<<

MANAGEMENT & BUDGET PURCHASING DIVISION 150 W. Jefferson Street Joliet, IL 60432 (815) 724-3925 (815) 724-3929 (fax)

CITY OF JOLIET

Prospective Bidder:

Enclosed are bid documents which may be of interest to your company.

Please note the date as to when these bids will be opened.

THIS BID DOCUMENT MUST BE RETURNED INTACT (THE SAME ORDER AS RECEIVED). FAILURE TO DO SO MAY INVALIDATE YOUR PROPOSAL.

ALL BIDS SHALL BE SUBMITTED IN AN OPAQUE, SEALED ENVELOPE TO THE CITY CLERK, 150 WEST JEFFERSON STREET, JOLIET, ILLINOIS 60432, PRIOR TO THE TIME AND DATE SET FORTH FOR BID OPENING IN THE NOTICE TO BIDDERS. EACH BID SHALL BE ADDRESSED TO THE CITY CLERK AND SHALL BEAR ON THE FACE OF THE ENVELOPE THE NAME OF THE BIDDER, AND A STATEMENT THAT IT IS A SEALED BID, TO BE OPENED FOR THE CONTRACT CONSIDERED, AT THE DATE AND HOUR SET FORTH IN THE INVITATION TO BID.

THE BIDDER SHALL ALSO STATE ON THE ENVELOPE THAT HE/SHE IS IN RECEIPT OF ALL ADDENDUMS TO THE CONTRACT.

ANY QUESTIONS OR CLARIFICATIONS CONCERNING THESE SPECIFICATIONS SHOULD BE DIRECTED TO MARGARET E. MCEVILLY, CONTRACT ADMINISTRATOR, PHONE NO. (815) 724-3925 OR (815) 724-3929 FAX.

ANY ORAL OR WRITTEN COMMENTS RECEIVED FROM ANY OTHER PERSON OTHER THAN THE CONTRACT ADMINISTRATOR, WILL NOT BE CONSIDERED AND ALSO, MAY INVALIDATE YOUR PROPOSAL.

THANK YOU FOR BIDDING.

MAYOR CITY MANAGER

Bob O’Dekirk James D. Hock

COUNCILPERSONS CONTRACT ADMINISTRATOR

Bettye Gavin Margaret E. McEvilly Jim McFarland John E. Gerl Larry E. Hug Terry Morris Pat Mudron Jan Hallums Quillman Michael F. Turk

CONTRACT DOCUMENTS

PROJECT: 2016 EDGECREEK DRIVE LIFT STATION REHABILITATION

DEPARTMENT: PUBLIC UTILITIES CITY OF JOLIET, ILLINOIS

CONTRACT NO. 2171-0516

JAMES D. HOCK CITY MANAGER

MARGARET E. McEVILLY CONTRACT ADMINISTRATOR

LEGAL NOTICE CITY OF JOLIET ADVERTISEMENT FOR BIDS

CONTRACT NO. 2171-0516

PROJECT NAME: 2016 EDGECREEK DRIVE LIFT STATION REHABILITATION

The City of Joliet, Illinois, does hereby invite sealed bids for the completion of the Edgecreek Drive Lift Station Rehabilitation. The contract will include all work necessary to complete the lift station rehabilitation, and perform all restoration to return the area to its original condition.

Bids will be received at the Office of the City Clerk, City of Joliet Municipal Building, 150 West Jefferson Street, Joliet, Illinois 60432-4156 until 10:00 A.M. local time on Tuesday, May 10, 2016 at which time they will be opened and publicly read aloud.

Those desiring to submit a bid may examine the bid documents and detailed specifications in the City of Joliet Purchasing Division, 150 W. Jefferson St., Joliet, IL 60432 between the hours of 8:00 A.M. and 4:30 P.M., Monday through Friday. Electronic copies can be downloaded free of charge at http://www.cityofjoliet.info/bids-proposals.

All bidders will be required to submit Bid Security in the form of a Certified Check, Cashier's Check or a Bid Bond in the amount of Ten percent (10%) of the Base Bid, payable to the City of Joliet. All Bidding Document holders should sign up for RSS feeds at http://cityofjoliet.info/departments/finance/purchasing/bids-proposals/construction-public- utilities and provide your first and last name and email address to automatically receive addendums. Addendums will also be posted on the City of Joliet’s website at http://www.cityofjoliet.info/bids-proposals.The potential vendor/contractor remains responsible for obtaining all addenda to the original specification so they should check the specific bid page before submitting a bid to make sure they have received all addendums to a specific contract.

All questions regarding this contract shall be directed to Kevin VanDeWoestyne, from Thomas Engineering Group, LLC, at (847)-815-9500 or by email at [email protected]

The City of Joliet has a local qualified bidder ordinance that would apply to this contract. To apply to be a local qualified bidder please go to http://www.cityofjoliet.info/departments/finance/purchasing/prequalification-process.

The successful bidder will be required to post performance Security and to provide a Certificate of Insurance as set forth in the Invitation to Bid and the General Terms & Conditions.

Bidders are required to be pre-qualified through the Illinois Department of Transportation, the Capital Development Board or the City of Joliet. It is the responsibility of the bidder to ensure that their pre-qualification information is provided to the City of Joliet Purchasing Division prior to the bid opening. If bidders are not prequalified through IDOT or Capital Development Board, then they must be prequalified with the City of Joliet. Financial prequalification forms can be obtained from the City of Joliet website at http://www.cityofjoliet.info/departments/finance/purchasing/prequalification-process. This prequalification MUST be renewed yearly. To check on your current prequalification status, you can contact [email protected]. The current price for City of Joliet prequalification is $175, which offsets the costs for independent auditor review of the documents. Those documents are to be submitted to the Purchasing Division, City of Joliet, 150 W. Jefferson Street, Joliet, IL 60432 at least 6 days prior to the bid opening.

The City of Joliet reserves the right to reject any and all bids, parts of any and all bids, or to waive technical errors or omissions in bids.

The Contract shall be subject to the provisions of the Prevailing Wage Act (820 ILCS 130/1 et seq.) to the extent required by law.

ALL PROPOSALS ARE SUBJECT TO THE REQUIREMENTS OF THE CITY OF JOLIET PROCUREMENT CODE (Section 2-430 - 2-453 of the Code of Ordinances)

BID DOCUMENT FEE: $50.00 – Electronic download is free Published in the Herald News: Monday - April 25, 2016 James D. Hock City Manager Tuesday – April 26, 2016 Margaret E. McEvilly Contract Administrator

CITY OF JOLIET

150 WEST JEFFERSON STREET

JOLIET, ILLINOIS 60432-4158

CONTRACT DOCUMENTS FOR: 2016 EDGECREEK DRIVE LIFT STATION REHABILITATION

User Department: PUBLIC UTILITIES

Date and Time of Bid Opening: TUESDAY, MAY 10, 2016 @ 10:00 A.M.

Bid Security: 10%

Performance Security: 100%

Prequalification Necessary: YES – IDOT OR IL. CAPITAL DEVELOPMENT BOARD OR CITY OF JOLIET PREQUALIFICATION REQUIRED

Insurance: YES – The City of Joliet and its officers and employees are to be named as additional insured on a primary and non-contributory basis. Additionally, please provide an endorsement from your insurance carrier confirming the City of Joliet is additional insured, including the provision of legal representation in the defense of claims asserted against the City of Joliet.

Bob O’Dekirk James D. Hock Mayor City Manager

Margaret E. McEvilly Contract Administrator Council Members:

Bettye Gavin Jim McFarland John E. Gerl Larry E. Hug Terry Morris Pat Mudron Jan Hallums-Quillman Michael F. Turk

INSTRUCTION TO BIDDERS

PROJECT: 2016 EDGECREEK DRIVE LIFT STATION REHABILITATION

NOTE: BY SUBMITTING A BID, THE BIDDER WARRANTS THAT HE HAS FAMILIARIZED HIMSELF WITH ALL REQUIREMENTS OF THE CONTRACT DOCUMENTS AS WELL AS THE CITY OF JOLIET PURCHASING ORDINANCE.

DEFINITIONS:

The following definitions shall apply wherever they appear in the contract documents.

CITY: CITY OF JOLIET

OWNER: THE CITY OF JOLIET

BID: THE OFFER OF THE BIDDER

BIDDER: ANY INDIVIDUAL, CORPORATION OR PARTNERSHIP WHO SUBMITS A BID.

CONTRACT DOCUMENTS - Invitation to Bid Instructions, General Conditions, Special Provisions, Specifications, Drawings, Addendums, Proposal (in so far as it is not inconsistent with other contract documents) and Contract Form.

Other definitions shall be as defined in City of Joliet Ordinance 7345 or in other Contract Documents.

1. BIDS - GENERAL

Bids shall be made in accordance with the instructions. Failure to execute proposals as required may, in the discretion of the City, be cause for rejection of the bid.

2. FORMS

Bids shall be submitted on the forms provided by the City of Joliet. Each bid must be submitted bound with all other contract documents.

3. BLANKS; CORRECTIONS

All blank spaces on any contract document shall be filled in with typewritten figures or ink. Any erasures or corrections shall be dated and initialed by the bidder.

4. SUBMISSION

Bids shall be submitted in opaque sealed envelopes to the City Clerk, 150 West Jefferson Street, Joliet, Illinois 60432-4156, prior to the time and date set forth for bid opening in the Notice to Bidders. Each bid shall be addressed to the City Clerk and shall bear on the face of the envelope the name of the bidder, and a statement that it is a sealed bid to be opened for the contract at the date and hour as set forth in the invitation to bid.

5. EXECUTION

Proposals shall be signed by the bidder. If the bidder is a corporation, the proposal shall bear the name of the corporation, signed by an officer authorized to bind the corporation, and sealed with the corporate seal.

6. WITHDRAWAL

Bids may be withdrawn previous to the time of the bid opening by written request. However, no bid shall be withdrawn within the thirty (30) day period after the time set for bid opening. Bidders withdrawing their bids prior to the time and date set for bid opening may still submit another bid if done in accordance with these instructions.

7. WORDS AND FIGURES

Where amounts are given in both words and figures, the words will govern.

8. UNIT PRICE

When unit prices are called for, bids shall include all unit cost items and alternatives shown on the SCHEDULE OF PRICES. When an error is made in extending total prices, the unit price will govern.

The contract award will be made based on the Total of All Bid Prices.

The Owner reserves the right to accept or reject Material or Equipment Alternatives to the Lump Sum Base Bid. Consideration of Alternatives of the selected Bidder will be made by the Owner within seven (7) days after the Bid Opening.

9. TAXES

All bids shall include all applicable taxes. The State of Illinois Sales Tax and Federal Excise Taxes are not applicable to sales made in the City.

10. NET PRICE

Bid prices shall be net, including therein transportation and handling charges F.O.B. City of Joliet, and shall further include all charges of whatsoever sort for labor and materials contained in the work or materials designated in the specifications and proposals.

11. BID SECURITY

Each bidder shall provide bid security in the amount of at least Ten percent (10%) of its base bid. Bid security shall be in the form of a certified check, cashier’s check or bid bond issued by a surety licensed to do business in the State of Illinois. Bid security shall be made payable to the order of the City of Joliet. Bid security shall be held to ensure good faith on the part of the bidder and to be applied as liquidated damages should the successful bidder fail to execute all required contract documents or attempt to withdraw the bid prior to execution of the contract.

Personal checks and Company checks are not acceptable bid security and may result in the rejection of the bid as non-conforming.

12. BID SECURITY RETURN

All bid security, other than submitted by the successful bidder, will be returned to the respective bidders upon the successful execution of the contract.

13. INTERPRETATIONS

Interpretations of the meaning of any item in the Contract Documents shall be valid only if issued in writing by the Owner or the Owner's representative designated in the Contract Documents.

14. FAMILIARITY WITH CONTRACT DOCUMENTS AND SITE

Bidders shall examine all contract documents including General Conditions and Specifications, inspect and acquaint himself fully with site conditions (surface and subsurface), working conditions and restraints, if applicable, prior to the submission of his bid.

15. ALTERNATIVE EQUIPMENT OR MATERIALS

a. Bids shall be evaluated and considered on equipment and/or materials complying substantially with the contract specifications. If any bidder deviates from the contract specifications or provides a substitute for any required equipment and/or material listed in the contract specifications, that bidder shall list such deviations and/or substitutions, including technical data when applicable, in a letter attached to the bid and on the ALTERNATIVES BID SCHEDULE provided by the City.

Whether or not an alternative manufacturer is offered to one or more of the Base Bid equipment manufacturers provided for in the SCHEDULE OF PRICES, Bidder shall write (in numbers) the price for providing the Base Bid Equipment manufacturer, as included in the Base Bid Proposal.

b. Brand names, which may be mentioned in the contract specifications, are used only as a reference to the type and quality of equipment and/or materials desired. However, any deviation from or substitution in a brand name stated in the contract specifications shall be listed as required under paragraph (a) of this section.

c. The City reserves the right to determine whether any deviations and substitutions listed by the bidder are within the intent of the contract specifications and will reasonably meet the service requirements of the using department.

d. A bidder's failure to list any deviations from or substitutions in the contract specifications as required under paragraph (a) of this section may result in the rejection of the bid.

16. RESPONSIBILITY OF BIDDERS

No contract will be awarded to any person, firm, or corporation that is in arrears to the City of Joliet, Illinois upon any debt or contract, or who has failed to execute in whole or in part, in a satisfactory manner, any contract with the City of Joliet, or who is a defaulter as to surety or otherwise upon any obligation to the City of Joliet, Illinois.

17. CITY'S RIGHT TO ACCEPT OR REJECT

The City of Joliet reserves the right to accept any bid which may be deemed to be in the best interest of the City of Joliet. The City of Joliet further reserves the right to reject any or all bids.

18. AWARDING OF CONTRACT

The Contract shall be awarded to the lowest responsible bidder based on criteria as set forth in the City of Joliet Purchasing Ordinance.

19. ALTERNATIVE AND MULTIPLE BIDS

The equipment listed in the Contract Documents is part of the Base Bid as indicated on Bid pages and will be considered as establishing the type, function, appearance, and quality required.

Bidders may provide Alternative Bids for equipment from other manufacturers by writing their name into the blank(s) provided on the Alternative Equipment Schedule of Prices form. Bidders shall comply with all provisions regarding substitute items and shall include in the Bid and be responsible for the cost of any changes to accommodate substitute equipment including, but not limited to, structural, mechanical, and electrical work.

20. AFFIDAVITS

The Affidavits included in these Contract Documents must be executed and submitted with the bid.

21. PREQUALIFICATIONS

All Bidders shall become prequalified in one of the following ways:

1. If a company is currently prequalified by the State of Illinois (via IDOT or the Capital Development Board), such person shall submit a copy of said prequalification to Office of the City Clerk prior to the date and time set for the bid opening.

2. If a company is not State of Illinois prequalified as described above, they shall submit a City of Joliet Prequalification Form and a financial statement. The prequalification forms can be obtained from the City of Joliet website at http://www.visitjoliet.org/departments/finance/purchasing/prequalification-process. This prequalification MUST be renewed yearly. The current price for City of Joliet prequalification is $175, which offsets the costs for independent auditor review of the documents. Those documents are to be submitted to the City Clerk’s Office, City of Joliet, 150 W. Jefferson Street, Joliet, IL 60432 at least 6 days prior to the bid opening and must be accompanied by $175 and need to be updated annually. In addition to the form being submitted, a financial statement prepared or certified by a duly certified public accountant shall also be submitted. The certified public accountant shall also certify that he/she is presently a duly certified public accountant in the state in which he/she is certified. The financial statement must include the company’s latest balance sheet and income statement showing the following items: Current Assets (e.g., cash joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). The evaluation of the independent auditor shall determine the amount of prequalification. Prequalification shall be valid for a period of twelve (12) calendar months following the date of certification by the independent auditors.

Bids from bidders who have not submitted required prequalification documents as required in subsections (1) or (2) above shall not be opened.

GENERAL CONDITIONS

Please also see the City of Joliet Special Provision and General Conditions Booklet Adopted February 29, 2016.

1.0 GENERALLY

1.1 DEFINITIONS:

The following terms as used in these contract documents are defined as follows:

(a) “City” – City of Joliet

(b) “City Representative” – That person authorized or entity authorized by the City to act, give or receive information and direct the project in the City’s behalf within the scope of the contract terms; in this contract:

JAMES E. EGGEN, P.E., DIRECTOR OF PUBLIC UTILITIES

(c) “Contract Documents” – Includes Notice to Bidders, Instruction to Bidders, General Conditions, Proposal (only to be extent they do not limit or modify other contract documents), Special Conditions, Specifications, Addenda, Drawings and Contract.

(d) “Contractor” – The person, firm or corporation to whom the contract is awarded by the Owner and who is subject to the terms thereof.

(e) “Engineer” – Thomas Engineering Group, LLC

(f) “Subcontractor” – A person, firm or corporation, other than a contractor supplying labor and materials or labor for work at the site of the project.

(g) “Project” – The entire public improvements proposed by the Owner to be constructed in part or in whole pursuant to the contract.

(h) “Owner” – City of Joliet, Illinois

(i) “Surety” – Any person, firm or corporation that has executed as Surety, the contractor’s performance bond securing the performance of the contract.

(j) “Work” – The construction or installation required or reasonably inferred by the contract documents, including all labor, materials, and equipment.

In interpreting the contract documents, words describing materials or words which have well- known technical or trading meaning, unless specifically defined in the contract documents, shall be constructed in accordance with such well-known meaning recognized by architects, engineers or the trade.

1.2 INTENT OF THE CONTRACT DOCUMENTS:

The contract documents are complimentary, and what is called for by any one shall be as binding as if called for by all. The intention of the contract documents is to include in the contract price the cost of all labor and materials, equipment, transportation and all other expenses as may be necessary for the proper execution of the work. If certain contract documents appear to be in conflict, the Contractor shall promptly bring these provisions to the attention of the City and the City shall determine the applicable provision.

