar,L 43.350 45.350 1.5 L.5 2.0 13.29 13.75 0.000 0.630 CEMENT MASON Al,L 43.100 45.100 2.0 I.5 2.0 L2.10 L3.24 0.000 0.450 CER,AMIC TILE FNSHER BLD 35.8L0 0.000 1.5 1.5 2.0 10.55 8.440 0.000 0.7L0 COMM. ELECT. BLD 39.000 41.800 1..5 1.5 2.0 8.420 11.98 1.100 0.700 ELECTRIC PWR EQ!ß OP Ar,L 46.100 51.100 1.5 L.5 2.0 r0.76 14.87 0.000 0.460 ELECTRIC PWR GRNDMå.N ALL 35.960 51.100 1..5 L.5 2.0 8.390 11.60 0.000 0.360 ELECTRIC PT{R LINEMÀN AtL 46. 100 51 100 1-.s 1.s 2.0 10.76 L4.87 0.000 0.450 ELECTRICIAN ALL q4. 000 4? 000 1. 5 1.5 2.0 13. 33 14 .77 0.000 0. ?50 ELEVATOR CONSTRUC?OR BLD 5O, 800 57 L50 2.O 2.0 2.0 13.5? 14.21 4.060 0.600 FENCE ERECTOR Att 35. 840 3? 840 1.5 1.5 2.0 13.01 t-l.5r 0.000 0.300 GLAZ IER BLD 40,000 41..500 r..5 2.0 2.o L2.49 15.99 0.000 0.940 HÎ/FROST INSULATOR BLD 48.450 0.9s0 1.5 1.5 2.0 11.47 L2.L6 0.000 0.?20 IRON WORKER ALL 43.000 5.000 2.o 2.0 2.0 13.45 20.65 0.000 0.3s0 LABORER ALL 38 .000 8.750 1.5 L.5 2.0 13.78 10.12 0.000 0.500 I,ATHER .qLL 43,350 5.350 1.5 r.5 2.O L3.29 13.?s 0.000 0.630 MACHINIST BLD 44.350 6.850 1.5 L.5 2.0 6.760 8.950 1.850 0.000 MARBLE FINISHERS ALL 31.400 9?0 1.5 L.5 2.0 9.850 r.3. 10 0.000 0. 600 MARBLE MASON BLD 4t..t80 45. 960 1.5 L.5 2.0 9.850 13.42 0.000 0.760 MATERTAL TESTER I ALL 2g .000 0. 000 l. 5 L.5 2.0 13. ?8 10. 1 2 0.000 0.500 MATERIALS TESTER II ÀLL 33.000 0.000 1.5 L.5 2.0 13.78 10.12 0.000 0.s00 MILLWRIGHT ArL 4 3. 350 45.350 1.5 L.5 2.O t3.29 l-3.?5 0.000 0.630 OPERATING ENGINEER BLD 1 47.100 5 l. 100 2.0 2.0 2.0 17.10 11.80 1.900 r.250 OPERJ\TING ENGINEER BLD 2 45.800 5r.100 2.0 2.0 2.0 t7.Lo r.l-.80 1.900 1.250 OPERAÎING ENGINEER BLD 3 43.250 5r-. r00 2.0 2.0 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER BLD 4 41.500 51.100 2.0 2.0 2.0 L7.t0 11.80 1,.900 r-2s0 OPERATING ENGINEER BLD 5 50.850 51.100 2.O 2.0 2.0 17.10 11.80 1 .900 r.250 OPERATING ENGINEER BLD 6 48.l-00 51.100 2.0 2.0 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER BLD 7 50.100 5i. . 100 2.0 2 .0 2.0 17. r_0 11.80 1.900 1.250 OPERATING ENGINEER ELT 1 52.450 52.450 1.5 1.5 2.0 16.60 11.05 r.900 r.2s0 OPERATING ENGINEER Frr 2 50.950 52.450 1.5 t.5 2.0 16,60 11.05 1.900 1.2s0 OPERATTNG ENGINEER Frr 3 45.350 52.450 1.5 L.