1.3 PATENTS:

(a) The contractor shall hold and save the Owner and its officers, agents, servants and employees harmless from liability of any nature or kind, including cost and expenses, for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents.

(b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner in writing must be reasonable, and paid to the holder of the patent, or his authorized license, directly by the Owner and not by or through the Contractor. Such fee shall be included in the contract price.

1.4 PERMITS AND REGULATIONS:

(a) Permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, license and easements for permanent structures or permanent changes in existing facilities shall be secured and paid by the Owner, unless otherwise specified.

(b) The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified.

1.5 SUBCONTRACTS – NOTIFICATION:

Prior to the beginning of work, the Contractor shall notify the City in writing of the names of the sub-contractors proposed for the principal parts of the work, and shall not employ any sub- contractor that the City objects to as incompetent or unfit.

1.6 ASSIGNMENT:

The Contractor shall not-assign this Contract or any part hereof without prior written consent of the City. No assignment of this Contract shall be effective unless it shall contain a provision that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said Contract in favor of all persons, firms or corporations rendering such services or supplying such materials.

1.7 NOTICE:

Where in any of the Contract Documents there is any provision with respect to the giving of any notice, such notices shall be deemed to have been given, as to the City, when written notice shall have been delivered personally to the City Clerk, or shall have been placed in the United States mails, postage fully prepaid, addressed to the City Manager of the City of Joliet, 150 West Jefferson Street, Joliet, Illinois; as to the Contractor when written notice shall have been delivered to any officer of the Contractor or when a written notice shall have been placed in the United States mails, postage prepaid, addressed to the Contractor, at the place stated in the papers prepared by him to accompany his proposal as the address of his permanent place of business; as to the Surety on the Performance Bond, when a written notice is placed in the United States mails addressed to the Surety at the home office of such Surety or to its agent who executed such Performance Bond in behalf of such Surety.

2.0 TIME

2.1 PROGRESS SCHEDULE:

Within two (2) days after the notice to proceed has been issued, the Contractor shall supply to the City a written progress schedule specifying when the various phases of the work are to be completed. Such schedule shall be posted at all times at the site of the work and strictly adhered to.

2.2 BEGINNING WORK:

The Contractor shall begin the work within ten (10) calendar days after the contract has been executed by the City and notice has been given to him. The Contractor shall notify the City at 815-724-4222 and the Engineer at 630-682-4700, 48 hours in advance of any work so that the City/Engineer may have the time necessary to arrange for inspection of materials and construction. Failure on the part of the Contractor to properly notify the City/Engineer will cause the Contractor to have deducted from his contract any costs for inspection and testing of any materials incorporated in the work but not inspected and approved prior to or during construction.

2.3 COMPLETION OF WORK:

The Contractor shall fully complete the work to the satisfaction of the City within the time period specified in the proposal. Time is the essence of this agreement. All work shall be completed in an orderly and diligent manner. The Contractor shall cooperate with and conform to the requests of the City to expedite particular portions of the work where such alteration of the Contractor’s operation is deemed advisable by the City.

In the event no notice has been given but the work has nevertheless commenced, then such time shall begin to run from the actual commencement of work.

2.4 DELAYS:

If the Contractor is delayed in the completion of the work by any act of neglect of the City or by any other Contractor employed by the City, or by strikes, fire, lockouts, unavoidable casualties or any cause beyond the Contractor’s control, then the time of completion will be extended for a reasonable time, such reasonable time as the City shall decide. The Contractor shall, within five (5) days from the beginning of any such delay notify the City in writing of the cause of delay and therein specify the number of days of extension requested. If such request is not made as herein provided, it shall be deemed waived. Weather conditions shall not be a justifiable cause for delay.

2.5 PRE-CONSTRUCTION MEETING:

The City will hold a pre-construction meeting, which shall be attended by the Contractor, Engineer and all other appropriate agencies, utilities, etc. The meeting will be held at a time agreed upon by both the City and the Contractor.

The Contractor shall present executed contracts with bonds and insurance prior to or at this meeting. Also, the Contractor shall provide the names and phone numbers of responsible employees to be contacted off-hours for emergencies and an estimated construction schedule covering all work for the entire project.

2.6 PROGRESS REPORTS:

No less then bi-weekly, the Contractor shall meet with the City’s representative on the City’s premises to detail performance on the work and to report on compliance or noncompliance with the progress schedule. If in the opinion of the City, the Contractor has fallen behind the progress schedule, the Contractor shall take such steps as may be necessary to improve the progress. The City may require the Contractor to increase the number of shifts or overtime operations without addition to the Contract price.

2.7 LIQUIDATED DAMAGES FOR DELAY:

In the event the Contractor does not complete the work within the specified time allotted by Contract, liquidated damages will accrue per Section 108.09 of the Standard Specifications for Road and Bridge Construction, latest edition, or in the amount of the daily bypass pumping rate (24 hours), whichever is greater.

3.0 PLANS, SPECIFICATIONS AND DRAWINGS

3.1 CONFORMITY:

The work shall be executed in strict conformity with the plans, drawings and specifications, and the Contractor shall do no work without drawings and specifications.

3.2 AVAILABILITY AT SITE:

The Contractor shall keep a copy of all plans, drawings and specifications at the work site in good order.

3.3 CONSISTENCY:

The several parts of the plans, drawings and specifications shall be taken and construed together to explain each other and make the whole consistent.

3.4 FIGURED DIMENSIONS TO GOVERN:

Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated, shall be executed until necessary dimensions have been obtained from the City’s representative.

3.5 FAMILIARITY WITH SITE, PLANS, SPECIFICATIONS AND DRAWINGS:

The Contractor represents that he has thoroughly acquainted himself as to the conditions of the site, both surface and subsurface, and with the meaning and accuracy of the plans, specifications and drawings. The owner shall not be responsible for any claims made by the Contractor due to claimed unfamiliarity or inaccuracies.

3.6 ERRORS/AND OMISSIONS:

If the Contractor discovers any error of omission in the plans, drawings or specifications or in the work undertaken and performed by him, he shall immediately notify the City and the City shall promptly verify or correct the plans, drawings and specifications. The Contractor’s notifications shall be in writing and copy of his transmittal shall be forwarded to the Owner.

3.7 STANDARD SPECIFICATIONS:

Reference to standard specifications of any technical society, organization or association, or to codes of local, state or federal, authorities, shall mean the latest standard; code specification or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise.

3.8 PRESERVATION OF MONUMENTS AND STAKES:

The Contractor shall carefully preserve all monuments, benchmarks, reference points and stakes. In case of his destruction thereof, the Contractor will be charged with the expense of replacement, and shall be responsible for any mistake or loss of time that may be caused. Permanent monuments or benchmarks which must be removed or disturbed shall be protected until they can be properly referenced for relocations. The Contractor shall furnish materials and assistance for proper replacement of such monuments or benchmarks.

3.9 CERTIFICATION OF MATERIALS:

The Engineer shall be furnished with a list of sources of materials before they are shipped so materials can be inspected before shipping, if desired. All materials shall be subject to inspection at the source and at the job site. Engineer may reject any materials at either location. All materials incorporated in this project shall be new materials from the City’s approved material list. Use of existing material or recycled materials shall not be permitted without the written consent of the Engineer. The Contractor shall furnish the Engineer with the manufacturer’s certificates for all materials supplied to the project except those specifications exempted by the Engineer.

All required materials for this project shall be selected from the City’s approved material list, unless specifically called-out otherwise in the Contract Documents Special Provisions for this project and approved by the Engineer in charge of this project.

3.10 SUBMITTALS

Contractor shall prepare complete copies of required submittals and deliver (3) copies or (1) electronic copy to the Engineer as follows:

(a) Proposed Schedule of Values/Bill of Materials

(b) Construction Progress Schedule

(c) Revisions to Work Schedule

(d) Submit Material Data Sheet Submittals where noted or specified.

(e) Provide Samples and Field Mockups where noted or specified.

(f) One set of “red-line” field changes on construction plans

(g) Operation and Maintenance Data:

a. Prepare data in the form of an instruction manual.

b. Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals.

c. Submit Operation and Maintenance Manuals including, but not limited to, the following:

i. System Hardware: 1. Safety precautions, physical description, functional description, operating procedures, theory of operation, maintenance instruction, checkout procedures, troubleshooting procedures, servicing, and removal and replacement procedures. 2. Wiring schematic and logic diagrams, parts list, and point-to-point wiring. 3. Listing of all hardware ranges and settings after completion of start-up.

ii. System Software 1. Software manual shall describe general philosophies, list, and description of all standard software. 2. Program documentation (i.e., PLC) shall include programs, documentation files, database and configuration as installed in both hard copy, as well as two copies of backup disks of this information. Passwords for all programmable devices shall be turned over to the Owner at the time of final completion.

d. Contractor shall submit four (4) individually bound copies of the completed maintenance manual in final form to the Owner, with one (1) copy to the Engineer, no later than 14 days prior to start-up of the equipment and prior to the first instruction to Owner’s personnel. One electronic copy of the completed maintenance manual shall be provided to the Owner on compact disc.

e. Submit four (4) copies of additional data (if any) identified during instruction of Owner’s personnel to Owner along with specific instruction for insertion into the maintenance manuals, with one copy to the Engineer, no later than 21 days following instruction. If additional data is required, provide the Owner with one complete, revised electronic copy of the maintenance manual on compact disc which includes the additional data.

4.0 ACTUAL PERFORMANCE

4.1 SUPERINTENDENCE:

The Contractor shall give his personal superintendence to the work and have at the site of the work at all times a competent foreman, superintendent or other representative having authority to act for the Contractor.

4.2 EMPLOYEES:

The Contractor shall not hire or keep in employment any incompetent employees.

4.3 CONTRACTOR COOPERATION:

In the event that more than one Contractor is selected to implement the work, the Contractor agrees that he will cooperate fully with other Contractors. Each hereby agrees to make available to other Contractors all necessary documentation and information to enable the individual installations to be made efficiently and effectively.

4.4 MATERIALS AND WORKMANSHIP – QUALITY:

(a) Materials: Unless otherwise specifically called for in the specifications, all equipment, materials and articles incorporated in the work covered by this contract shall be new and of the best grade. When called for by the City, the Contractor shall at no cost furnish to the City for approval full information concerning the materials, equipment or articles to be incorporated in the work, including reasonable samples or test results when customary.

(b) Workmanship: All work performed shall be performed and accomplished in a first class and workmanlike manner to the satisfaction of the City and in accordance with the best practice and standards recognized in the field.

4.5 MATERIALS AND WORKMANSHIP – GUARANTEE:

The Contractor guarantees the equipment, materials, articles and workmanship used in the work or performed to be free from defects, suitable for the purpose intended and merchantable. He shall correct defective works and replace defective materials at his own cost which becomes apparent within one (1) year from the date of final payment.

4.6 COMPLIANCE WITH LAW, NOTICES, PERMITS:

The Contractor shall give all notices required by, and comply with, all applicable laws and ordinances of the City or State of Illinois. Should the Contractor fail to observe the aforementioned laws or ordinances and do work at variance with any applicable law or ordinances, the Contractor shall correct the methods of doing such work without cost to the City, even if such deficiency is discovered after the date of final inspection or payment. Upon execution of the contract by the City, the City shall simultaneously issue permits under the jurisdiction of the City necessary for the work to be performed.

4.7 WORKING HOURS:

Normal working hours are 7:00 a.m. to 5:00 p.m. No work shall be done on Sundays or the following holidays: Christmas, New Year's Day, Thanksgiving, Memorial Day, July 4th and Labor Day unless special order or permit shall be given by the City. No excavation or general construction will be permitted outside normal working hours. Time regulations shall not apply to placement of traffic control devices such as barricades, signs and lighting. The Contractor shall ensure that the sewer main system shall be back in operation at the end of each workday. No overnight disruption in service will be allowed.

4.8 CONSTRUCTION NOISE RESTRICTION:

All engines and engine driven equipment used for construction or for hauling shall be equipped with an adequate muffler in constant operation and properly maintained to prevent excessive or unusual noise. Any machine, or device, or part thereof which is regulated by or becomes regulated by Federal or State noise standards shall conform to those standards.

4.9 UTILITY COORDINATION:

The Contractor is responsible to contact all utilities for locations prior to the start of work (J.U.L.I.E. at 1-800-892-0123). Note: Any utility locations shown on the Plans are APPROXIMATE ONLY; the Contractor is to use care when working around utilities so as not to damage them. The Contractor is responsible for any utilities damaged. The Contractor shall work with the agencies to organize and complete the work as expeditiously as possible.

4.10 SANITARY FACILITIES:

The Contractor shall furnish, install, and maintain ample sanitary facilities for the workmen, as the needs arise.

4.11 USE OF SITE:

(1) The Contractor shall confine his equipment, storage of materials, and operations to the limits prescribed by ordinances or permits, or as may be directed by the City, and shall not unreasonably encumber the site.

(2) The Contractor shall comply with all reasonable instructions of the City, and the ordinances and codes of the City regarding signs, advertising, traffic, fires, explosives, danger signals, barricades, and fire prevention.

4.12 CUTTING AND PATCHING:

(a) The Contractor shall do all cutting, fitting, or patching of his work that may be required to make his several parts fit together or to receive the work of other Contractors shown upon, or reasonably implied by, the Plans and Specifications for the completed project and he shall make good after them as may be directed by the City.

(b) Any cost caused by defective or ill-timed work shall be borne by the party responsible therefore.

(c) The Contractor shall not cut, dig, burn, weld to or otherwise alter or modify the work of any other Contractor without the consent of the City.

(d) All cutting, fitting or patching shall be accomplished by only skilled tradesmen in their respective craft area.

4.13 EXISTING MATERIALS:

All existing materials and equipment removed under this contract shall remain the property of the City and shall be stored, removed and protected by the Contractor as directed by the City, unless specifically called-out otherwise in the Contract Documents Special Provisions for this project and approved by the Engineer in charge of this project.

4.14 CLEANING UP:

The Contractor shall at all times keep the site free from accumulations of waste materials or rubbish caused by his employees or the work; and at the completion of the work he shall remove all his rubbish from the site and all his tools, equipment, scaffolding and surplus materials, and shall leave his work clean and ready for use. In case of dispute the Owner ma remove the rubbish and surplus materials and charge the cost to the Contractor.

4.15 START UP OPERATIONS:

Where required, the Contractor shall furnish a skilled operator to adjust and start all of the equipment installed and to put it in successful operation. After the equipment installed has been satisfactorily adjusted, the operator shall instruct the Owner’s operators as to the proper method of starting, adjusting and caring for the equipment furnished and installed under these specifications.

5.0 SAFETY AND PROTECTION

5.1 PROTECTION OF WORK:

The Contractor shall continuously maintain adequate protection of all the work from damage and shall protect the City’s and adjacent property from injury arising in connection with his contract.

5.2 CARE OF EXISTING PROPERTY:

All sewers, water, gas or other pipes, wires, conduits, trees, shrubbery, fences, and structures and other property shall be supported and protected from injury by the Contractor during the work performed under this contract. The Contractor shall be liable for all damages to such structures and property and shall save and keep the said Owner harmless from any liability or expense for injuries, damages or repairs to same.

5.3 ACCIDENT PREVENTION:

The Contractor shall exercise all reasonable precaution at all times for the protection of all persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his fault or negligence in connection with the prosecution of the work. Final payment or inspection shall not be deemed a waiver of contractor’s responsibility. The safety provisions of applicable law and building and construction codes shall be observed and the Contractor shall take or cause to be taken such additional safety and health measures as the City may determine to be reasonably necessary. Machinery, equipment and all hazards shall be guarded in accordance with the safety provisions of the “Manual of Accident Prevention in Construction” published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws or such other generally recognized accident prevention manual as is applicable in the trade.

5.4 OSHA:

The Contractor shall observe and enforce upon subcontractors all applicable sections of the Occupational Safety and Health Act of 1970 as amended, and shall be subject to inspection by authorized officials for compliance.

5.5 OBSTRUCTION AND RESUMING TRAVEL:

Travel upon the highway, streets or upon any intersecting street or alley shall not be hindered or inconvenienced needlessly nor shall any portion of a roadway or street be opened up nor shall the same be wholly obstructed without the direction of the City, in which latter case the Contractor shall cause plain and properly worded signs announcing the fact to be placed with proper barricades at the nearest cross streets where travel can pass around the same in the shortest and easiest way. Travel may be resumed at the direction of the City upon any part of the street, or portion thereof, where the work has been completed, whenever public necessity or inconvenience may require, and the condition of improvement warrants it.

5.6 SPECIAL REQUIREMENTS:

(a) Fire Protection: Temporary heating devices which are of the open flame type, with the exposed fuel below the flames and using such fuels as coke, oil or wood, are strictly forbidden. Temporary heating devices shall not be left unattended while being operated at night or non-work days or shifts.

All tarpaulins used for enclosures around structures or work areas shall be flame proofed.

(b) Grounding of Electrical Equipment: All electrical construction equipment, including portable hand tools and all other apparatus, shall be grounded by a separate ground conductor (other than the service cords) or by multiple cord containing separate grounding conductor, all in accordance with requirements of the latest edition of the National Electrical Code.

6.0 SUB-CONTRACTORS

6.1 NO CONTRACTUAL RELATIONSHIP:

Nothing contained in the contract documents shall create any contractual relationship between any sub-contractor and the City.

6.2 APPLICABILITY OF CONTRACT DOCUMENTS:

The Contractor agrees to bind every sub-contractor (and every sub-contractor of a sub- contractor) and every sub-contractor agrees to be bound by the terms of the contract documents as far as applicable to his work, unless specifically noted to the contrary in a sub-contract approved in writing as adequate by the City.

6.3 RESPONSIBILITY OF CONTRACTOR:

The Contractor agrees to be fully responsible to the City for the acts or omissions of his sub- contractors and of anyone employed directly or indirectly by him or them and this contract obligation shall be in addition to the liability imposed by law upon the contractor.

7.0 INSPECTION; CORRECTION

7.1 ACCESS; NOTICE:

The City shall at all times have access to the work wherever it is in preparation or progress and the Contractor shall provide proper facilities for such access and for inspection. The Contractor shall not cover or proceed with the work until such work has been inspected. The Contractor shall give the City adequate notice of readiness for inspection of any work ordinarily requiring inspection.

7.2 REJECTION:

The City shall have the right to reject materials and workmanship which are defective or required their correction. Rejected workmanship shall be satisfactorily corrected, and rejected materials shall be removed from the premises both without charge to the City. If the Contractor does not correct such defective work and remove rejected materials within a reasonable time, fixed by written notice, the City may remove them and charge the expense to the Contractor.

7.3 INSPECTION AFTER COMPLETION:

Should it be considered necessary or advisable by the Owner at any time before acceptance of the entire work to make an examination of work already completed, by removing or tearing out same, the Contractor shall, on request, promptly furnish all necessary facilities, labor and materials for that purpose and the costs thereof shall be charged to the Contractor if the work was covered prior to inspection by the City.

7.4 NO WAIVER BY INSPECTION:

Neither the inspection of or payment for any provision in the contract documents shall relieve the contractor of the responsibility for negligence or faulty materials or workmanship within the extent and period provided by law and upon written notice and he shall remove any defects due therefrom.

7.5 DECISION OF CITY:

The signing of the contract for the work shall be considered the Contractor’s agreement to accept the City’s decision as final in all matters of workmanship and performance hereunder.

8.0 INSURANCE AND BONDS

8.1 CONTRACTOR’S INSURANCE:

1) The successful bidder in all construction and demolition contracts shall submit, with other required contract documents, a certificate of insurance, issued by an insurance company licensed to do business in Illinois, indicating the bidder as the insured and naming the City of Joliet (and its officers and employees) and RJN Group, Inc. as additional insured with right of notice of cancellation for the duration of the contract in at least the following amounts:

a) General Liability Insurance – One Million Dollars ($1,000,000) general liability insurance covering injuries, deaths and property damage.

b) Workers Compensation Insurance – amount required by Illinois law.

2) The successful bidder shall require the same amounts and coverages as in sub- section (1) from all subcontractors.

3) The amounts stated in sub-section (1)(a) shall be doubled for contracts exceeding Five Hundred Thousand Dollars ($500,000).

4) The minimum amount of insurance may be modified and other insurance-related terms and conditions may be required in specific contracts as the Mayor and City Council may deem appropriate.

8.2 PERFORMANCE BOND; LABOR AND MATERIAL PAYMENT BOND:

The Contractor shall not commence work under this contract until he has obtained and submitted both a Performance Bond and a Labor and Material Payment bond to the City and such bonds have been approved by the City. Such bonds shall cover such performance, labor or materials used in the work whether by the Contractor or by any subcontractor. Said bonds shall remain in full force and effect for the duration of the contract and during the term of any guaranty or warranty period required by the Contract Documents. The performance bond shall be conditioned on the full and faithful performance of the contract according to its terms and shall be in an amount of ONE HUNDRED PERCENT (100%) of the contract price.

The City reserves the right to require the successful bidder to supply a Performance Bond and a Labor and Materials Payment Bond issued by a surety authorized to do business in Illinois and having a current A.M. Best financial strength rating of not less than “A-“. The bonds shall be filed within ten (10) calendar days of acceptance of the bidder’s proposal by the City. The bonds unless otherwise specified by the Purchasing Manager, shall be 100% of the total contract price. The form of all bonds shall be subject to the approval of the Corporation Counsel of the City.

9.0 ADDITIONAL PERFORMANCE SECURITY

9.1 RISK OF LOSS:

The City assumes no responsibility for the existence or condition of surface or subsurface structures, property or conditions in the project area nor for their continuance in the condition existing at the time of issuance of the Invitation for Bids or thereafter. No adjustment or contract price or allowance for any change in conditions or unknown conditions shall be made.

9.2 HOLD HARMLESS:

Contractor shall indemnify and save harmless the City and owners of the properties where the work is performed (hereinafter “Owners:) against any and all damages to property or injuries to or death of any person or persons, including property and employees or agents of the City, and shall defend, indemnify and save harmless the City and Owners from any and all claims, demands, suits, actions or proceedings of any kind or nature, including Workmen’s Compensation claims, of or by anyone whomsoever, in any way resulting from or arising out of the operations in connection of the performance of this contract, including operations of sub- contractors and acts of omissions of employees or agents of Contractor or his sub-contractors. The City shall have the right to estimate the amount of such claims, demands, suits, actions, or proceedings for damage or injuries and pay the same, and any amounts so paid shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract, as may be considered necessary by the City, shall be retained by the City until such claims, demands, suits, actions or proceedings shall have been settled or otherwise disposed of, and satisfactory evidence to that effect furnished to the City. Insurance coverage specified in these general specifications constitutes the minimum requirements and said requirements shall not lessen or limit liability of Contractor under the terms of the contract. Contractor shall procure and maintain at his own cost and expense, any additional kinds and amounts of insurance that, in his own judgement, may be necessary for his proper protection in the prosecution of the work.

9.3 TERMINATION:

(a) In the event the Contractor voluntarily petitions for bankruptcy, or is adjudged bankrupt or makes a general assignment for the benefit of his creditors or if a receiver is appointed on account of his insolvency, or in the event that any of the provisions of this contract are violated by the Contractor or by any of his sub-contractors or the City reasonably believes such violation is likely, the City may serve written notice upon the Contractor and the Surety of the intention to terminate such contract. Such notice shall contain the reasons for such intent to terminate the contract. Unless within five (5) days after the serving of such notice upon the Contractor such violation shall cease and arrangements satisfactory to the City for correction be made, the contract shall upon expiration of said five (5) days cease and terminate with no further notice. In the event of any such termination, the City shall immediately serve notice thereof upon the Surety, and the Surety shall have the right to take over and perform the contract, provided, however, that if the Surety does not commence performance thereof within seven (7) days from the date of the mailing to such Surety notice of termination, the City may take over the work and prosecute the same completion at the expense of the Contractor, and the Contractor and his Surety shall be liable to the City for any excess cost occasioned to the City thereby, and in such event the City may take possession of and utilize in completing the work, such materials and equipment including those of the Contractor as may be on the site of the work and necessary therefore.

(b) In the event of termination, the Contractor shall pay to the City, all costs over and above the contract price expended by the City in the completion of the work and this obligation shall survive the termination of the contract. Such payment shall not preclude or waive the City’s entitlement to additional damages or be construed as an election of remedies.

9.4 CITY’S RIGHT TO WITHHOLD CERTAIN AMOUNTS /MAKE APPLICATION THEREOF

In addition to the payments to be retained by the City under the other provisions of these General Conditions, the City may withhold a sufficient amount of any payment otherwise due to the Contractor to cover the following:

(1) For claims arising in and from the performance of the work on the project under this contract.

(2) For defective work not remedied.

(3) For failure of the Contractor of sub-contractors to make proper payments to his sub- contractors and suppliers. The City shall have the right to act as agent for the Contractor in disbursing such funds as have been withheld pursuant to this paragraph to the party or parties who are entitled to payment therefrom. The City will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor; and such payments shall be considered as payment made under the contract. The City shall not be liable to the Contractor for any such payment made in good faith.

10.0 CHANGE ORDERS

10.1 CHANGE ORDER/DEFINED:

A Change Order is defined as a written order by the City to the Contractor, issued after a contract has been executed, authorizing a change in the work to be performed thereunder, the amount of money to be paid under the contract, or the time within which the contract must be performed.

10.2 AUTHORITY TO BIND CITY:

The City will be bound by and liable for only those change orders executed in the following manner:

(a) The City Manager or his designee is hereby empowered to execute the following Change Orders:

(1) Change Orders which do not alter the scope or cost of the project.

(2) Change Orders which result in a reduction in cost, but do not alter the scope or quality of the project.

(b) The City Manager or his designee is empowered to execute the following Change Orders without prior approval by the City Council, provided, however, he shall report such Change Orders to the City Council within two (2) weeks of such execution:

(1) Change Orders which result from emergency situations, defined as:

(a) Any clear and present danger or hazard to health, safety or welfare, or;

(b) A condition which would require the cessation of work on the project, if not immediately executed.

(2) Change Orders which result in an additional project cost, if the accrued costs of all Change Orders to date does not exceed the lessor of $5,000.00 or ten percent (10%) of the original cost.

(a) All Change Orders not included in (a) or (b) above shall be effective only after prior approval by a majority of the Council holding offices. If such approval is given, the City Manager is hereby authorized to execute the Change Orders.

10.3 METHOD:

The City, without invalidating the contract, may order extra work or make changes by altering, adding to, or deducting from, the work. The contract sum shall be adjusted by the unit prices contained in the contract or if unit prices are not contained therein, by written agreement of the Contractor and the City. All such work shall be executed under the conditions of the original Contract except that any claim for extension of time caused thereby shall be adjusted as the time of ordering such change. No changes in the work shall be effective except with the prior written consent of the City, except that verbal Change Orders may be authorized in emergency situations as defined herein.

10.4 WAIVER:

The Contractor hereby waives any compensation for any change performed in the work which is not authorized as provided for herein.

11.0 PAYMENTS

11.1 APPLICATION FOR PARTIAL PAYMENTS; WAIVERS:

The Contractor shall submit to the City applications for payment for work performed and materials incorporated in the work during the month, prior to the last day of the month following the month in which such work was performed. Such applications shall be accompanied by waivers or the equivalent from suppliers of work or materials stating that such work or materials have been paid for by the Contractor. By submitting an application for payment, the Contractor warrants that all employees, sub-contractors, and materialmen have been paid to date for the labor and materials contained in the application.

11.2 PAYMENT OF EMPLOYEES; PREVAILING WAGE RATES:

The Contractor, and its subcontractors, shall comply with the Prevailing Wage Act (820 ILCS 130/1 et seq.), as amended. The Contractor, and each subcontractor, shall keep, or cause to be kept, an accurate record showing the names and occupation of all laborers, workers and mechanics employed by the Contractor or its subcontractors, in connection with the Work and showing the actual hourly wages paid to each such person. The submittal of an invoice or payment request to the City shall constitute the Contractor’s certification to the City that all the wages paid for the work covered by the invoice or payment request have been paid in compliance with the Prevailing Wage Act. Upon the written request of the City, the Contractor, and its subcontractors, shall provide a complete and accurate copy of the records establishing compliance with the Prevailing Wage Act and this paragraph.

This contract calls for the construction of a “public work,” within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et. seq. (“the Act”). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the “prevailing rate of wages” (hourly cash wages plus fringe benefits) in the county where the work is performed. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor’s website at: http://www.state.il.us/agency/idol/rates/rates.HTM. All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to, all wage, notice and record keeping duties.

It is the responsibility of the contractor to check the above mentioned website for the most up to date wages for that month in which the work has taken place and to pay accordingly. Further, it is the responsibility of the contractor to supply the City of Joliet with certified payrolls for all work related to this contract. If you are unsure as to what a certified payroll sheet is that must be supplied, you may find one at the above mentioned website.

11.3 PARTIAL PAYMENTS BY THE CITY:

No later than forty-five (45) days following the submission of the application for payment, the City shall pay to the Contractor for the amount of the work contained in the application which has been found by the City to have been actually performed less ten percent (10%) of such amount which shall be retained until final payment less other deductions authorized to be retained by other sections of these General Conditions.

11.4 FINAL PAYMENT:

After final inspection by the City, the Contractor shall prepare his application for Final Payment and submit it to the City for approval. The application for Final Payment shall contain the total cost of the work as set forth in the proposal less all previous payments to the Contractor and be adjusted by the cost of all authorized Change Orders. Such application shall have attached thereto final lien waivers or the equivalent for all labor and materials incorporated into the work from all persons having supplied labor and materials under this contract. The City shall pay to the Contractor, not later than forty-five (45) days after such application is made, the amount which the City finds to be due and owing less deductions authorized by these General Conditions.

11.5 NO WAIVERS:

Neither by partial or final payment will the City be deemed to have waived any remedy for defective work or negligence on the part of the Contractor or any other portion of the contract which by its nature survives the time of Final Payment.

12.0 ADDITIONAL REQUIREMENTS:

In addition to any other requirement, unless otherwise expressly stated in a bid solicitation or an award of contract, all bidders must comply with the following requirements in order to submit a bid or be awarded a contract and include satisfactory evidence thereof in its bid.

(a) The bidder shall be a duly organized legal entity in good standing with the Illinois Secretary of State and in compliance with all laws prerequisite to doing business in Illinois.

(b) The bidder shall have a valid Federal Employer Tax Identification Number or Social Security Number.

(c) The bidder shall be an equal opportunity employer and comply with Section 2000(e) of Chapter 21, Title 42 of the United States Code and Executive Order No. 11246.

(d) The bidder shall provide certificates of insurance indicating the following coverages if called for in the bid solicitation: general liability, workers compensation, completed operations, automobile, hazardous occupation and product liability.

(e) The bidder shall comply with all provisions of the Illinois Prevailing Wage Act (820 ILCS 130), including wages, medical and hospitalization insurance and retirement for those trades covered in the Act.

(f) All contractors and sub-contractors performing services covered by the Illinois Prevailing Wage Act shall submit to the City the certified payrolls required by the Act, as amended by Illinois Public Act 94-0515.

(g) For construction projects (construction of new facilities, renovation of existing facilities or road construction projects) over $25,000.00, the bidder must provide apprenticeship and training programs that are either registered with the United States Department of Labor’s Bureau of Apprenticeship and Training or are reasonably equivalent to such programs.

13.0 MINORITY EMPLOYMENT REQUIREMENTS:

For contracts valued greater than $100,000.00:

The Bidder's attention is called to the following Equal Employment Opportunity Construction Contract Specification:

The contractors aggregate workforce on all construction work covered by this contract shall include any combination of minority or female participation equaling or exceeding ten percent (10%) of the contractor's aggregate workforce. Compliance with this specification will be measured against the total hours performed, including all subcontracts.

The contractor shall submit to the Project Engineer monthly, certified payroll records in order to monitor the total work hours and those hours worked by minorities and/or females, before receiving a monthly payment. Upon completion of the contract, the contractor shall submit to the Project Engineer a summary of the total work hours and those hours worked by minorities and/or females prior to receiving any retainage reduction or final payment.

Non-compliance with this specification will result in the retainage of 2% of the total contract amount for a probationary period of one year from the completion of the contract. If within the one year probation period the Contractor exceeds the minority employment requirements by the number of man-hours previously deficient, on another City of Joliet contract, the retainage from the prior contract will be released to the Contractor. If the Contractor fails to make up the minority hours on another contract within the probation period, the Contractor will be penalized 2% of the original contract amount.

DEFINITION:

Minority shall include:

1. Black (all persons having origins in any of the Black African racial groups not of Hispanic Origin).

2. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race).

3. Asian and Pacific Island (all persons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands).

4. American Indian or Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affiliations through membership and participation or community identification).

For contracts valued less than or equal to $100,000.00:

The contract does not contain a specific minority employment requirement; however, the City of Joliet encourages the contractor to maximize the amount of minority participation.

CITY OF JOLIET

INDEX SPECIAL PROVISIONS

LOCATION OF THE IMPROVEMENTS ...... DESCRIPTION OF THE IMPROVEMENTS...... PROJECT SCHEDULE ...... PROJECT TIMELINE ...... GENERAL ...... PUBLIC SAFETY AND CONVENIENCE...... DESCRIPTION OF BID ITEMS ...... BID ITEM #1 LIFT STATION REHABILITATION, COMPLETE IN PLACE BID ITEM #2 FURNISH AND INSTALL ODOR CONTROL SYSTEM BID ITEM #3 CONTINGENT CASH ALLOWANCE BID ITEM #4 CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING PROTECTION OF EXISTING DRAINAGE FACILITIES ...... BRACING AND SHEETING ...... RESPONSIBILITY FOR VANDALISM ...... CONSTRUCTION DEBRIS ...... TRAFFIC CONTROL AND PROTECTION...... TEMPORARY FENCING (SITE SECURITY) ...... SITE CLEARING AND SITE PREPARATION ...... PERIMETER EROSION BARRIER ...... DEMOLITION ...... CONTROLLED LOW-STRENGTH MATERIAL ...... DUCTILE IRON PIPE AND FITTINGS ...... LINK-SEAL MECHANICAL SEALS ...... ACCESS HATCHES ...... EMERGENCY BYPASS PIPE COUPLING SYSTEMS ...... FURNISH & INSTALL VALVE VAULT PIPING, VALVES, AND APPURTENANCES .... FURNISH & INSTALL DUCTILE IRON FORCE MAIN PIPING AND FITTINGS BETWEEN VALVE VAULT AND WET WELL ...... FURNISH & INSTALL BASES, RAILS, LIQUID LEVEL TRANSDUCER, ACCESSORIES, DISCHARGE AND BYPASS PIPING, FITTINGS, AND APPURTENANCES IN WET WELL ...... FURNISH (3) & INSTALL (2) NEW LIFT STATION PUMPS ...... REMOVE, REPLACE, AND REROUTE GRAVITY SEWER COMPLETE WITH CONNECTIONS TO EXISTING SANITARY MANHOLE, NEW SANITARY MANHOLE, AND EXISTING WET WELL ...... FURNISH & INSTALL SANITARY SEWER MANHOLE, TYPE A, 4’-DIA., WITH EXTERNAL DROP CONNECTION ...... TEMPORARY CONNECTION TO 4” FORCEMAIN FOR BYPASS PUMPING ...... CONNECT EXISTING 4” FORCEMAIN TO NEW SANITARY SEWER MANHOLE ...... REMOVE, REPLACE, AND REROUTE SUMP PUMP DISCHARGE PIPING ...... FURNISH & INSTALL VALVE VAULT and WET WELL TOP SLABS WITH ACCESS HATCHES, FALL THROUGH PROTECTION GRATING, AND EMERGENCY BYPASS PUMP COUPLING SYSTEM ...... CONTROL CABINET FOUNDATION AND CONCRETE PAD ...... PLACEMENT OF CONCRETE PAD TO SUPPORT ODOR CONTROL SYSTEM ...... FURNISH ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION ...... GROUND ROD ...... COMED COORDINATION, INSTALL COMED METER, ELECTRICAL DISCONNECT, AND GROUNDING TO COMED SOURCE ...... INSTALL ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION ...... FURNISH & INSTALL DISCHARGE PRESSURE TRANSMITTER ...... PROTECTIVE LINING FOR STRUCTURAL AND CORROSION PROTECTION FOR SANITARY SEWER AND WASTEWATER STRUCTURES ...... FIELD PAINTING NEW DUCTILE IRON PIPING AND FITTINGS IN VALVE VAULT AND WET WELL ...... LINEAR LDPE DECORATIVE PRIVACY FENCE ...... LANDSCAPE RESTORATION ...... BID ITEM #2 FURNISH & INSTALL ODOR CONTROL SYSTEM ...... FACILITY START-UP ...... START-UP REPORT FORM ...... CITY OF JOLIET

2016 SUPPLEMENTAL SPECIAL PROVISIONS

The following Supplemental Special Provisions supplement the City of Joliet Special Provisions and General Conditions adopted February 29, 2016 and the “Standard Specifications for Road and Bridge Construction,” adopted January 1, 2012 and the latest edition of the “Manual on Uniform Traffic Control Device for Streets and Highways,” and the “Standard Specifications for Water and Sewer Main Construction in Illinois,” in effect on the date of invitation for bids. In case of conflict with any parts of said specifications, the said Supplemental Special Provisions shall take precedence and shall govern. The above named publications shall hereinafter be referred to as the “Standard Specifications” which apply to and govern the construction of the 2016 EDGECREEK DRIVE LIFT STATION REHABILITATION PROJECT.