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGIò¡EER FLr 4 37.?00 52.450 1.5 1.5 2.0 16.60 11.05 r.900 1.250 OPER.qIING ENGINEER Err 5 53.950 52.450 l-.5 L.5 2,0 L6.60 11.05 1.900 1.250 OPERÀTING ENGTNEER FLl 6 35.000 35.000 1.5 1.5 2.0 16.60 11.05 1.900 r.250 OPER.ATING ENGINEER HfiY 1 45.300 49.300 1.5 1.5 2.0 r"7. 10 11.80 1.900 1.2s0 OPERATING ENGINEER HWY 2 44.750 49.300 1.5 1. s 2.0 17.10 11.80 1.900 1.250 OPERÀTING ENGINEER HvùY 3 42.700 49.300 1.5 1.5 2.0 17.10 11.80 r..900 1.250 OPEP,ATING ENGINEER ¡Í/rY 4 41.300 49.300 1.5 1.5 2.0 17.10 11.80 1.900 1.2s0 OPERATING ENGINEER Hri¡Y 5 40.100 49.300 1.5 1.5 2.0 L7.t0 11.80 1.900 I .250 OPERATING ENGINEER HÛ{lY 6 48.300 49.300 1.5 1.5 2.0 17.10 l1.80 1.900 1.250 OPERATING ENGINEER HlfY 7 46.300 49.300 1.5 r..5 2.0 17.10 11.80 1.900 1.250 ORNAMNTL IRON 9¡ORKER Ar,L 43.900 46.400 2.0 2.O 2.O L3.36 17.24 0.000 0.6s0 PAINTER ALL 40.?50 45.500 1.5 1.5 r.5 10.?5 11.10 0.000 0.770 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 r.5 2.600 2.710 0.000 0.000 PILEÐRIVER ArL 43.350 45.350 1.5 r .5 2.0 13.29 r.3.?5 0.000 0.630 PIPEETÎTER BLD 4 6.000 49.000 l-.5 L.5 2.0 9.000 1s.85 0.000 1.780 PLASTERER BLD 42.250 44.?90 1.5 1.5 2.0 11.40 12.19 0.000 0.650 PLUMBER BLD 46. 650 48 .650 1.5 L.5 2.0 13.18 1.1.46 0.000 0.880 ROOFER BrD 40.100 43 .100 1.5 1.5 2.0 8.280 10.s4 0.000 0.530 SHEETMETAI 9JORKER BtD 41,.530 44.85 0 1.5 r.5 2.0 r0.48 20.06 0.000 0.690 SIGN EANGER BLD 31.310 33.8i. 0 1.5 L.5 2.0 4 .850 3.280 0.000 0.000 SPRINKLER FITTER BLD 49.200 5r.20 0 1.5 1.5 2.0 1r..75 9.650 0.000 0.550 STEEL ERECTOR ALL 42.O10 44.07 0 2.0 2.0 2.0 13.4s 19.s9 0.000 0.350 STONE MASON BLD 42.580 46.84 0 l.s 1.5 2.0 9.850 13.60 0.000 1.030 sc*I¡EHreR{€R-- -> NOT IN EFFECT A.LL 37.OOO 3?. 750 1.5 1.5 2.0 L2.97 9.930 0.000 0.500 TERRJAZZO FINISHER BLD 37.040 0.000 1.5 1.5 2.0 10 .55 r.0. 32 0.000 0 . 620 TERRAZZO MASON BLD 40.880 43.880 1.5 1.5 2.0 10 .55 11 . 63 0.000 0.820 TIIE MASON BLD q?.840 46.840 1.5 1.5 2.0 10 .55 10.42 0.000 0.920 TRAFFIC SAFETY WRKR HwY 32.150 34 .350 r.5 L.5 2.0 6. 550 6.450 0.000 0.500 ÎRUCK DRTVER E ALL 1 33.850 34.500 1..5 1.5 2.0 8. 150 8.500 0.000 0.150 TRUCK DRIVER E ALL 2 34.L00 34.500 1.5 1.5 2.0 8. 150 8.500 0.000 0.i.s0 TRUCK DRIVER E ALL 3 34.300 34.500 1.5 r-.5 2.0 L l- 50 8.500 0.000 0.150 TRUCK DRIVER E ALL 4 34.500 34.500 1..5 1.5 2.0 8. r50 8.500 0.000 0.1s0 TRUCK DRIVER [{ A¡,L1-32.55033.100 1.5 t.52.06. 500 4.350 0.000 0.000

http://www.illinois.gov/idol/Laws-Rules/CONMED/ratesl20l5ljunelCOOK9999.htm 6lu20t5 Cook County Prevailing Wage for June 2015 Page 2 of6

TRÜCK DRIì/ER !{ ArL 2 32.70A 33.100 1.5 6.500 4.350 0.000 0.000 TRUCK DRIVER !{ ALL 3 32.900 33.1-00 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER 9i ALL 4 33. 100 33. 100 1.5 L.5 2.0 6.500 4.350 0.000 0.000 TUCKPOINTER BLD 42.800 43.800 1.5 1.5 2.0 8.r.a0 12.66 0.000 0.650

Legend: Rc lnagionr lYP (îc¡dc lypô - ¡\¡¡,,¡lghvðy, 8urldr,ng. rlo¡Ètng,ort É chrp, R¡vcrs c (cl¡trl 8!5o (9¡sc ¡.9ô R.rcl m (ão.øn bt.l É-Þ0 16 rcqulld loÉ àny hour grâàt.. !h!n I eork.d .¡ch doy, þn Èhlough Fr! 05À (Ov.rlh lml ,,3 aaqulrad fo! ôv.!y hou¡ 6rk.d on Sàtuld.yl OSll lovo!!¡E 15 ¡cqul.ôd fo! rv.ry hour þrkld rÍ SundàZ .nd Solldàyrl H/l (tlolth ¿ Lll¡la Iî.ur¡ôc.l Pcosô lPanlion) vac (vac¡È!oô) î¡ng lTràln¡n9)

Erplonotions

COOK COIJNTY The follôwißg ligt is consldered as r:hose day's for which hoiiday ràtgs of wages for work perforned apply: New Years Day, Memoiial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Da7 and Veterans Day in some classifications/countles. Generally, an:/ of these holilai,s Hhlch få!! on â Sunday !9 celgbreisd ôn Lhe goL!.êwrng Monday. This then nakgs Hork performed on thai t4onday payable at thè appropriate overtime rate for holiday pay. Comon practice in å given local mây alter cêriain dats of ce¡ebra¡ion. If i.n doubt, pleasê ch¿ck with IDOL.

TRUCK DRII,/ERS (WEST) - That parÈ oí the county 0€s: or Barrington .

EXPI.AN.\TION OF CIÂSSÊS

ÀStsCSTOS - GSNERÀL - removal of asbesEos macerlal,/rcId and hazardôus Ílâterials Erom any place in a building, including mechanical systens where Èhose mechanical gystefìs are È.o be removed. This includes tbe removãI of asbestos m¡eriâls/nold and hazardous mat.erials from duccwork or pipes in a building when the building is to be demollsh.ed ât. lhe line or al some close Éuture dats. ASBESTOS - MECHANICAL - removal Jf asbestos material fron mecilanisal systsûrs, such as pipes. ducÈs, and bo!lers. Hhere the mechanical systems are Èo reÍEin.

CERÂMIC TILE FINISHER The grouÈing, cleani-ng, and polishing of aII classes of Èile, ãheEher for inte:ior or exterior purposes, 3lI burred, gla¿ed or ungLazed products, å¡I composition maler!àÌs, granlt.o ti.les, warning detectablê tiles, cement tiles, epoxy composite mterials, pavers, glass, mosaics, fiberglass, and alI subsLiEule naLerlaLs, for tiI€ nade in Eilê-like uniÈs, all mixlures in tiIê Liks form of cemen¿. nêÈals, and other maleriaLs that are for and inEended Eor use as a finished fì.oor gurface, st.air treads, promenade roofs, wãlks. waIls, celllngs, srirúniog pools, and all ot,her places þrhere tile is uo fom a finished inÈerior cr exterior. The mixing of all setting moriars including but not, limited Èo thin-set mortàrs, epoxres¡ waiì mud, and any other sand and cenenl mixtures or adhesives when uged in Ehê preparat.ion. inst.ålla¿ion, repair, or mainÈenance og tile and/or similar ma!êrials. The handling and unloading of all sand, cement, line, ti-le, fixtures, equipnenc, adhesives, or any oEher måterials to be used in t.he preparation, installation, repair, or malnÈenance of tile and/or siniLâr materlals. ceramic lile Finishers shall fill all jcinEs anC .roids regardless o€ melhod on all tile Hork, particularÌ.y and especially afLer installation of said Èi¡.e work. Applicat.icn of åny and all protecÈive coverings co all types of tile j.nstalLaiioô9 including, but no! be limit-ed eo, all soap compounds. paper producÈs, lapes. and aII polyethylene coverings, plywood, ¡lagoni!e, cardboard, and any neø lype of products Èhat may be used to protect tile installations, BLastrac egui.pment, and all floor gcarifying equipment used in prepari.ng tloors to receive tile. The clean up and removal o€ all îaste and maEerials. AII demo!ition of exlsting Èilê floors and walIg Èo be re-tiled.