LOCATION OF THE IMPROVEMENTS:

The Edgecreek Drive Lift Station is located at the intersection of Gougar Road and Edgecreek Drive approximately .5 miles south of U.S. Route 6, near the western entrance to the Edgecreek Estates Subdivision.

DESCRIPTION OF THE IMPROVEMENTS:

The work covered under this contract includes all work required to complete the lift station rehabilitation including the removal and replacement of all equipment as outlined herein and shown on the plan drawings. New equipment shall include the following and additional items as shown in the plan drawings: three (3) new Vaughan Submersible Chopper Pumps, (two (2) to be installed and one as a complete spare pump), two (2) new base elbows and slide away coupling system, upper/lower and intermediate guide rail supports, new guide rails, all internal station piping, fittings, etc. as required, structural lining of the existing concrete wet well structure, new wet well top slab with new aluminum duplex access frame and cover with fall through protection grating system, new stainless steel cable support brackets, emergency bypass pump coupling system and required piping, new piping and valves as shown within the existing valve vault, new valve vault flat top with two (2) new aluminum access hatches, EBPCS and connecting piping/valving within the valve vault, removal and replacement of wet well discharge piping between the wet well and the valve pit including connections to the existing concrete walls, removal and re-routing of the existing gravity inlet piping through a new sanitary sewer manhole and external drop connection to the wet well, re-routing of the 4” force main inlet piping with external drop, new pump connection junction box, new level control/monitoring system, new standalone pad mounted control panel in a NEMA 4X enclosure, new 400A automatic transfer switch, temporary electrical feed as necessary, and all required electrical changes during the retrofit and any other equipment items, field services and accessories as required to provide a complete turnkey renovation of the existing station from its existing state to the new redesigned station as described herein and shown on the plan drawings. No improvements to the existing generator are anticipated. By-pass pumping, as required during the lift station rehabilitation, will be completed by others under separate contract with the City of Joliet.

PROJECT SCHEDULE:

The undersigned agrees to complete the work within 180 calendar days after execution of the contract, by both parties, unless additional time shall be granted by the Engineer in accordance with provisions of the specifications. During the lift station shut down, and bypass pumping period, the Contract allows for 25 calendar days for substantial completion of all items of work associated with the lift station rehabilitation from the date of the lift station shut down. Substantial completion is defined as the time when the lift station is certified for operation, less list items. In the event that the lift station is not operational within the 25 calendar days allotted by Contract, liquidated damages will accrue per Section 108.09 of the Standard Specifications for Road and Bridge Construction, latest edition, or in the amount of the daily bypass pumping rate (24 hours), whichever is greater. In the event that punch list items and final inspection are not completed within 180 calendar days after execution of the contract, liquidated damages will accrue per Section 108.09 of the Standard Specifications for Road and Bridge Construction, latest edition.

PROJECT TIMELINE:

PROJECT ADVERTISING Monday, April 25, 2016 BID OPENING Tuesday, May 10, 2016 10:00 A.M. CONTRACT AWARD Tuesday, May 17, 2016 NOTICE OF AWARD Wednesday, May 18, 2016 PRECONSTRUCTION MEETING Tuesday, May 31, 2016 NOTICE TO PROCEED Wednesday, June 1, 2016

Any questions pertaining to the contract shall be submitted in writing to the contact person for this contract. Any major issues or clarifications will be summarized and issued in an addendum form to the bidders of the project on record at the City Clerk’s office. No questions will be accepted after 12:00 PM on Thursday, May 5, 2016 with no addenda to be issued after 5:00 PM on Friday, May 6, 2016.

The contact person for this contract shall be Kevin VanDeWoestyne with Thomas Engineering Group, LLC. Written questions should be emailed to [email protected].

GENERAL:

Owner will arrange to shut off indicated utilities when requested by Contractor. Do not start demolition work until utility disconnecting has been completed, bypass pumping has begun, and verified in writing by the Owner.

All utility coordination shall be performed by the Contractor and shall be considered incidental to the contract.

Utility Contact Information: ComEd: Tony Cox: [email protected] AT&T: Steven Pasola: [email protected] Comcast: Martha Gieras: [email protected]

Any claims for additional work must be presented to the City immediately. Failure of the contractor to notify the City Inspector will be reason to deny any claims for extra work.

All work covered under this contract is subject to inspection by the City of Joliet Department of Public Works and Utilities and Thomas Engineering Group, LLC.

PUBLIC SAFETY AND CONVENIENCE:

The Contractor shall maintain entrances along the proposed improvement. Interference with traffic movements and inconvenience to City and abutting property and the public shall be kept to a minimum. Delays and inconveniences to the Contractor caused by complying with these requirements shall be considered included in the cost of the contract and no additional compensation will be allowed.

The Contractor is to plan his work so at the end of each workday, there shall be no open holes. It will be the Contractor’s responsibility to notify any residents or businesses, at least 24 hours in advance, who will have no or limited driveway/backyard access due to work performed by the Contractor.

DESCRIPTION OF BID ITEMS:

The following descriptions are intended to clarify the nature of the work required for this project. Each bid item includes all labor, materials, equipment, and incidentals necessary to complete the item. The Base Bid includes four (4) items as listed below. The contract award will be made based on the Total Base Bid of all bid items.

BID ITEM #1 LIFT STATION REHABILITATION, COMPLETE IN PLACE BID ITEM #2 FURNISH AND INSTALL ODOR CONTROL SYSTEM BID ITEM #3 CONTINGENT CASH ALLOWANCE BID ITEM #4 CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING

Refer also to the Plans and the Schedule of Prices Form.

BID ITEM #1 LIFT STATION REHABILITATION, COMPLETE IN PLACE

The cost of all labor, equipment and materials necessary to perform ALL work as herein specified and as shown on the Plans shall be included in the Lump Sum Base Bid for LIFT STATION REHABILITATION, COMPLETE IN PLACE, with the exception of work performed under Bid Item #2, Bid Item #3, and Bid Item #4. This work includes, but is not limited to, the following items:

PROTECTION OF EXISTING DRAINAGE FACILITIES BRACING AND SHEETING RESPONSIBILITY FOR VANDALISM CONSTRUCTION DEBRIS TRAFFIC CONTROL AND PROTECTION TEMPORARY FENCING (SITE SECURITY) SITE CLEARING AND SITE PREPARATION PERIMETER EROSION BARRIER DEMOLITION CONTROLLED LOW-STRENGTH MATERIAL DUCTILE IRON PIPE AND FITTINGS LINK-SEAL MECHANICAL SEALS ACCESS HATCHES EMERGENCY BYPASS PIPE COUPLING SYSTEMS FURNISH AND INSTALL VALVE VAULT PIPING, VALVES, AND APPURTENANCES FURNISH AND INSTALL DUCTILE IRON FORCE MAIN PIPING AND FITTINGS BETWEEN VALVE VAULT AND WET WELL FURNISH AND INSTALL BASES, RAILS, LIQUID LEVEL TRANSDUCER, ACCESSORIES, DISCHARGE AND BYPASS PIPING, FITTINGS, AND APPURTENANCES IN WET WELL FURNISH (3) AND INSTALL (2) NEW LIFT STATION PUMPS REMOVE, REPLACE, AND REROUTE GRAVITY SEWER COMPLETE WITH CONNECTIONS TO EXISTING SANITARY MANHOLE, NEW SANITARY MANHOLE, AND EXISTING WET WELL FURNISH AND INSTALL SANITARY SEWER MANHOLE, TYPE A, 4’-DIA., WITH EXTERNAL DROP CONNECTION TEMPORARY CONNECTION TO 4” FORCEMAIN FOR BYPASS PUMPING CONNECT EXISTING 4” FORCEMAIN TO NEW SANITARY SEWER MANHOLE REMOVE, REPLACE, AND REROUTE SUMP PUMP DISCHARGE PIPING FURNISH AND INSTALL VALVE VAULT and WET WELL TOP SLABS WITH ACCESS HATCHES, FALL THROUGH PROTECTION GRATING, AND EMERGENCY BYPASS PUMP COUPLING SYSTEM CONTROL CABINET FOUNDATION AND CONCRETE PAD PLACEMENT OF CONCRETE PAD TO SUPPORT ODOR CONTROL SYSTEM FURNISH ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION GROUND ROD COMED COORDINATION, INSTALL COMED METER, ELECTRICAL DISCONNECT, AND GROUNDING TO COMED SOURCE INSTALL ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION FURNISH AND INSTALL GEMS 1600 DISCHARGE PRESSURE TRANSMITTER PROTECTIVE LINING FOR STRUCTURAL AND CORROSION PROTECTION FOR SANITARY SEWER AND WASTEWATER STRUCTURES FIELD PAINTING NEW DUCTILE IRON PIPING AND FITTINGS IN VALVE VAULT AND WET WELL LINEAR LDPE DECORATIVE PRIVACY FENCE LANDSCAPE RESTORATION FACILITY START-UP

BID ITEM #2 FURNISH AND INSTALL ODOR CONTROL SYSTEM

This work shall consist of furnishing and installing a package drum odor scrubber system, complete in accordance with the provisions for FURNISH AND INSTALL ODOR CONTROL SYSTEM as specified herein. This work shall be paid for at the contract unit price per Lump Sum.

BID ITEM #3 CONTINGENT CASH ALLOWANCE

From time to time, it will be necessary to add unforeseen additional work to the Project. The intent of the Contingent Cash Allowance is to provide a means to fund reasonable changes and additions to the Project. The Contingent Cash Allowance is for the sole use of Owner to cover unanticipated costs.

Basis of Payment. Included with the bid is a CONTINGENT CASH ALLOWANCE in the amount of twenty-five thousand and 00/100 dollars ($25,000.00) for any additional work required by the City of Joliet. The value of any work covered by the Contingent Cash Allowance will be determined in accordance with the General Conditions and Supplementary Conditions.

BID ITEM #4 CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING

The cost of any additional labor and materials necessary to perform concrete repairs beyond one (1) full day shall be paid for as Time and Material under the CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING. This includes the material cost for any chemical grout, hydrophilic grout, or injection packers which may be required to stop the flow of infiltration.

Basis of Payment. Included with the bid is a CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING in the amount of ten-thousand and 00/100 dollars ($10,000.00) for any additional grouting work required to accommodate wet well lining. The value of any work covered by this Contingent Cash Allowance shall be in accordance with Article 109.04 Payment for Extra Work (b) Force Account Basis of the Standard Specifications for Road and Bridge Construction. Bidder shall submit a detailed pricing sheet in a letter attached to the bid for providing any hydrophilic grout, chemical grout, or injection packers which may be used to stop visible infiltration.

PROTECTION OF EXISTING DRAINAGE FACILITIES:

All existing drainage structures are to be kept free of all debris resulting from construction operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered included in the cost of the contract. Any debris in the drainage structures resulting from construction operations shall be removed at the Contractor’s own expense, and no extra compensation will be allowed.

During construction if the Contractor encounters or otherwise becomes aware of any sewers, under drains or field drains within the right-of-way other than those shown on the plans, he shall so inform the Engineer who shall direct the work necessary to maintain or replace the facilities in service and to protect them from damage during construction. Existing facilities to be maintained that are damaged because of noncompliance with this provision shall be replaced at the Contractor’s own expense.

BRACING AND SHEETING

The CONTRACTOR shall provide all trench bracing/protection in accordance with Article 550.04 of the Standard Specifications, and shall provide ample means and equipment to keep all excavations dry during the construction period until completion and acceptance of the work at final inspection. The CONTRACTOR, if necessary, shall furnish, place and maintain protective measures during excavations to safeguard adjacent utilities, as well as the work done under this contract. Protective measures for excavation support should include the use of safety trench boxes, sheeting and bracing, or other appropriate methods. In this regard, the CONTRACTOR must be responsible for meeting OSHA requirements, local regulations and/or project specifications with the respect to the safety of his work force and protection of adjacent structures.

If at any time the method being used by the CONTRACTOR for supporting any material, roadway or utility structure adjacent to any excavation is not reasonably safe in the opinion of the ENGINEER, the ENGINEER may require and the CONTRACTOR shall provide additional bracing and support necessary to furnish the added degree of safety required by the ENGINEER. The CONTRACTOR shall provide such additional bracing and support by any method approved by the ENGINEER, as he may elect to use, but the taking of such added precautions shall in no way relieve the CONTRACTOR of his sole and final responsibility for the safety of lives, work and structures.

RESPONSIBILITY FOR VANDALISM

The Contractor shall be responsible for the defacement of any concrete pours before they have set up. Concrete sidewalk, driveway, or curbing that has been defaced shall be removed and replaced by the Contractor at the Contractor’s expense.

CONSTRUCTION DEBRIS

All spoil and waste materials must be removed from site and properly disposed. Disposal of all waste and spoil shall be considered incidental to the contract. For bidding purposes it shall be assumed that all spoils are residential and can be disposed of at a CCDD landfill. City will sign LPC-662 form to be prepared by Contractor. Contractor shall provide a representative soil sample for pH testing at City lab.

TRAFFIC CONTROL AND PROTECTION

This work shall include furnishing, installing, maintaining, relocating and removing all traffic control devices used for the purpose of regulating, warning or directing traffic during construction or maintenance of this improvement.

Traffic Control and Protection shall be provided as called for in the plans, these Special Provisions, applicable Highway Standards, applicable sections of the Standard Specifications or as directed by the Engineer.

The governing factor in the execution and staging of work for this project is to provide the motoring public with the safest possible travel conditions along the roadway through the construction zone. All traffic control devices used on the project shall conform to the plans, special provisions, traffic control standards, traffic specifications and the “Illinois Manual on Traffic Control Devices for Streets and Highways” and the “Traffic Control Devices Handbook”. No modification of these requirements will be allowed without prior written approval of the Engineer.

The Contractor shall be responsible for proper location, installation and arrangement of all traffic control devices. Contractor shall upon request of Engineer provide a sketch of proposed traffic control devices to be installed. All traffic control devices shall remain in place until specific authorization and relocation or removal is received from the Engineer.

The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and holidays.

TEMPORARY FENCING (SITE SECURITY)

This work shall include furnishing, installing, maintaining, relocating and removing all site protection fencing used for the purpose of regulating, warning, and preventing entry onto the work site or near open excavations or other hazardous conditions by the public and to delineate limit of Contractor's Work area for the duration of the contract.

The Contractor shall have the sole responsibility of safeguarding the site perimeter to prevent unauthorized entry to the site throughout the duration of the project. The Contractor shall at all times provide such a permanent and temporary fencing or barricades or other measure as may be necessary to restrict unauthorized entry to its construction area including construction in public right-of-way or easement. Site security measures shall include safeguards against attractive nuisance hazards as a result of construction activity.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. A. TEMPORARY FENCE PANELS 1. Temporary fence panels shall be chain link. 2. Height to be 6 feet from bottom. 3. Tension bands, wire ties, stabilizers, and stands shall be in accordance with manufacturer’s recommendations.

B. FABRIC SCREENING FENCE 1. Geotextile fabric used for the privacy fence shall be designed for 6 ft. fences and consist of woven shade cloth made from polypropylene strands. The fabric shall block out a minimum 70% of light.

SITE CLEARING AND SITE PREPARATION

This work shall consist of clearing areas necessary for performance of the work and confine operations to that area provided through agreements and rights-of-way. Entrance upon any lands outside of that area provided by agreements or public rights-of-way, shall be at the Contractor's sole liability. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the City.

This item also consists of stabilizing points of ingress and egress from the construction site with durable surfacing materials. The entrance should be maintained in a condition that will prevent tracking or flowing of sediment onto public rights-of-way.

The Contractor shall remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place.

Any work that is necessary to provide access to the site including, but not limited to, grading and clearing will be included in this item. The Contractor shall exercise caution to minimize the amount of damage caused by the grading and clearing operations.