COMMI'NICATIONS ELECTRTCIÀN fnstâl.Lation, operaEion, inspection, maintenance. reparr and gervlce of radio, television, recording, voice gound vision production and reprodúction, Èelephone and lelephone incerconnect, facsimile, data apparaÈus, coaxial, fibre opÈic ånd wireLass equipmont, appl.iances and gyglerns used for the lrånsnisgton and recepÈion of gignals of any oaLure, b¡lsloess, domestic, corfrnercial, education, êntertainment, and residenEial purposes, including buB nog linited to, comunication and telephone, electronic and sound equipment, gibre optic and daca corünunication syscems, and thê performance of any Eask clirecÈly related to such installalion or service wheEhèr at new or existing

http ://www. illinois. gov/idolllaws-Rules/C ONMED/rate s D0 | 5 I june |COOK9999,htm 6lv20t5 Cook County Prevailing Wage tbr June 2015 Page J o1 b

si¿es, such lasks to irciude the placing oi sire arld cabie and electrical power conduit or oÈher raceqay work within the equlPmen! room and pulling wire and/or cable lhrough conduil and Ehe installâtion of any incidontal conduir. such that Èhe ânployees covered hereby can complete any job in full.

MÀRBLE FINISIIER

Loadj.ng aild uilloading trucks, distributicn of atl materi.als (aII sEone, sând, etc,), stocking of gloors wj,th mlerial, pêrforming all Eigging for heavy work, the handling of all ¡nâierial that nay be nêeded for the lnstallaticn oc such materials. buildlnq o¡ scaffoldlng, poli.shing if needed, patching, waxiß9 of nãteria! if damaged, pointing up, caulking, grout.ing and cleaning of marble, holding watgr on diamond or Carborundm blade or saw for setlers cutting, use of tub saw or any oÈher saw needed for preparätion of materiåI, drilling of holes fcr wirês tlìac anchor materia! set by setters, nixing ug ot motdinq plasCer for !nstallation of material, nlxing up thin set for the installalion of ßLeriàl, mixing up of sand !o cemenE for the install3tion oE material ånd such othêr rork as mây be required i.n helping a Marbte Setter in the hanctling of â11 nate;ial in the erection or i.nstålIâtion of interlor marblè, slaEe, travertine, art maEbL3, Serpenttne. alberene stone, blue 3tone, granice and other stones (meaning as lo stone any foreign or domestic mEerials as are speciiied and used in building inÈeriors and eKteriors and customarily knoHn âs stone i-n the trade), carrarâ, sanionyx, vitroLite and similar opaque 9Iås9 and che lâying of aII narble Èile, tgrrazzo tiLe, slaEe t.ile and prêcas! EiLe, sÈeps, rise¡s trêa,Js, þãsè. or an'/ olhar nale:ials that nay be used as subsr-itutes Eor âny of the aEorerenlioneC mate.ials and whj.ch ere used on interior and exÈarior whlch are instailed in a similar mannêr,

MATERIÀL TESTER I: Hand coring and drilliog Eor tesLing of må!eria:.s; fleld inspection of uncured concrêie ancl asphalt.

MÀTERIAI, TÊSTER fI: Field inspection of welds, slructural steel, fireprooging, må3onry, sol], fåcade. ;einforcrng steêl, forrìilork, cured concrele, and concrete and asphalt batch plants, adjuslinq proportions of bituninous mixtures,

OPERATING ENGINEER - BUILDING Class 1, Asphalt P!.anÈ; AsphaIE Spreader; Autograde, Backhoes eith Caisson AELachmenl; 8àtch Plant, BenoLo (requires lwo Engineers); BorLêr and ThroEtle vaì.ve; Caj.sson RÌEs; CêniÍaL Redi-Mix Plant,' Combina¡ion Eack Hoe FronE End-loader Machine, compressor and ThrorEIe valve; concrete Breaker (Truck Mounted); concrete Conveyori Con:rete Conveyor (lruck MounÈ,ed); ConcreÈe Paver Over 2?E cu. ft; Concrete Paver 2?E cu. fl. and underi concreEe Placeri concrete Placing 8oom, Concret3 Pump (lruck Mounced); Concrete Tower,' cranes, All-; Cranes, Hâmerhead; Cranes, (GCI and similar Type); Creier Crane; Spider crane; crusôer, stone, ecc.; Derricks, Al.l; Derricks, Trå./eIing; Formless Curb åod Gutter Machiner crader, Elevacing; Grcucing Machines, Heavy Duiy Self-PropelÌed Trangporter or Prime Mover; HiqhliFt. shovels or FronÈ andÌoader ?-l/,1 yd. aad oveil Hoists, Elevacors, outside Èype rack and pinion and similar machines; HoisEs, one, Two and Three Drum, Hoists. Two Tugger one Floor; t¡ydraulic Backhoes; Hydraulic Boom Trucksi Hydro Vac (and similar equipmenE); Locomotives, All, MoÈor Patrol ; Lubrica¡ion Technici.an; tfaniPulatorg, Pile Drivers and Skid Rigr Post ltole Digger; Pre-S¿ress Machinê; Punp Creces Dual Ram,' Pump Creres: Squee¿e Cretes-Scrèw Type ?umps, GyPSum Bul-ker and Pmp, Raised and Blind Hole DriIl., Roto MiIl Grinder; Scoops - TracÈor Diarn; Sl¡p-Fom Pa.rer; st-râddle Buggieg; Operation of Tig Back Machine, lournapull; Tractor with Boom and side Boom, Trenching Machines. Clâss 2. Boilers; 8room, .ql1 Power Propel.led; Eulldozêrs; Concrete Mixer (Two gag and over); Cooveyor, Portable; Forklifl Truckst Hj.ghlifL Shovels or FronÈ EndLoaders vndet 2-L/4 yd.; Hoi.sts, AuEomaElc; Holsts, ¡nslde Elevators, HoisÈs, Sewer Dragging Mãchi.ne, tfoists, Tugger Single Drumr Lager Screed, Rock Drill (Selt-Propelled), Rock DriIl (Truck Mounted), Rollêrs, AiI; SteaR GenecaÈorsi Tractors. All,. Tractor Dra(vn vibratcry Roller,- 9linch Trucks wiEh "4" Frame. Ctâss 3. Air Compressor; Combination Small Equipmenc OperaEor; cenêraÈorsi Hêat9rs, Mechanlcal; HorsÈs. fns!dê Elevacors (cemodeling or renovâÈion work); Hydraulic Power Units (Pile Driving, ExEracting, and DriIILngl; Pmps, over 3" (1 to 3 not to exceed a total of 300 fÈ.), Low Boys, Punps, 9JêII Porntg, Weldrng Machines (2 through 5l; ç{inches, 4 SnaÌl Electric Drill winches. Class 4. Bobcats and/or other Skid St.eer Loaders; Oilers, and Brich Forklifl.

clåss 5 Assislanl Craft Poreman

ctass 6 GradaIL

Class 7 Mechanica; ',¡elders.

http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/june/COOK9999.htm 6lu20t5 Cook County Prevailing Wage for June 2015 Page 4 ofó