Prior to starting excavation operations in any area, all bush removal in that area shall be performed according to the following specification and shall be accordance with the Illinois Department of Transportation, Standard Specifications for Road and Bridge Construction Article 201.

All bushes and plant material designated to be removed, shall be cut and disposed of in a manner that public or private property will not be damaged or endangered by the Contractor. Bushes and roots within the slope limits of embankments 2-feet or more in depth shall be cut off at ground level, unless directed otherwise by the Engineer. All other bushes and roots shall be removed to a depth of not less than 12-inches below the elevation of the sub-grade, the finished earth surface, or the ground line.

PERIMETER EROSION BARRIER

This work shall be in accordance with section 280 of the "Standard Specifications" except that only silt fence shall be used. Prior to starting excavation operations in any area, silt fence shall be installed at locations shown in the Plans or as directed by the Engineer in the field.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. 1. Synthetic filter fabric shall be a pervious sheet of propylene, nylon, polyester or ethylene yarn and shall be certified by the manufacturer or supplier as conforming to the following requirements:

PHYSICAL PROPERTY REQUIREMENTS Filtering Efficiency 75 % (min.) Tensile Strength at 20% (max.) elongation Extra Strength - 50lbs./lin.in.

2. Posts for filter fences shall be either four (4) inch diameter wood or 1.33 pounds per linear foot steel with a minimum length of five (5) feet. Steel posts shall have projections for fastening wire to them.

3. Stakes for filter fences shall be 1” x 2” wood (preferred) or equivalent metal with a minimum length of three (3) feet.

DEMOLITION

This work consists of demolition and removal of existing mechanical appurtenances (piping, valves, etc.) located within the existing valve vault, existing mechanical appurtenances (pumps, piping, etc.) located within the existing wet well, existing effluent/discharge piping and appurtenances located between the existing valve vault and the existing wet well, existing valve vault top slab, existing wet well top slab, existing PCC pad for existing control panel, and all existing electrical equipment, control panel, and enclosure as shown in the Plans or as directed by the Engineer in the field including.

Removed or salvaged parts include, but are not limited, to the following:

EXISTING PIPING, VALVES, AND APPURTENANCES AT VALVE VAULT EXISTING PIPING AND APPURTENANCES AT WET WELL EXISTING SITE PIPING AND EFFLUENT/DISCHARGE PIPING EXISTING ELECTRICAL EQUIPMENT AND CONTROL PANEL

Unless otherwise indicated, demolition waste becomes property of Contractor. For items which are to be salvaged, the Contractor shall carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner.

CONTROLLED LOW-STRENGTH MATERIAL

This work shall consist of placing controlled low-strength material (CLSM), or flowable fill, into abandoned underground pipes where shown on the Drawings or as directed by the Engineer, in accordance with Section 593 of the Standard Specifications with the following exceptions:

Materials. All materials used for CLSM shall conform to the requirements of Section 1019 of the Standard Specifications. A minimum of two days prior to starting CLSM work, CLSM shall be submitted for review and approval. No changes shall be made in the amounts or sources of the approved mix ingredients without the approval of the Engineer. The mix designs shall be tested by an independent testing laboratory for properties as specified herein. The results of the independent testing laboratory shall be submitted with the CLSM mix designs. The mix design shall include trial laboratory and testing data with cylinder breaks performed at 28 days. All costs related to such testing shall be borne by the Contractor.

DUCTILE IRON PIPE AND FITTINGS

All work shall conform to the details in the Plans and applicable portions of Divisions II and III of the Standard Specifications for Water and Sewer Main Construction in Illinois except as modified herein.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

Materials. A. FLANGED DUCTILE IRON PIPE AND FITTINGS: 1. Unless otherwise shown or specified, all piping 3-inches in diameter or larger shall be ductile iron conforming to ANSI/AWWA C151/A21.51, with flanged joints as shown on the drawings. Unless otherwise shown or specified, all piping shall be minimum thickness Class 52 with a minimum rated working pressure of 250 psi for flanged pipe. Pipe wall thickness shall be furnished as required by: AWWA C115 for flanged piping; thickness Class 52 minimum unless otherwise shown or specified. Manufacturers of flanged pipe and fittings shall be certified to NSF 61 by an ANSI-accredited third-party certification organization. 2. The words “Ductile Iron” and the weight and class of pipe shall be plainly marked on each piece of pipe. 3. All flanged sections of pipe shall be made up in strict accordance with AWWA C115 specifications. No field make-up flanges will be allowed unless strictly conforming to AWWA C115 with done after pipe through flange. 4. Flanged joints shall conform to AWWA C110, C111, and C115, and shall be compatible with ANSI B16.1 Class 125. Flanges shall be ductile iron. Flanged gaskets shall be minimum 1/8-inch, full-face, rubber-ring gaskets. Thicker gaskets shall be provided as recommended by the manufacturer to meet joint tolerance. Flange bolts shall be standard zinc-plated steel with hex head and hex nuts for the rated working pressure and installation conditions specified or shown. Flanged bolts and nuts installed in wet wells shall be 316 stainless steel. 5. Flanged fittings shall be of ductile iron with ductile iron flanges. Flanged fittings shall conform to AWWA C110 and ANSI B16.1, as applicable, with a minimum rated working pressure of 150 psi. 6. All ductile iron fittings shall be American (ACIPCO), McWane (Includes Clow), U.S. Pipe (Includes Griffin), or equal. No compact fittings are allowed. 7. Unless otherwise specified, all ductile iron piping and fittings shall be cement mortar lined and asphaltic coated inside. 8. Exterior exposed and interior piping (valve vault) shall be furnished with outside surfaced prepared by blasting in accordance with NAPF 500C-03. Cleaned surfaces shall then be shop-primed. Shop-priming shall be with one coat of Tnemec N69-1255 Hi-Build Epoxoline primer, or equal, applied to a minimum of 5.0 mils dry thickness. Primer used shall be compatible with proposed finish coats; Contractor shall verify. It is the intent of this specification that all piping, supports, and appurtenances shall be furnished shop-primed, clean, and ready to accept finish painting by Contractor with a minimal amount of surface preparation. Preparation and painting shall conform to all requirements and provision specified herein. 9. Unless otherwise specified, piping and fittings in wet wells shall be asphaltic- coated outside. Asphaltic coating shall conform to applicable standards herein for the pipe and fittings.

B. BURIED DUCTILE IRON PIPE AND FITTINGS: 1. Unless otherwise shown or specified, all piping 3-inches in diameter or larger shall be ductile iron conforming to ANSI/AWWA C151/A21.51, with mechanical joints or push-on joints as shown on the drawings. Unless otherwise shown or specified, all piping shall be minimum thickness Class 52 with a minimum rated working pressure of 250 psi for flanged pipe. Pipe wall thickness shall be furnished as required by AWWA C150 for buried piping with the depth of cover as shown on the Plans. 2. The words “Ductile Iron” and the weight and class of pipe shall be plainly marked on each piece of pipe. 3. Except as otherwise specified, underground pipe shall have mechanical joints or push-on joints conforming to AWWA C110 and C111 with vulcanized styrene butadiene rubber gaskets conforming to AWWA C111. Gaskets that include metal locking segments vulcanized into the gasket to grip the pipe and provide joint restraint are not acceptable. Bolts on exterior joints shall be high-strength low-alloy steel (Corten, or equal), conforming to AWWA C111. Certificate to that effect shall be provided. 4. All fittings shall be American Ductile Iron C153, US Pipe Class 350, or approved equal mechanical joint restrained with MEGALUG retainer glands. Thrust blocking is required. 5. Unless otherwise specified, underground piping and fittings shall be asphaltic- coated outside. Cement-mortar lining shall be in accordance with AWWA C104. 6. All buried ductile iron piping and appurtenances shall be polyethylene encased in accordance with AWWA C105.

Pressure and Leakage Testing. All force main pipes, fittings, and valves shall be subjected to a hydrostatic pressure and leakage test of two times (2X) working pressure after installation. Each section of main and connection to be pressure tested shall be carefully filled with water to expel all entrapped air, and the test pressure shall be applied by use of a pump connected to a tap in the pipe. Copper whip shall be provided for flushing, pressure testing, and disinfection. Duration of each pressure test shall be for a period of not less than two (2) hours’ maximum loss (leakage, as per "State Standards"). All testing procedures shall follow City procedures and requirements in addition to those already listed. The taps, corporation stops, and copper pipe shall be one inch (1”) diameter.

LINK-SEAL MECHANICAL SEALS

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. A. Mechanical seals shall be 316 stainless steel Link Seal, or approved equal. Link seals shall be provided with 316 stainless steel bolts, nuts, and fasteners.

B. Sleeve diameter shall be provided and mechanical seals installed as recommend by the manufacturer.

ACCESS HATCHES

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. A. Valve Vault Access Covers:

a. Access covers shall be manufactured by Halliday products, Model No. S1R036036B-P, or approved equal, with hinged and lockable protective grating panel (powder coated, safety orange color). Installation shall be in accordance with manufacturer’s instructions.

b. Two individual watertight aluminum access covers, 36”x36”, shall be provided for the valve vault, with a minimum live load capacity of 300 lbs. per foot and of sizes as shown on the plans. The covers shall include an aluminum fall protection grating, separately hinged for each pump for individual pump coverage. All cover and frame components shall be of corrosion proof materials. All flat surfaces shall be manufactured of 1/4 inch thick aluminum diamond plate. The frame shall be 1/4 inch extruded aluminum. The doors shall open on stainless steel hinges and be held open by a stainless steel locking arm. The doors shall be provided with stainless steel lifting handle and locking bar. The doors shall mount flush to the frame when in the down and locked position.

B. Wet Well Access Covers:

a. Access cover shall be manufactured by Halliday products, Model No. S2R072042BB-P, or approved equal, with hinged and lockable protective grating panel (powder coated, safety orange color). Installation shall be in accordance with manufacturer’s instructions.

b. Individual watertight aluminum access cover shall be provided, one 72”x42” duplex cover for the pumps on the wet well, with a minimum live load capacity of 300 lbs. per square foot and of sizes as shown on the plans. The covers shall include an aluminum fall protection grating, separately hinged for each pump for individual pump coverage. All cover and frame components shall be of corrosion proof materials. All flat surfaces shall be manufactured of 1/4 inch thick aluminum diamond plate. The frame shall be 1/4 inch extruded aluminum. The doors shall open on stainless steel hinges and be held open by a stainless steel locking arm. The doors shall be provided with stainless steel lifting handle and locking bar. The doors shall mount flush to the frame when in the down and locked position.

c. The manufacturer shall supply two stainless steel cable suspension brackets with six eye hooks for mounting in the concrete wet well lid. Hooks shall be supplied to support the lift chain of each pump, the level transducer suspension cable, the high level float switch, and the power cable (for strain relief) of each pump.

EMERGENCY BYPASS PIPE COUPLING SYSTEMS

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. A. The valve vault piping shall include an emergency bypass pipe coupling system (EBPCS).

B. Model No. shall be Porta-Con PC108 manufactured by Porta-Con, or approved equal.

C. The EBPCS shall be connected to a fixed force main from the underside of the pump coupler into the force main piping as shown on the drawings. An isolation valve shall be installed prior to entry into the force main piping to prevent flow from passing through the pump coupler when not in use.

FURNISH AND INSTALL VALVE VAULT PIPING, VALVES, AND APPURTENANCES

This work shall consist of furnishing and installing all replacement valve vault piping, valves, and appurtenances between existing flanges to remain. The new replacement materials include, but are not limited, to the following:

10-INCH DUCTILE IRON PIPE FLANGED (2) 10-INCH SWING CHECK VALVES (4) 10-INCH PLUG VALVES (2) 10-INCH 90 DEGREE ELBOWS (1) 10X10-INCH DIP FLG TEE (1) 10X10-INCH DIP FLG CROSS (1) 10-INCH BLIND FLANGE (2) 10-INCH LINK-SEAL MECHANICAL SEALS EMERGENCY BYPASS PIPE COUPLING SYSTEM STANCHION PIPING SUPPORTS

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Contractor shall submit shop drawings showing new pipe routing and existing pipe removal. Contractor shall be responsible for final pipe routing and shall route new piping as required to minimize conflicts. Piping shown on the drawings is approximate only. Not all existing piping, conduit, equipment, etc. are shown on the drawings.

Materials. A. FLANGED DUCTILE IRON PIPE AND FITTINGS: 1. Materials for flanged ductile iron pipe and fittings shall be in accordance with the provisions of DUCTILE IRON PIPE AND FITTINGS as specified herein.

B. SWING CHECK VALVES: 1. Check valves shall be manufactured by Dezurik/APCO with no exceptions. 2. Model No. shall be APCO CVS-250/250A Swing Check Valves.

C. PLUG VALVES: 1. Plug valves shall Dezurik PEC Plug Valves manufactured by Dezurik/APCO with no exceptions.

D. STANCHION PIPING SUPPORTS: 1. Pipe support spacing and type shall, at a minimum, conform to the manufacturer’s recommendations unless more restrictive requirements are specified or shown on the drawings. All interior or exposed pipelines shall be securely supported by adjustable saddles, brackets, or adjustable hangers supported directly by concrete. Strap hangers, tin clips, or U-hooks will not be acceptable. 2. All piping shall be adequately supported and braced to resist thrust at bends and joints. Use base elbows, poured concrete or rod ties. 3. All supports and parts shall conform to the latest requirements of ASME B31 and shall have a structural safety factor of 5. Accurate weight balance calculation shall be made by the Contractor to determine the required supporting force at each hanger location and the pipe weight load at each equipment connection. The Contractor shall be responsible for the installation and application of the supports.

FURNISH AND INSTALL DUCTILE IRON FORCE MAIN PIPING AND FITTINGS BETWEEN VALVE VAULT AND WET WELL

This work shall consist of furnishing, installing, backfilling, and testing all replacement ductile iron discharge piping, fittings, and appurtenances between the existing valve vault and wet well.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Contractor shall submit shop drawings showing new pipe routing and existing pipe removal. Contractor shall be responsible for final pipe routing and shall route new piping as required to minimize conflicts. Piping shown on the drawings is approximate only. Not all existing piping, conduit, equipment, etc. are shown on the drawings.

Materials. A. DUCTILE IRON PIPE AND FITTINGS: 1. Materials for flanged ductile iron pipe and fittings shall be in accordance with the provisions of DUCTILE IRON PIPE AND FITTINGS as specified herein.

Pipe Bedding: The Contractor shall furnish, place, compact and transport course aggregate gradation CA-7 or CA-11 for pipe bedding to a minimum depth of 6” below the bell of the pipe and 12” above the bell of the pipe. Pipe bedding under the replacement pipe section shall be compacted to prevent settlement and provide support.

Excavated Material Backfill: Backfill trenches with excavated material from trenches, unless granular backfill is required as specified below. Excavated material shall consist of loam, clay or other materials, which, in judgment of Engineer, are suitable for backfilling. Unsuitable backfill materials are not acceptable. Extend backfill from surface of cover material to ground surface, making allowance for surface restoration.

Placing Backfill: The Contractor shall not use frozen material for backfill or place backfill on frozen sub-grade. Care shall be taken to not exert undue stresses on new piping or existing utilities when dumping, spreading, and/or compacting backfill materials. Hand spreading and hand tamping may be required to adequately protect new pipe and existing utilities.

Where pipes leave structures, protect by backfilling pipe influence zone down to undisturbed soil as specified above for support of underground structure. Do not backfill structures until new concrete has properly cured.

Compaction of Backfill: CONTRACTOR shall start trench compaction at the point of lowest elevation of trench and work along the complete length of the trench. Backfill shall be placed around the pipe immediately after installation and inspection unless delay is approved by ENGINEER.

All job excavated material used for backfill shall be mechanically compacted in layers of eighteen inches (18”) maximum, loose measure, to 90% of maximum density as determined by ASTM D698 by ramming or tamping with tools approved by the ENGINEER. Care shall be taken during compaction to prevent disturbance or injury of the pipe and other utilities.

FURNISH AND INSTALL BASES, RAILS, LIQUID LEVEL TRANSDUCER, ACCESSORIES, DISCHARGE AND BYPASS PIPING, FITTINGS, AND APPURTENANCES IN WET WELL

This work shall consist of furnishing and installing bases, rails, pump retrieval system, liquid level transducer, accessories, discharge and bypass piping, fittings, and appurtenances in the existing wet well.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Contractor shall submit shop drawings showing new pipe routing and existing pipe removal. Contractor shall be responsible for final pipe routing and shall route new piping as required to minimize conflicts. Piping shown on the drawings is approximate only. Not all existing piping, conduit, equipment, etc. are shown on the drawings.

Materials. A. All materials shall be compatible with the Vaughan Pump Company Chopper Pump Model No. S4V, unless otherwise specified.

B. GUIDE RAIL SYSTEM: 1. The guide rail system shall include a proof dual guide rail removal system consisting of two stainless steel guide rails as shown on the plan drawings along with cast aluminum bronze pump guide bracket, cast ductile iron discharge elbow with mounting feet and 125 lb. flanges, upper guide rail mounting bracket, and intermediate guide brackets every 10 feet for installation depths over 15 feet deep. System design shall prevent spark ignition of explosive gases during pump installation and removal. 2. Spark Proof Guide Rail System: Provide a non-sparking guide rail system consisting of two stainless steel guide rails, cast aluminum bronze pump guide bracket, cast ductile iron discharge elbow with mounting feet and 125 lb. flanges, upper guide rail mounting bracket, and intermediate guide brackets every 10 feet. System design shall prevent spark ignition of explosive gases during pump installation and removal.