OPERÀTIñc ENGINSERS - HIGr.¡.CY CONSTRUCTION CLass 1. AsphâIc 9l3n!; .ôsph3l! He:ter and Planer Combination, ÀsphalÈ tleater ScarÊire; Asphål-t Spreader; A.uÈ,ogreder/GO¡'IÀCO or oEher similar type machines: ABG Pa'rer; Backhoes w!Èt) Caisgoo Altâchment, aallast Regulalorr Bel-l Loaderr cåisson Rigs; Car Dumpeil Central Redi-l4ix Plant,' Combinacion Backhoe Front Endloâder Machine, (1 cu. yd. 8ãckhoe Bucket or over or with attachments); Concrete greakec iTruck Mounted), ccncreEe conveyor; Concrete gaver over 278 cu. fl.; coocrete Placer; concre!â Tube FloaE; Cranes, aIL attachmênts; Cranes, lower Cranes of all Eypes: Creter Crane: Spider Crane; Crusher, Stonê, etc.,' Derricks, ÃlI; Derrick Boats; Derrichg, ÎEa,/eIing; Dredqes; Elelrators, Outside tlpe Rack 6 Pinion ancl Similar Machines,' ForRless curb and Gutter Machine, Grader, ElevaÈing; Grader, MoÈor Grader, Mocor Patrol, Auto PatroÌ., Form crader, PulI Grader, Subgradeï Guarcl Rail Post Dri'/er Truck MorrnÈêd, l{oi.sts, Onê, Two and Threê Drun; Hee'/y Duty Self-Prcpelled Trânsporter or Prime Mover; Hydraulic Backhoeg, Backhôes with shear allachments up to 4D' of boon reach,' Lubricetlon Technician, Manipulators; Ì'tucking Machine, Pile Drlvsrs and Skid Rig; Pie-stresg Machine; Pump cretes Dual Ram, Rock DriII - craîIer or Skid Rrg, Rock Drill - lruck Mounred, Rock/Track Tanpec Roro uill Grinderr Slip-Form Pauer, Sûow Melters; Sorl Test Drill Rig (lruck ¡'lounteC): straddle Buggies; HTdraulis Telescoping Fom (); Opsraiion of Tieback Machlne, iraclor Drarn gelË Loade!; Tractor Drawn BeIi Loader (wiÈh aÈÈached pusher - t,äo englneers) r Îråclor with Boomi Tractalre with Attachßents; Transfer Machine; T.ènchi.ng; Truck Mounted concret? P'Jñp with Boom,' Råised or Blind HoIe D.i!is (TÐnng! SbåfÈ), Und€rgrÐ'iñ,J Bcri.:1q and/'.rr t4ìninE Nachiñ¿s 5 ft. in drâmeter and over cunnel. eec; undgrtroìlnd 3oring and/or Mining Machines under 5 fE. in dianetêr; 't{heel ExcavaL.or,'!Íidêner lÀ?sco}, CIâss 2. Batch Plant; BiÈuminous Mixêr; BolIgr and Throttle valve; Bulldozerg; car Loader Trailing Conveyors; CombioaEion Backhoe Pront endloader Machine (Less tban I cu. yd. Backhoe Bucket or over or with aEÈechments)r comprgssor and Throttle valvs; compressor, comon Receruer (3) r ConcreEe Breaker or Hyd¡o HammeÛ Concrete GrinCinE Machi.ne,'concrgte Mixgr or På.rer ?s seriès !o and i.ncludi.ilg 2? cu. fc.; Concrece Spreader; Concrete curing Maahine, Surlåp Machine, Belting l,lachine and sealing ¡4achine, concrete tiheel saH, conveyor Muck c¡rs (tlaglund or similar Type); DriIl.s, All; Finishing Machine - Ccncrete,' l{ighlift Shovels or Front' Endloadeil RoisÈ - Seäer Dragging Machine; ltydraulic Boon Trucks (.4I1 Attachftent.s), Hydro-BlasEerr l{ydro Excalrating (êxcluding hose Hork); Lâser Scregd; All Locorctives, Dinky,' Off-Road Hauling Un!Ès (includrng arl:icuLatißg) Non selE-Loading gjectioo D'sp; gwp creÈes: squee?e crg¡es - Screw Træ: gumps. G?psum Sulksr anci Punp; Rolì.èr, Asghalt,' Rotary Snow PloHs; Rclotil.Ier, Seaman, etc., self-progeLLed; Self-Propelled Compact-or; spreade: - chip - s:one, eEc.; Scraper - s¡ngle/Trrin 0ngine/Push and PDI!i Scraper - Pr:me Mover in Tandem (Regardless o¡ Srzs), Trastors gulling attachnenÈs, Shoeps Foot, Cisc, Compactor, etc.; Tug Botrts. class 3. Borl-ers,' Brooms, All Power Propetledr C?nent Supply Tênder,' Compressor, comon Receiver (?) ; ConcreÈe Mixer (Two BaE ând over) t Conveyor, Portable, Fam-Type Tra:to:s Used for Mowing, Seeding. etc.; Forklift Trucks, Grouting Machine, HoisEs, Autonatic, HoisEs, All Elevators; tloisEs. Tugger Sinqle DrM; Jeep Diggers; LoH Boys; Plpe .racking Machinesr gost-Hole Digger; gower saw, concrete Power Driven; Pug MilLs; Rollêrs, other Èhen Aspha}È; Seed and sEraw gloqeri Steam GeneEators; stump ¡,tachine; ginch Trucks with ñ4" Frâmer f{ork Eoats; Tampêr-Fom-Motor Dri"en. Class 4. Àir Co¡npressor; Combination - Small Equipnenc Operator; DirectionaL Boring Machinêi cenêratorsr !{eaters, tfechanical; Hydraulic Power Unit (Pi.le Driving. Exiracting, or Drilling); Light Pl.anEs, AII (1 through 5),'Pumps, cver 3" (1 to 3 not !o exceed a Eotâl of 300 ft.), Pwnps, weLl PoißEs, Vacum Trncks (êxcludinq hose ,ork), welding Machines (2 through 5), winches, 4 Small ELêctric DrilI ilinches. CIass 5. SkidSÈeer Loader (alI); Brick Fo:k!ifts, Oilers Class 6. Field Mechanics and Fièld 'delders