C. TRANSDUCER 1. The liquid level transducer shall be loop powered with 4-20mA output signal directly proportional to the measured level excursion over a factory-calibrated range of zero to 10 feet of water. 2. The transducer shall be of the solid state head-pressure sensing type, suitable for continuous submergence and operation and shall be installed in accordance with manufacturer's instructions. The bottom diaphragm face of the sensor shall be installed 12 inches above the floor of the wet well. The sensor shall be mounted using a 1" vertical stainless steel pipe and cable system at the location shown on the drawings. 3. The transducer housing shall be fabricated of type 316 stainless steel with a PTFE coated elastomeric bottom diaphragm. A hydraulic fill liquid behind the diaphragm shall transmit the sensed pressure to a solid state variable capacitance transducer element to convert the sensed pressure to a corresponding electrical value. A stainless steel diaphragm protector shall be included. 4. The transducer element shall incorporate high over-pressure protection and be designed to withstand intermittent overpressures five times the full scale range being sensed. Metallic diaphragms shall not be acceptable in that they are subject to damage or distortion. 5. The internal pressure of the lower transducer assembly shall be relieved to atmospheric pressure through a heavy duty urethane jacketed hose/cable assembly and a slack PVC bellows mounted in a NEMA 4X enclosure. The sealed breather system shall compensate for variations in barometric pressure and expansion and contraction of air due to temperature changes and altitude as well as prevent fouling from moisture and other corrosive elements. 6. The transducer shall be provided with a cable suspension kit to relieve strain on the electrical cable. Cable shall be equipped with strength members to prevent cable elongation. The Contractor shall provide details of the proper transducer cable length for the installation. 7. The transducer shall include an intrinsically safe barrier. 8. The transducer shall be MEAS KPSI 750, as manufactured by Measurement Specialties.

FURNISH (3) AND INSTALL (2) NEW LIFT STATION PUMPS

This work shall consist of furnishing three (3) and installing two (2) submersible wastewater chopper pumps and associated components, inside of the existing wet well, capable of pumping raw unscreened domestic sewage consisting of water, fibrous material, heavy sludge and other solids found in wastewater pump stations without clogging the pumps, including safety wipes, diapers, rope, plastics, etc. Installation shall be in accordance with manufacturer’s instructions.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. A. 4-INCH SUBMERSIBLE WASTEWATER CHOPPER PUMP 1. These specifications are based on a system manufactured by Vaughan. Pumps shall be Vaughan Chopper Pump model S4V. Bidders may provide Alternative Bids for equipment from other manufacturers by writing their name into the blank(s) provided on the Alternatives Equipment Schedule of Prices form.

Pump Operating Conditions: Design Flow (GPM) 950 Total Dynamic Head (FT) 183 Horsepower 100 Max Allowable Speed (RPM) 1,770 Voltage 3/60/460 Discharge Size (IN) 4” Manufacturer Vaughan Pump Company Pump Model S4V

2. Each pump shall be designed as a completely submersible wastewater “Chopper Pump” capable of pumping raw unscreened domestic sewage consisting of water, fibrous material, heavy sludge and other solids found in wastewater pump stations without clogging the pumps, including safety wipes, diapers, rope, plastics, etc. Pump case, motor housing, impeller, intermediate housing, and backplate shall be constructed from Ductile . The exterior of the pump/motor assembly shall be sandblasted and coated with a primer coat of iron oxide to a minimum of 35 . The surfaces shall be de-greased, cleaned and factory painted with a minimum 5-8MDFT epoxy paint system specially designed for complete submerged installations in domestic wastewater pumping applications. Other pumps not specifically designed and marketed as “Chopper Pumps” and including the features described herein will not be considered equal and are not acceptable for this project. The manufacturer shall provide a minimum of 10 similar reference installations that have been and still are in successful operation for a minimum of 5 years.

B. All fasteners, nuts, bolts, and miscellaneous hardware in contact with the pumped material shall be stainless steel, type 316 or higher. O-ring seals shall be Nitrile rubber (NBR).

C. The pump shaft shall be heat-treated alloy steel. The pump shaft shall directly couple to the motor shaft, with a bolt and keyway.

D. The pump casing shall be of the volute design, spiraling outward to the 125 lb. flanged centerline discharge. The Back plate shall be of the pull-out design and shall incorporate jacking bolts or accurate adjustment of impeller-to-cutter bar clearance. Casing & backplate shall be ductile cast iron with all water passages to be smooth, and free of blowholes and imperfections for good flow characteristics. A pressure tap shall be included on or near the discharge flange. The backplate shall include a replaceable Rockwell C 60 steel cutter adjustable for 0.005-0.015" clearance to cut against the rotating impeller pumpout vanes for removing fiber and debris.

E. The impeller shall be semi-open type with pump out vanes to reduce seal area pressure. Chopping/maceration of materials shall be accomplished by the action of the cupped and sharpened leading edges of the impeller blades moving across the cutter bar at the intake openings, with a maximum set clearance between the impeller and cutter bar of 0.015-0.025" cold. Impeller shall be cast alloy steel heat treated to minimum Rockwell C 60 and dynamically balanced. The impeller shall be keyed to the shaft and shall have no axial adjustments and no set screws.

F. The cutter bar plate shall be recessed into the pump bowl and shall contain at least 2 bars extending diametrically across the intake opening to within 0.010-0.020" of the rotating cutter nut tooth, for the purpose of preventing intake opening blockage and wrapping of debris at the shaft area. Chopper pumps utilizing individually mounted shear bars shall not be acceptable. Cutter bar shall be alloy steel heat-treated to minimum Rockwell C 60.

G. The pump shall include a cutter nut. The cutter nut shall be designed to cut stringy materials and prevent binding using a raised, rotating cutter tooth. The cutter nut shall be cast steel heat treated to minimum Rockwell C 60.

H. The pump shall include an upper cutter assembly threaded into the back pull-out adapter plate behind the impeller, designed to cut against the pump-out vanes and the impeller hub, reducing and removing stringy materials from the mechanical seal area. Upper cutter shall be cast steel heat treated to minimum Rockwell C 60. The upper cutter teeth are positioned as closely as possible to the center of shaft rotation to minimize cutting torque and nuisance motor tripping. The ratio of upper cutter cutting diameter to shaft diameter in the upper cutter area of the pump shall be 3.0 or less.

I. The submersible electric motor shall be UL/FM LISTED EXPLOSION PROOF RATED for Class 1, Group D, Division 1 hazardous locations, rated at 100 HP, 1770 RPM, 230/460 Volts, 60 Hertz, 3 phase, with a 1.15 service factor and Class F insulation. Motor shall be equipped with tandem independently mounted mechanical seals in oil bath and with dual moisture sensing probes. The inner and outer seals shall be separated by an oil-filled chamber. The oil chamber shall act as a barrier to trap moisture and provide sufficient time for a planned shutdown. The oil shall also provide lubrication to the internal seal. The inner seal shall be a standard UL listed John Crane Type 21 or equal, with carbon rotating faces and ceramic stationary faces. The outer seal construction shall be designed for easy replacement. Outer mechanical seal shall be 316 stainless steel metal bellows type with or tungsten carbide faces. Seal shall be positively driven by set screws. Elastomers shall be of Viton®. Motor shall include two normally closed automatic resetting thermostats connected in series and imbedded in adjoining phases. Motor frame shall be cast iron, and all hardware and shall be stainless steel. The motor shall be designed to operate safely within the entire design range of the operating pump curve.

J. The pump shall include stainless steel nameplates attached to the pump and drive motor giving the manufacturer's model and serial number, rated capacity, head, speed and all pertinent data.

K. Surface Preparation shall include a complete and thorough SSPC-SP5 commercial sandblast, followed by sprayed primer system with 3 MDFT zinc-filled primer and finish coated with 3 MDFT epoxy specially designed for long life in continual submerged installation in harsh wastewater applications.

Operation and Maintenance Manuals. Submit Operation and Maintenance Manuals in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Warranty. The pump manufacturer shall warrant the pump for a period of one (1) year, or according to the manufacturer’s warranty statement, whichever is greater.

REMOVE, REPLACE, AND REROUTE GRAVITY SEWER COMPLETE WITH CONNECTIONS TO EXISTING SANITARY MANHOLE, NEW SANITARY MANHOLE, AND EXISTING WET WELL

This work shall consist of the removal and replacement of portions of sanitary sewer between the existing manhole and proposed manhole, and between the proposed manhole and the wet well (including the exterior drop connection outside of the wet well), as shown on the Plans. All work shall conform to the details in the Plans and applicable portions of Divisions II and III of the Standard Specifications for Water and Sewer Main Construction in Illinois except as modified herein.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials: 1. Piping used for the connection between the new sanitary sewer manhole and the wet well, including the exterior drop connection at the wet well, shall be flanged ductile iron piping conforming to the details in the Plans and in accordance with the provisions for DUCTILE IRON PIPE AND FITTINGS specified herein.

2. Pipe Connections to Sewer Manholes: a. Resilient, complying with ASTM C 923. b. Flexible pipe connectors shall be A-Lok flexible boot connectors, or equal. c. Connections to existing sanitary sewer manholes shall be cored.

3. Pipe Connection to Wastewater Lift Station: LINK-SEAL Mechanical seals shall be 316 stainless steel Link Seal, or approved equal. Link seals shall be provided with 316 stainless steel bolts, nuts, and fasteners. Sleeve diameter shall be provided and mechanical seals installed as recommend by the manufacturer.

Testing. Testing of sanitary sewers for acceptability shall be conducted for leakage and deflection in accordance with Section 31 of the Standard Specifications for Water and Sewer Main Construction in Illinois. All ductile iron sewer piping shall be tested for leakage by means of a low pressure air test. All ductile iron sewer shall be tested for deflection by means of the 5% deflection test. The Engineer shall be present during testing procedures.

FURNISH AND INSTALL SANITARY SEWER MANHOLE, TYPE A, 4’-DIA., WITH EXTERNAL DROP CONNECTION

This work shall be in accordance with Section 602 of the Standard Specifications, plan details, and as directed by the ENGINEER.

General. Sanitary sewer manholes shall be of the precast reinforced concrete type and shall comply with ASTM C-478 and be provided with monolithically precast base, unless the requirements of the installation or the Drawings show otherwise. Each manhole shall be provided complete in accordance with the Drawings and the following:

1. All precast concrete manhole sections shall have an exterior bituminous coating.

2. Top: Precast concrete, of cone type, as indicated on the Drawings. Any structure that measures 6.0’ or less from invert to bottom of shall be constructed with a 2.0’ maximum cone height.

3. Base: Precast concrete, with base riser section and separate base slab, as indicated; except that separate base slab shall be provided as required for the application. EZ-Stick gasket or equal shall be installed at all joints.

4. External Joint Sealing Bands: External joint seals to be Mac-Wrap or approved equal, installed at all joints.

5. Pipe Connection to Sewer Manholes: a. Resilient, complying with ASTM C 923. b. Flexible pipe connectors shall be A-Lok flexible boot connectors, or equal.

6. Chimney Seal: External manhole chimney seals shall be Infishield Uni-Band or approved equal.

7. Cast Iron Frames and Lids: Frames shall be EJIW 1022-1 HD or approved equal. All closed lids for sanitary applications shall be indented top design and have the word "SANITARY" and "CITY OF JOLIET" cast into the lid.

Testing. Vacuum Testing of Manholes: Manholes shall be tested before the ring and cover and grade adjustment rings are installed, and after backfill and compaction is complete. Tests shall be performed in accordance with ASTM C1244 and these Specifications.

a. Preparation for tests: 1) All lift holes, joints and other imperfections shall be filled with an approved non-shrink grout, to provide a smooth finish appearance. 2) All pipes entering the manhole shall be temporarily plugged, taking care to securely brace the pipes and plugs to prevent them from being drawn into the manholes.

b. Test procedure: 1) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendation. 2) A vacuum of 10-inches mercury shall be drawn in the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9-inches mercury. 3) The manhole shall pass if the time for the vacuum reading to drop from 10-inches mercury to 9-inches mercury meets or exceeds the values indicated in the following table:

Minimum Test Times for 48" Manhole Depth (ft) Times(s) 8 20 10 25 12 30 14 35 16 40 18 45 20 50 22 55 24 59 26 64 28 69

c. If the manhole fails any test, necessary repairs shall be made by an approved method and the manhole shall be retested until a satisfactory test is obtained.

TEMPORARY CONNECTION TO 4” FORCEMAIN FOR BYPASS PUMPING

This work consists of adjusting the existing 4-inch diameter force main, from the Thunder Ridge Lift Station, and connecting to the existing sanitary sewer manhole to accommodate bypass pumping. All work shall conform to the Standard Specifications for Water and Sewer Main Construction in Illinois.

By-pass pumping of the Thunder Ridge Lift Station, as required for the 4” force main adjustment and temporary connection, will be completed by the City of Joliet for a maximum planned duration of 6 hours.

By-pass pumping, as required during the Edgecreek Lift Station rehabilitation, will be completed by others under separate contract with the City of Joliet for a maximum planned duration of 25 calendar days.

Materials. A. DUCTILE IRON PIPE AND FITTINGS: 1. Materials for flanged ductile iron pipe and fittings shall be in accordance with the provisions of DUCTILE IRON PIPE AND FITTINGS as specified herein.

CONNECT EXISTING 4” FORCEMAIN TO NEW SANITARY SEWER MANHOLE

This work consists of connecting the existing force main to the new sanitary sewer manhole with internal drop connection. All work shall conform to the Standard Specifications for Water and Sewer Main Construction in Illinois.

Materials. A. DUCTILE IRON PIPE AND FITTINGS: 1. Materials for flanged ductile iron pipe and fittings shall be in accordance with the provisions of DUCTILE IRON PIPE AND FITTINGS as specified herein. 2. Piping used for exterior drop connections shall conform to the details in the Plans and in accordance with the provisions for DUCTILE IRON PIPE AND FITTINGS specified herein.

B. PIPE CONNECTORS 1. Pipe Connection to Sewer Manholes shall be A-Lok flexible boot connectors, or equal.

REMOVE, REPLACE, AND REROUTE SUMP PUMP DISCHARGE PIPING

This work consists of replacing the sump pump discharge piping and connecting to the new sanitary sewer manhole as shown on the Plans.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. 1. PVC Piping: a. All sump pump discharge piping shall be constructed of PVC. b. PVC material shall conform to ASTM D1784, Class 12454-B. PVC piping and fittings shall be PVC 1120, Schedule 80, high impact pipe conforming to ASTM D1785 with bells conforming to ASTM D2672. Solvent weld fittings shall conform to ASTM D2467, and for threaded, ASTM D2464. c. All piping shall be approved for use by the National Sanitation Foundation. All pipe delivered to the job site shall be properly marked for type, grade, and design stress rating. Expansion joints shall be provided where needed. In general, all joints shall be solvent weld, except where flanges are required or as shown on the drawings or where transition to another pipe material is required.

FURNISH AND INSTALL VALVE VAULT and WET WELL TOP SLABS WITH ACCESS HATCHES, FALL THROUGH PROTECTION GRATING, AND EMERGENCY BYPASS PUMP COUPLING SYSTEM

This work consists furnishing and installing the rectangular valve vault top slab with a new precast reinforced concrete top slab with two (2) 36”x36” access hatches and one (1) 6” emergency bypass coupling system and furnishing and installing the rectangular wet well top slab with a new precast reinforced concrete top slab with one (1) 72”x42” access hatch and one (1) 6” emergency bypass coupling system as shown on the Plans.

Dimensions of the concrete slab shall be as shown on Drawings. Exact dimensions shall be determined after submittal of shop drawings by the manufacturer.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Contractor shall submit shop drawings showing all top slab penetrations, new access hatches, and bypass coupling layout. Contractor shall be responsible for final equipment layout and shall arrange new equipment and materials as required to minimize conflicts.

Materials. Materials incorporated in the new work shall be in accordance with the provisions for ACCESS HATCHES and EMERGENCY BYPASS PIPE COUPLING SYSTEMS as specified herein in addition to the following:

1. Precast slab shall be in accordance with Section 504 “Precast Concrete Structures.”

2. Concrete shall be in accordance with Section 503 “Concrete Structures.”

3. Reinforcement bars shall be in accordance with Section 508 “Reinforcement Bars.”

4. Neoprene expansion joint shall be in accordance with Section 520 “Bridge Expansion Joints.”

5. and grout anchor rods shall be in accordance with Section 509.06 “Setting Anchor Rods.”

6. Anchor rods shall be in accordance with Section 521.06 “Anchor Bolts, Rods, and Side Retainers.”

Execution. Removal of the existing top slabs shall be accordance with the provisions for DEMOLITION as specified herein in addition to the following:

1. Removal of top slab shall be in accordance with Section 501 “Removal of Existing Structures.”

2. Existing concrete walls to be joined with the new concrete top slab shall be protected during the removal of the existing top slab. The exterior exposed surface of the wall to remain shall be neatly sawcut to a minimum depth of 1-inch prior to removing the existing top slab. Existing concrete surfaces to be joined with new concrete surfaces shall be thoroughly cleaned and roughened to minimum 1/4-inch amplitude. Provide neoprene between existing and new concrete where watertight construction is required.

CONTROL CABINET FOUNDATION AND CONCRETE PAD

This work consists of installing a 36-inch concrete controller cabinet foundation and 5-inch concrete working pad in accordance with the dimensions shown in the Plans.

Dimensions of the foundation and concrete slab shall be as shown on Drawings. Exact dimensions shall be determined after submittal of shop drawings by the manufacturer. The concrete equipment pad shall be arranged for electrical conduit entry to the generator as required.

General. The concrete working pad shall be placed on 4 inches of compacted granular subbase, crushed CA-6. Aggregate base course will not be paid for separately, but shall be considered included in the cost of the associated item. The Engineer shall observe existing or compacted subbase material prior to the concrete pour.

Class SI concrete shall be consolidated in a manner, such as vibrating or rodding, to eliminate voids in the face of the concrete. The finished surface shall have a broomed texture. Curing and protection shall be in accordance with Article 1020.13(a) and 1020.13(c) and shall have white pigment added.