Cless 7. Doäell Machine lith Aj.r Compregsor; GradalL and machioes oÊ Iike naCu:e.

OPERATING ENGINEER - FLOATING Class 1. Crafl Foremani MasÈe: Mechanic; Dlverl',{et lender; Enqineer; Engineer (Hydraulic Dredge) , Class 2, Crane/Aackhoe Operator; Boa! Operaeor rith Èofling endorsenent.i Mechanic/welder; Assistðnt Engineer (tlydraulic Dredge) ; Levernan (Hyclraulic Oredgel; Oiver Tender. Class 3. Deck equipment Operaeor, Mechinerlman, Maintenance of Crane (over 50 ton câpaciÈyl or Bâckhoe (115,000 lbs. or more), Iug/Launch OperatoÜ Lo3der/Dozer and Lj.ke equipment on Barge. Breakwat-er WaII, Stip/oock, or Scow, Deck Machinery. eec.

Class 4. Deck Bqulpment Operetor, MachinerTman/ficeman (4 Equipment

http://www.illinois.gov/idolllaws-Rules/CONMED/rates/2015/june/COOK9999.htm 6lu20rs Cook County Prevailing Wage for June 2015 Page 5 ot ó

Units or More), Off Roâd Trucks; Deck fiafìd, Tug Engineer, Crane Maintenancg {50 lon capaciÈy and Under} or Backhoe qei.qhing (fft,000 pounds or less), Àssi.sEanÈ Tug operator.

class 3. Friction or LaÈr-ics Boom Cranes

Class 6. ROV Pilot, ROV Tender

SURVEY I{ORKER - Oporated aur'/êy equipmenl including data collectors, G.P.s. and robotic instruments, as as conventional le./el9 ând transiEs. "ell

TERRÀZZO FINISHER The handling of 9and, cement, Mrbl,e chi99, and all other Mterials that may be used by the Mosaic Terräzzo Mechãnic. and Ehe ¡rixing. grindir¡q, grout.ing, cleaning and sealrng of, aII MarbLe, Mosaic, and TeÊtazzo {ork, floors, basg, stairs, and äainscoting by hand or machine, and in addition. åssistinq and aicling Marble, Masoni.c, and Terrazzo Mechanics.

TRAFFIC SAFEîY flork associated with barricades, horses and dr,¡rs used Eo red:Jce usage on highHay rork, che ins:alì.aEica anC renoval of temporery !åne mrkings, and Ehe insÈallaticn and remova! of lemporary road signs.