The foundation shall be allowed to set and cure for seven (7) days before the cabinet is set, unless otherwise directed by the City’s representative, during which the time the anchor bolt ends and exposed concrete shall be protected from mechanical and weather damage.

Anchor bolts size and placement shall be installed as detailed in the Plans and in accordance with Manufacturers recommendations.

All conduits shall enter the foundation at a depth of 30” or greater. All penetrations shall be monolithically cast-in-place.

PLACEMENT OF CONCRETE PAD TO SUPPORT ODOR CONTROL SYSTEM

This work consists of installing a 5-inch concrete pad in accordance with the dimensions shown in the Plans. Foundations shall be constructed in accordance with the details in the Plans.

General. The concrete pad shall be placed on 4 inches of compacted granular subbase, crushed CA-6. Aggregate base course will not be paid for separately, but shall be considered included in the cost of the associated item. The Engineer shall observe existing or compacted subbase material prior to the concrete pour.

The finished surface shall have a broomed texture. Curing and protection shall be in accordance with Article 1020.13(a) and 1020.13(c) and shall have white pigment added.

FURNISH ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION

This work consists of furnishing all electrical and SCADA control components, programming and integration services to provide a functional system as detailed herein. Specific components that comply with the City’s requirements and existing SCADA system shall include the programmable logic controller (PLC), operator interface terminal (OIT), Uninterruptable Power Supply (UPS), instrumentation and communications equipment are as specified herein.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Provide wiring diagrams, equipment ratings, dimensions, and finishes for all proposed devices and equipment.

Materials.

1. JUNCTION BOX:

A. In order to facilitate removal of the pumps, (2) NEMA 4X stainless steel lockable junction boxes shall be provided outside of the wet well. The contractor shall feed the motor leads, control leads (seal leak detector and motor high temperature sensor wires), float switch and transducer cable through the wet well into the junction box. The wires shall be joined to wires from the control panel at this point. The low voltage level control cables shall be isolated in a separate junction box and in separate conduits from the high voltage cables.

2. CONTROL SYSTEM:

A. All control panels shall be constructed in strict accordance with Underwriters Laboratory (UL) Standard 508 “Industrial Control Equipment.” The panels shall be shop inspected by UL, or constructed in a UL recognized facility. All panels shall bear a serialized UL label indicating acceptance under standard 508 and under enclosed industrial control panel or service equipment panel. In addition, a photocopy of the UL labels for this specific project shall be transmitted to both the project engineer and the contractor for field installation within their permanent project files, prior to shipment of the equipment covered under these specifications.

B. The control system shall be pad mounted adjacent to the lift station. The control equipment shall be provided in a NEMA 4X a dead-front two door double sided (two doors on each side) freestanding stainless steel enclosure with leg kit, suitable for pad mounting. The system shall be specifically designed to prevent Arc-Flash dangers.

C. The pump controller, control switches, pilot lights and elapsed time meters shall be mounted in a separate section, with an inner sub-door observable and operable without accessing the high voltage section of the main enclosure. Power shall be supplied to the main panel fused disconnect switch in a separate isolated section with three phase service direct from the meter head and main disconnect. Single phase 110 VAC service shall be provided for the control circuitry and convenience receptacle, via the main power entering, from the utility company and then stepped down with a control power transformer.

D. Individual NEMA Rated circuit breakers and motor starters shall be provided for each pump. The motor starters shall be soft-start motor starters. Overload protection shall be provided for each pump motor.

E. Thermal magnetic air circuit breakers shall be provided for branch disconnect service and short circuit protection of all motor control and auxiliary circuits.

F. Each main sewage pump motor shall be provided with variable frequency drives to allow for varying the pump output capacity to match the incoming flow demand. An automatic by-pass shall be provided using soft-start motor starters, in the event a VFD would fail, the system will switch over to continue on/off control service for the pumps using the soft start motor starters. All main components shall be labeled and a coded wiring diagram shall be provided.

G. Non-resettable six digit elapsed time meters shall be provided for each pump to monitor the cumulative operating time of the pump.

H. A three position switch for Hand/Off/Auto operation shall be provided for each main sewage pump.

I. Push to Test Pilot Lights (30mm, oil tight) shall be provided to indicate: 1. Control Power On (Green) 2. High Water Alarm (Red) 3. Low Water Alarm (Red) 4. Bypass Float Controls Active (Green) 5. Pump Running (2) "Green" 6. Moisture Sensor Activated (2) "Red" 7. Motor High Temperature Sensor Activated (2) "Red" 8. Power failure (1) Red 9. Phase failure (1) Red

J. The control system shall be protected by a three phase monitor including phase reversal detection. Upon loss of phase or reversal of phase, the control logic shall shut down all circuits to the pumps and remain shut down until return of phase to normal condition.

K. The controls shall be provided with time delay starting to prevent overload due to simultaneous pump starting. The delay shall be adjustable and shall be set to prevent the pumps from starting less than five seconds apart while operating through normal utility supplied power.

L. The controls shall be designed to prevent two pumps running simultaneously while the station power is being provided by the station stand-by power generator.

M. The control panel shall include a trouble light with switch on the inside subdoor of the enclosure.

N. A condensation heater with thermostat shall be provided inside the enclosure.

O. A GFI type duplex convenience outlet shall be provided in the control panel. The convenience outlet shall be wired to a separate 15 amp circuit breaker. The transformer shall be sufficient to provide power for hand tools, lighting, etc..

P. The control system shall be supplied with a lightning and surge arrestor wired into each of the three legs of the three phase service.

Q. The control system shall be provided with an adequate cooling system in to prevent overheating.

R. A new 400 Amp Cummins/Onan Automatic Transfer Switch, or approved equal, shall be provided in a separate section of the main control panel enclosure to be used with the existing stand-by power generator. The new ATS shall include Modbus communication capability to interface with the Allen Bradley PLC in the pump station controls for remote monitoring and communication.

3. CONTROLLER

A. The controller shall be an Allen Bradley Micrologix 1400 with Ethernet port and I/O as required to match the City’s SCADA/Control requirements. The controller shall include a serial port capable of supporting Modbus communications to interface with the ATS. The system shall include a color HMI touch screen located on the inner sub panel door. HMI touch screen shall be 5.6” TFT LCD (65536 colors) touchscreen, model DOP-B05S11 as manufactured by Delta Electronics, Inc.

B. The controller shall be programmed to provide automatic starting/stopping and alternation of the sewage pumps and complete lift station control.

C. The pump/alarm Controller shall accept a, level-proportional analog input signal and provide and display level-differential automatic operation of two pumps and high and low level alarms.

D. The Controller shall display the sensed control level on a digital display. The level shall be calibrated for a 0-10/0-20 foot range.

E. The Controller shall operate directly with the level sensing transducer on normal operation and automatically switch over to back up float operation if the transducer fails.

F. The controller shall include programming sequences for ON/Off level for each pump as well as automatic alternation. The pumps shall alternate lead/lag status after each pumping cycle. The control sequence for the pumps shall include ramping sequences based on liquid level and controlling the pumps in single or dual operation as required matching flow during high flow events when the normal station utility power is in use. If normal utility power fails, the controller shall be programmed to allow only one pump to operate under stand-by generator power.

G. The controller shall include low and high level alarm programming sequences with on/off level for each setting for both transducer and back-up float operation.

H. The controller shall sense HOA off positions and adjust the alternation sequence so the operating pump is always the lead pump if one pump is switched off. The controller shall be provided with an input switch to identify which operating sequence will govern automatic operation, single pump or two pump operation.

I. The control panel shall be provided with space for a Sierra Wireless Airlink GX450 Mobile Gateway and N-Tron 105TX five port unmanaged network switch as provided by the City. The Contractor shall coordinate the installation of the equipment with the City. Power supplies and distribution within the panel shall be sized to provide power to this equipment. These provisions shall be shown on the shop drawings.

J. HMI touchscreen shall be programmed with graphics identical to the graphics on the City’s existing lift station HMI touchscreen.

K. Following are the main contacts that must be transmitted back to the main control panel as a minimum: Pump Run Signals (2) Power Fail Signal (1) Pump Failure Signals (2) High Wet Well Level (two each, transducer and float) Low Wet Well Level (two each, transducer and float) Back-Up Float Operation Active (1) Pump Station Flow Rate (1) Pump Over-Temp (2) Pump Seal Fail (2) Generator Run Signal (1) Generator Trouble (1) Generator Emergency Stop (1) Transfer Switch in Standby Position (1)

4. REDUNDANT HIGH ALARM/PUMP CONTROL

A. An independent high level alarm and redundant control capability with features hereinafter listed shall be provided in addition to the specified primary control system.

B. The independent alarm/control panel equipment shall be designed to UL508 Industrial Control Panel standards and shall incorporate a 120 VAC input transformer with transient protection, a fused primary and a DC power supply with limited 12 VDC to supply the level sensing float circuits. The control shall be used here with a high level float switch arranged in the wet well at a higher elevation than the normal operating range of the primary control and alarm and a low level float switch for pump stopping. The float switches shall be mounted in the wet pit in accordance with manufacturer’s instructions or as shown on the plans. The front face of the Controller shall incorporate a High Level Alarm, LED, a Control Turn-On LED, a Control-Hold LED, a Control Contacts LED and a time adjustment with a 0 to 5 minute range.

C. Upon the occurrence of a high level condition sensed by the high alarm float, the High Level Alarm red LED shall light, a form C SPDT alarm output contact circuit shall transfer to operate the specified alarm devices and two (2) form A, normally- open, redundant-control (10 amp/240 VAC) circuits shall close to provide redundant pump operation. These control circuits shall be wired in parallel with the primary control system two-wire control circuits to provide a redundant capability. As the level recedes from the high- level float, the alarm contact shall return to its normal state; however, the redundant control contacts are to continue to operate during the time period setting of the off-delay timer or until the wet well level recedes below the low level stop float.

D. The Control Turn-On and Control-Hold LEDs and circuitry allow two additional floats to be used with the CB1000 to provide differential-level automatic control in addition to the High-Level Alarm capability. When the differential level pump control is in use, the High Level Alarm circuitry is not generally connected to activate the control circuits in the redundant mode here described.

E. The redundant control/alarm capability shall be completely integrated in the specified control panel and system as described and in accordance with all applicable codes and job requirements.

F. The logic/relay assembly and level-sensing means to perform the described functions shall be a Model CB1000 Controller and floats, or approved equal.

G. Time delay and replay logic shall be included to prevent simultaneous starting of the pumps.

H. The back-up float switches shall be of the non-mercury operating type and be capable of being wired for either, NO or NC operation. The floats shall be Mini- Floats as manufactured by Anchor Scientific, or approved equal. The floats shall be weighted for proper operation in sewage applications. The contractor shall verify the required float switch cable lengths.

I. A stainless steel chain suspension mounting kit with 20 lb. weighted anchor shall be supplied with individual float mounting hardware.

J. The back-up float system shall include intrinsically safe barriers.

5. EQUIPMENT GROUNDING

A. Each electrical equipment item shall be properly grounded in accordance with Article 250 of the NEC and Section 806 of the Standard Specifications for Road and Bridge Construction. All ground wires from installed equipment shall be in conduit and shall lead back to the control panel to a plated aluminum ground buss specific for grounding purposed and so labeled. The ground buss shall be complete with a lug large enough to accept the installing electrician’s bare copper earth ground wire. The buss shall serve as a bond between the earth ground and the equipment ground wires.

B. Materials shall be according to the following Articles of Section 1000 – Materials of the Standard Specifications.

Item Article/Section a) Copper Ground Wire 1087.01 (a) b) Ground Rod 1087.01 (b)

C. Ground rods shall be driven so that the tops of the rod are 24 inches below finished grade, except where indicated that ground rods shall be installed through concrete foundations. Where indicated, ground wells shall be included to permit access to the rod connections.

D. Where a ground field of "made" is provided, such as at control cabinets, the exact locations of the rods shall be documented by dimensioned drawings as part of the Record Drawings.

E. Below grade ground rod connections shall be made by exothermic welds. Ground wire for connection to foundation steel or as otherwise indicated shall be stranded uncoated bare copper in accordance with the applicable requirements of ASTM Designation B-3 and ASTM Designation B-8 and shall be included in this item. Unless otherwise indicated, the wire shall not be less than No. 2 AWG.

Warranty. The manufacturer shall provide a warranty for a period of one (1) year, or according to the manufacturer’s warranty statement, whichever is greater.

COMED COORDINATION, INSTALL COMED METER, ELECTRICAL DISCONNECT, AND GROUNDING TO COMED SOURCE

This work consists of installing all necessary appurtenances for connecting to the electrical service identified by the Electric Utility Company in accordance with Section 804 of the Standard Specifications and as specified herein.

The CONTRACTOR is responsible for coordinating work with the Utility Company both as to the work and the time of the installation. No additional compensation will be granted, under this or any other item for extra work caused by failure to meet this requirement.

All costs for temporary service, temporary routing of piping, or any other requirements of a temporary nature associated with the utility service shall be included in the base bid.

INSTALL ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION

This work consists of installing all electrical and control components detailed in the provisions for FURNISH ELECTRICAL DISCONNECT, PUMP CONTROLS, ENCLOSURE CABINET, PANEL, CONDUIT, WIRE, AND ALL ELECTRICAL CONTROL COMPONENTS FOR LIFT STATION including, but not limited to, the electrical disconnect, pump controls, enclosure cabinet, control panel, underground conduit, wire, junction boxes and associated appurtenances in accordance with manufacturer’s directions for a functional system as detailed herein.

Qualification Requirements. Installer: The contracting firm shall have five (5) years or more experience on projects with electrical wiring installation work similar to that for the project.

General.

1. Install all work in strict accordance with the requirements of UL Standard 508 and the National Electric Code (NEC) latest revision so as to afford a measure of security as to the ability of the eventual owner to safely operate the equipment. No exceptions to the requirements of these codes and standards will be allowed; failure to meet these requirements will be cause to remove the equipment and correct the violation.

2. Installation of equipment shall include installing all interconnecting wiring between all major equipment provided for the pump control system.

3. Equipment shall be initially started and operated by representatives of the manufacturer.

FURNISH AND INSTALL DISCHARGE PRESSURE TRANSMITTER

This work shall consist of furnishing and installing a discharge pressure transmitter with an analog signal connected to the PLC for monitoring the force main discharge pressure.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Materials. Gems 1600 discharge pressure transmitter, Model No. P/N 1600BGF60023GA, or approved equal.

PROTECTIVE LINING FOR STRUCTURAL AND CORROSION PROTECTION FOR SANITARY SEWER AND WASTEWATER STRUCTURES TEG Rev. 04/18/16

This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete, metal and masonry structures and other underground vaults by monolithic spray-application of a high-build, rigid and solvent-free polyurethane coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity as required. Requirements for surface preparation, cleaning, application and testing are described herein.

PART 1. GENERAL

1.01 SECTION INCLUDES

A. Requirements for surface preparation, repairs and solvent-free rigid polyurethane material application to specified surfaces.

1.02 RELATED SECTIONS

A. Concrete Repair.

B. Environmental, Health and Safety.

1.03 REFERENCES

A. ASTM D638 - Tensile Properties of Plastics.

B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics.

C. ASTM D695 - Compressive Properties of Rigid Plastics.

D. ASTM D 7234 (Concrete) - Pull-off Strength of Coatings Using a Portable ASTM D 4541 (Steel) AdhesionTester.

E. ASTM D2584 - Volatile Matter Content.

F. ASTM D2240 - Durometer Hardness, Type D.

G. ASTM D543 - Resistance of Plastics to Chemical Reagents.

H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars.

I. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete.

J. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars.

K. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA.

L. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA.

M. Los Angeles County Sanitation District – Evaluation of Protective Coatings for Concrete.

N. ASTM F1216 (Including Appendix XI): Design Parameters for Buried Structures (structural rehabilitation) utilizing the External Buckling Equation for thickness determination.

O. ASTM D2990: Test Methods for Tensile, Compressive and Flexural Creep and Creep Rupture in Plastics

P. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as “The Greenbook”).

Q. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX.

1.04 SUBMITTALS

A. The following items shall be submitted:

1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications.

2. Material Safety Data Sheets (MSDS) for each product used.

3. Project specific guidelines and recommendations.

4. Applicator Qualifications:

a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. Certification letter shall be dated within six months of bid date.

b. The Applicator shall provide four (4) references which demonstrate previous successful projects completed for the specified structural protective coating system or comparable, during the last two (2) years.

c. Certification that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment.

d. Proof of any necessary federal, state or local permits or licenses necessary for the project.

5. Structural Design: a. Third party testing verifying the short term Modulus of Elasticity used on this project, minimum of 735,000 psi.

b. Third party testing verifying Flexural Strength used on this project, minimum 14,000 psi.

c. Third party testing verifying long term Flexural Modulus of Elasticity, minimum of 529,000 psi. This third party testing will verify the long term reduction factor (Creep Analysis) of a minimum of 50%. This long term reduction factor verification shall be conducted utilizing ASTM D2990-01 via a third party, independently certified laboratory.

1.05 Design Conditions

The following design conditions shall be assumed for all structures being rehabilitated with the approved resin system:

Parameter Design Requirement

1. Structure Condition Partially Deteriorated, based on condition of the existing structure. 2. Soil Type Saturated/Unsaturated 3. Design Thickness ASTM 1216-Appdx. XI 4. Ovality Not greater than 2% 5. Soil Load 120 lbs/cu. ft. 6. Traffic Load AASHTO-HS-20-44 Highway 7. Soil Modulus >500 psi.<1000 psi. 8. Safety Factor 2.0 9. Soil Cover Distance from grade to invert of conduit 10. Water Table Same as Soil Cover unless changed by Owner or Owner’s Agent.

Wall thickness design calculations for each structure to be rehabilitated utilizing the specified resin technology systems shall be submitted with all qualified bids, along with supporting formulas that document that version of formula used. Additionally, product specific strength values, including the short term flexural modulus and the long term flexural modulus strength, shall be substantiated by third party testing which will be submitted with all qualified bids. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long term test with respect to the initial flexural modulus and the long term reduction factor used in design.