TRSCK DRIVER - BUTLDING, HEÀ',,IY À¡¡D TIIGHWAY CONSTRUCTION - EAS'T 9 IIES'T CLåss 1. Two or three Axl,e lrucks. A-.frame TEuck khelì used for trånsportation purposes, Ajr Compresso!s aôd ileldrng Machines, including those pulled by cars, pick-up trucks and l:actors; Àmbulances; Batch Gace Lockers; BâLch ¡loppeman; Càr and Truck l{åshera; Carry-all.s, Fork Lifts ând Hoisters, llelgers; Mechanics Helpers and Greasers; olL DistribuEors 2-nan operalion, Pavèment. Breakers; Pole Trâi¡er, up to 40 eeet, Power Moäèc Tracgors,' self-propelled chip Spreader; skipman; Slurry lrucks, 2-man operalion; Slurry Truck conveyor operàt.ion, 2 or 3 man; Teansters; unskilled Dumpman; and Truck Drivers hauling warning Lighcs, bârricades, and -oortabl.s toilets on the job sile. CLass 2- Four axle trucks, Dmp Crets and AdgeEors under 7 yards, Dumpslers, Track Trucks, Euclids, Hug BoÈtom Dlnp Turnapulls or Turnarrailers when pulling oEher than self-loadinq equipment or si.milar equipnent undèr 16 cubic yardsr Mixer Trucks under ', yards; Rsady-mi.x PIânt Hopper operacor, ênd tÍinch lEucks, 2 È

Class 3. Frve axle trucks¡ Dump Crêts ånd Adgetors ? yards and o?er; Dumgsters, Track Trucks, Euclids, HuE BoÈEoft Dwnp lurnatrailêrs or turnapulls rhen pulLing other than self-loading equlpnenc or similår equlpnent over 16 cubic yards, Explosives and/or Fisston Mateaial Trucks; Mixer lrucks ? ya:ds or over; MobiLe cranes while in transit; Oit Distributors, 1-man operacion; PoLe Trailer, ovar 40 fee!; Pola and Expandabl.e Trailers hâuli.ng maÈerial over 50 eeet long, Slurry trucks, l-man operaEion, winch crucks, 3 axles or moEei Mechenic--TrucÌ( 9lelder and Truck Parnter. Class ,1. Six axle Èrucks, Dual-purpose vehicles, such as mounted craoe Brucks with hoisl and accesso¡ies; Foreman; Master Mechanrc,' Self-Ioading equipment Iike P.B. änd trucks Hiih scoops on thê €:ont OÈher Classif Ìcati.ons ot-'.lork: For deflnitions oÊ clâssifrcations not orherwise set out, the DegarimenÈ generally has on file such definitions uhich are avail.aÞIe. If a lask lo be p€rfomed is not subject to onè of the classificâtions of pay set out, Èhe DeparÈmen! wiLl upon belng contacted staÈe which neighboring county has such a cLassificaÈion and provide guch rate, such raÈ.e beinq deemed to exi.sc by reference in this docurnenc. If ro neighboring county rate applies lo the task, the DepartnenE shall undertake a special delermination. such specj.a! detemination being then deemed to have exisEed under thig determir¡ation. If a projecc requires chese, or any classificaÈion not Iisted. please contact IDOL ag 2L1-182-L7LO for wage ratês or clarificatiôns.

I"ANDSCAPING Landscaping hork falls under the eKrsting classifrcations Eor laborer, operating engineer and lruck drivec. Thè work performed by Landscape plantsman and landscape l.âborer ls coverecl by the existing clasgification of Laborer. The work perfomed bf landscape op€rauors (regardless of equipmeng used or i¿s si¿e) j.s covered by the classiflcations of operating eßgineer. The çork performed by lândscape truck drivers (regardless of aize og truck drivân) is covered Þy the classifica¡ions of Lruck dri.¡er.

I,IÀTERIAL TESÎER E MATERIAL TESTER/TNSPECIOR I AND II

Notwithstanding the difÊerence in Ehe classification t-ltle, the cLassifi.cation enÈitled "Mâterial lester I" fnvolves the sane job

http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/june/COOK9999.htm 6lv20t5 vvuÄ rvuutrtJ rlçvallurg wag,y lul Jullç ¿ulJ rage o ot ó

Cut:es a9 the ciass:flcaÈion entitled',Material. Tester/Ißspector I' Likewise, the class¡fica[ion entitl¿d ,,MaEsrial Tester II" invotves the sane job duties as Lhe classificaÈion entiCled rMaÈerial. Tester/Inspector I¡".

http://www.illinois.gov/idolllaws-Rules/CONMED/rates l20l5ljunelcOOK9999.hrm 6lIt20rs