1.06 QUALITY ASSURANCE

A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Materials are to be kept dry, protected from weather and stored under cover.

B. Protective coating materials shall be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants.

C. Protective coating materials shall be handled according to their material safety data sheets.

1.08 SITE CONDITIONS

A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities.

B. Method statements and design procedures shall be submitted to the Owner when confined space entry, flow diversion or bypass is necessary in order for Applicator to perform the specified work.

1.09 WARRANTY

A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner.

PART 2. PRODUCTS

2.01 EXISTING PRODUCTS

A. Standard Portland cement or new concrete (not quick setting high strength cement) shall be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself. The Engineer may require pull tests to determine suitability of concrete or metal for coating)

B. Cementitious patching and repair materials shall not be used unless their manufacturer provides information as to its suitability and procedures for topcoating with the approved coating. Project specific submittals shall be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the approved coating.

C. The contractor shall remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings.

2.02 MANUFACTURERS

A. Sprayroq, Inc. (SprayWall®) or approved equal.

2.03 REPAIR MATERIALS

A. Repair materials shall be used to; fill voids, bugholes, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the Engineer and protective coating applicator. Repair materials must be compatible with the specified coating and shall be applied in accordance with the manufacturer’s recommendations.

B. The following products shall be accepted and approved as compatible repair basecoat materials for approved topcoating for use within the specifications:

1. 100% solids, solvent-free grout specifically formulated for approved topcoating compatibility. The grout manufacturer shall provide instructions for trowel or spray application and for approved topcoating procedures.

2. Factory blended, rapid setting, high early strength, non-shrink cementitious or epoxy repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for approved topcoating. Such repair mortars shall not be used unless their manufacturer provides information as to its suitability for topcoating with the approved topcoating. Project specific submittals shall be provided including application, cure time and surface prepration procedures which permit optimum bond strength with the approved coating.

The Applicator shall assume one (1) full day with one (1) full crew (3-person crew) for installation of all cementitious repair/resurfacing products used as concrete surface repair. This shall include the cost of Rapid Set Repair Mortar that can be expected to be applied in one full day.

The cost of any additional labor and materials necessary to perform concrete repairs beyond one (1) full day shall be paid for as Time and Material under the CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING.

3. In the case of excessive infiltration, hyrophilic grout shall be used to stop the flow of the infiltration.

Approved materials to stop visible infiltration at cracks are the following: Avanti AV- 202 Multigrout Urethane Resin or approved equal. This hydrophilic grout product specifically formulated for leak control, shall be used to stop minor water infiltration and shall be mixed, handled, and applied according to manufacturer's recommendations. This material shall be installed using the V-PAT process according to Avanti’s V-PAT Technical Manual following the following steps:

1. Identify and clean 2. Locate 3. Drill at 45 degrees angle towards the crack 4. Remove Debris 5. Install Injector 6. Pump Water 7. Pump Resin 8. Continue Injection 9. Completion

The labor and installation required for any hydrophilic grout, chemical grout, or injection packers used to stop visible infiltration, where required, shall be paid for separately as Time and Material under the CONTINGENT CASH ALLOWANCE FOR WET WELL GROUTING. Bidder shall submit a detailed pricing sheet in a letter attached to the bid for providing any hydrophilic grout, chemical grout, or injection packers which may be used to stop visible infiltration.

2.04 PROTECTIVE COATING MATERIAL

A. The resin based material shall be used to form the sprayed structurally enhanced monolithic liner covering all interior surfaces of the structure, including benches and inverts of manholes. The finished liner shall be SprayWall® as manufactured by Sprayroq, Inc. or approved equal and conform to the minimum physical requirements listed below. The physical requirements must be verified by an independent, certified, third party testing laboratory within the last five years and must be submitted with the bid package. Any bid package not including the verifiable, independent third party testing shall be ruled non-responsive and will be rejected.

Compressive strength ASTM D 695 > 18,000 psi Tensile strength ASTM D 638 > 7,450 psi

Bond (Concrete) ASTM D7234 > 200 psi Or Substrate Failure Bond (Steel) ASTM D4541 > 1,600 psi

Flexural modulus (initial) ASTM D 790 > 735,000 psi

Density 87 ± pcf

Chemical Resistance: ASTM D543 Severe Municipal Sewer: All types of service

B. When the wall of the resin based liner shall be structurally designed to withstand the hydraulic load generated by the groundwater table the long term (50yr) value of the flexural modulus of elasticity will be utilized to calculate the thickness of the structural liner. The initial flexural modulus of elasticity (short term) of the submitted resin material shall be utilized with the long term deformation percentage as determined by ASTM D2990 in the design equation outlined in ASTM 1216-07b, Appendix X1. The value of the long term flexural modulus of the proposed product will be certified by an independent, certified, third party testing lab, independent of the Manufacturer and submitted with the bid package. [The definition of long term value will be identified as initial flexural modulus of elasticity less the reduction in value caused by Creep over a fifty (50) year minimum period and verified by third party DMA testing(ASTM D2990).] All design submittals will include this certified third party DMA testing (ASTM D2990) value in their respective design calculations for each structure being rehabilitated.

2.05 PROTECTIVE COATING APPLICATION EQUIPMENT

A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified protective coating.

2.06 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT

A. Spray applied repair mortars shall be applied with manufacturer approved equipment.

PART 3. EXECUTION

3.01 ACCEPTABLE APPLICATORS

A. Repair mortar or grout applicators shall be trained to properly apply the cementitious mortar or hyrophilic grout according to manufacturer's recommendations.

B. Protective coating shall be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications.

Certified Applicator:Spectrum Contracting Corporation 815 Beech St. Grafton, WI 53024 Contact: Tony Lee Phone: 312/208-1849

3.02 EXAMINATION

A. Bypass pumping is to be performed by others under separate contract with the City of Joliet. The construction schedule and all required interruptions of flow through manholes, wet wells, pump stations or any other portion of the plant sanitary sewer system shall be coordinated with and approval received from the City of Joliet prior to the interruption.

B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety.

C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. Flows should be totally plugged and/or diverted when coating the invert. All extraneous flows into the manhole or vaults at or above the area coated shall be plugged and/or diverted until the coating has set hard to the touch. As an option, hot air may be added to the manhole to accelerate set time of the coating.

D. Pipe joint seals shall be installed in accordance with the details in the Plans and no leaks may be present prior to commencing and during work.

E. Installation of the protective coating shall not commence until the concrete or metal substrate has properly cured in accordance with these specifications. Cementitious products must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for Portland based products. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself. Engineer may require pull tests to determine suitability of concrete or metal for coating)

F. Temperature of the surface to be coated should be maintained between 70 deg F and 110 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated.

3.03 EXAMINATION/CONSTRUCTION SEQUENCING

The sequence of construction shall follow the below listed steps after a successful bypass pumping operation is established, removal of the flat top of the existing wet well or manhole, and removal of all mechanicals, wastewater pumps, piping, electrical appurtenances, etc.

A. The lining CONTRACTOR shall mobilize equipment for cleaning and preparation. B. Set up confined space entry, scaffolding, and ventilation as necessary. C. Prepare wall and invert surfaces according to SURFACE PREPARATION. D. Repair and fill voids: The contractor shall apply Cementitious Repair/Resurfacing Products using one of the approved patching materials. Visible and Active Leaks shall be stopped using hydrophilic grout according to manufacturer's recommendations, and APPLICATION OF REPAIR MATERIALS. E. Repair and seal bench trough/inverts: After repairing and filling voids and preparations are complete, remove all loose material and wash again. Any bench or invert repairs shall be made at this time using the quick-setting patching mix. F. Do not proceed with Epoxy Coating Installation until Cementitious Repair/Resurfacing Products have achieved the full cure time (28 day cure) according to manufacturer's recommendations. G. Install protective lining according to APPLICATION OF PROTECTIVE LINING H. Allow curing according to manufacturer’s recommendations.

3.04 SURFACE PREPARATION

A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating.

B. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed.

C. All concrete or metal that is not sound or has been damaged by chemical exposure shall be removed to a sound surface or replaced.

D. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the resin protective coating to be applied.

E. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a high pressure water cleaning using equipment capable of a minimum 4,000 psi at 3.5 gpm with a turbo head jet nozzle. Other methods such as high pressure water jetting (refer to NACE Standard No. 5/SSPC-SP12), abrasive blasting, shotblasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged.

F. Infiltration shall be stopped by using as specified herein section 2.03 REPAIR MATERIALS using products which are compatible with the specified protective coating.

G. The area between the manhole and the manhole ring and any other area that might exhibit movement or cracking due to expansion and contraction, shall be grouted with Avanti AV-202 Multigrout Urethane Resin or approved equal. This hydrophilic grout product specifically formulated for leak control, shall be used to stop minor water infiltration and shall be mixed, handled, and applied according to manufacturer's recommendations. This material shall be installed using the Expanded Gasket Placement Technique (EGP) process

H. Surfaces to receive protective coating shall be dry to the touch and or with no visible dampness. This is to insure maximum adhesion to the substrate. If required, drying may be accomplished by a minimum of 20 minutes of a heated, forced air blower. The drying shall be to the specification dictated by the resin manufacturer and its trained applicator.

I. Surfaces to receive protective coating shall be prepared with a series of grooves cut into the substrate at a spacing and depth determined by the manufacturer to “key” or lock the protective coating to the substrate

J. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied.

3.05 APPLICATION OF REPAIR MATERIALS

A. Areas where has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations.

B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to Owner's requirements and manufacturer's recommendations.

C. If using approved cementitious repair materials, such shall be trowelled to provide a smooth surface with an average profile equivalent to coarse 60 grit to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar.

D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified protective coating.

E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating certified applicator to ensure proper finishing for suitability to receive the specified coating.

F. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the approved coating.

G. All surfaces should be inspected during and after preparation and before the protective coating is applied.

3.06 APPLICATION OF PROTECTIVE LINING

A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment.

B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order.

C. The protective coating material must be spray applied by a Certified Applicator of the protective coating manufacturer.

D. Specified surfaces shall be coated by spray application of a solvent-free, 100% solids, rigid polyurethane structural lining as further described herein.

E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. The air source is to be filtered to completely remove all oil and water.

F. If necessary, subsequent topcoating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded.

G. When groundwater loading is not an issue and only a corrosion barrier is required, the rehabilitation lining shall be installed to the thickness necessary to qualify as a monolithic (void free) liner. The roughness of the substrate will dictate the thickness needed to create the monolithic liner and eliminate any opportunity for voids in the lining. The minimum value for coating thickness for corrosion protection for non-structural rehabilitation shall be 125 mils and structural shall be a minimum 250 mils.

3.07 TESTING AND INSPECTION

A. High Voltage Spark Test. After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment. This test is critical when applied to corrosion protection applications (i.e. mil coatings less than 250 mils). Applications above 250 mils do not need spark testing. Surface shall first be dried, an induced holiday shall then be made on to the coated concrete or metal surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendations.

B. Adhesion Testing. The adhesion tests shall be performed on a minimum of one or 10% of all rehabilitated structures, which ever is greater, or as shown on the Plan and/or specified in the Special Provisions. Adhesion testing shall be conducted after the lining or coating system has cured per manufacturer instruction and in accordance with ASTM D4541(Steel) or ASTM 7234(Concrete). Adhesion is critical for proper performance of a corrosion barrier (i.e. < 250 mils) Applications above 250 mils do not need adhesion testing. A minimum of one 20 mm dolly shall be affixed to the lined surface of the structure at the upper section or cone area, mid section and at the bottom, unless otherwise specified in the Special Provisions. Each testing location shall be identified by the Engineer. The adhesive used to attach the dollies to the liner shall be rapid setting with tensile strength in excess of the liner material and permitted to cure in accordance with manufacturer recommendations. The lining material and dollies shall be adequately prepared to receive the adhesive. Prior to pull test, the Contractor shall utilize a scoring device to cut through the coating until the substrate is reached. Extreme care shall be required while scoring to prevent micro cracking in the coating, since cracks may cause failures at diminished strengths. Failure due to improper dolly adhesive or scoring shall require retesting. The pull tests in each area shall meet or exceed 200 psi. and shall include subbase adhered to the back of the dolly or no visual signs of coating material in the test hole. Pull tests with results between a minimum 150 psi and 200 psi shall be acceptable if more than 50% of the subsurface is adhered to the back of the dolly. A test result can be discarded, as determined by the Engineer, if there is a valid nonstatistical reason for discarding the test results as directed by Sections 8.4 and 8.5 of ASTM D4541 and ASTM 7234. If any test fails, a minimum of three additional locations in the section of the failure shall be tested, as directed by the Engineer. If any of the retests fail, all loosely adhered or unadhered liner in the failed area, as determined by the Engineer, shall be removed and replaced at the Contractor’s expense. If a structure fails the adhesion test, one additional structure or 10% of the initial number of structures selected for testing shall be tested at the discretion of the Engineer and/or as specified in the Special Provisions.

NOTE: The mil thickness will be measured and confirmed with the scored and pulled test samples. In structural repairs (partially or fully deteriorated design assumptions), it is critical to confirm the design thickness with the pulled sample as adhesion is not assumed in the ASTM 1216 design. The primary purpose of the pull test in structural rehabilitation is to confirm applied thickness, not adhesion. Any derived adhesion is further enhancement to the final installation strength of the rehabilitated structure.

C. A final visual inspection shall be made by the Engineer and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator.

D. The municipal sewer system may be put back into non-severe operational service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 4 to 8 hours may be necessary prior to returning to service. Consult coating manufacturer for further details.

FIELD PAINTING NEW DUCTILE IRON PIPING AND FITTINGS IN VALVE VAULT AND WET WELL

This work consists of preparing and painting new ductile iron piping and fittings in valve vault and wet well. Preparation and painting shall conform to all requirements and provision specified herein.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Preparation. Exterior exposed and interior piping (valve vault) shall be furnished with outside surfaced prepared by abrasive blasting in accordance with NAPF 500C-03. Cleaned surfaces shall then be shop-primed. Shop-priming shall be with one coat of Tnemec N69-1255 Hi-Build Epoxoline primer, or equal, applied to a minimum of 5.0 mils dry thickness. Primer used shall be compatible with proposed finish coats; Contractor shall verify. It is the intent of this specification that all piping, supports, and appurtenances shall be furnished shop-primed, clean, and ready to accept finish painting by Contractor with a minimal amount of surface preparation.

Valve Vault Piping. Exposed valve vault piping shall receive a full intermediate coat of Series 69, Sherwin Williams DURA-PLATE 235 or Devoe Bar-Rust 231 on all steel prior to the final coat. The final coat shall be Tnemec 1074 Endura-Shield II Polyurethane, Sherwin Williams ACROLON 218 HS Acrylic Polyurethane, or Devoe Devthane 379. Owner will decide final color.

Wet Well Piping. Exposed wet well piping shall be coated with a two coat Tnemec coal tar system for 16-20 mils DFT (Hi-Build) Tnemec-Tar Series 46H-413) Sherwin Williams HI-MIL SHER-TAR EPOXY or Devoe Devtar 247 or 5F-HS.

LINEAR LDPE DECORATIVE PRIVACY FENCE

This work consists of furnishing and installing a 6’ height Linear Low Density Polyethylene Plastic (LLDPE) according to the details shown in the Plans and as specified herein.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein in addition to the following:

1. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 2. Samples: For each polymer-coated product and for each color and texture specified, in 6- inch (150-mm) lengths for components and on full-sized units for accessories.

Materials.

A. FENCE PANELS 1. Fence panels shall be manufactured by Simtek Fence with no exceptions. 2. Fence panels shall be commercial grade Simtek Ecostone Plus with no exceptions. 3. Finish: Good Neighbor Fence (Same stone on both sides). 4. Size: 6'H X 6'W Panel 5. Color: TBD

B. POSTS 1. Line Post: a. Minimum and Maximum Spacing: Determine according to SimTek post spacing specifications. b. Impact resistant, rotational molded, made with linear low density polyethylene plastic (LLDPE), shell containing UV inhibitors and with a rigid recycled polyethylene foam . c. Internal 11 (.114) galvanized Z-Beam (2 legs x 3.56 web) reinforcement steel, 144” long. d. Posts shall be 5’ x 5’ – “H” section, 144” long with two 2” x 2” channels on opposite sides to receive panels. Approximate weight is 56 lbs.

2. End Post: a. Impact resistant, rotational molded, made with linear low density polyethylene plastic (LLDPE), shell containing UV inhibitors and with a rigid recycled polyethylene foam core. b. Internal 11 gauge (.065) galvanized box-tube (2” x 3”) reinforcement steel, 144” long. c. Posts shall be 5’ x 5’ – “C” section, 144” long with two 2” x 2” channel on one side to receive panels. Approximate weight is 56 lbs.

3. Post Caps: a. Impact resistant, rotational molded, made with linear low density polyethylene plastic (LLDPE), shell containing UV inhibitors.

Installation. Installation shall be in accordance with SimTek’s Installation Guide.

A. POST SETTING 1. Concrete footings shall be 12” diameter and 36” deep. 2. Set posts in concrete at indicated spacing into firm, undisturbed soil with mechanical anchors into firm, undisturbed soil. 3. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 4. Install brackets for panel installation before setting posts. 5. Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. 6. Exposed Concrete: Extend 2 inches (50 mm) above grade; shape and smooth to shed water.

Warranty. The fence and all associated appurtenances shall be warranted for a period of one year, or per manufacturer’s standard warranty, whichever is greater. The Contractor agrees to repair or replace components of the fence that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to and other materials beyond normal weathering.

LANDSCAPE RESTORATION

This item shall include the restoration of areas disturbed by the Contractor's construction activities. This work shall include replacement of damaged or destroyed areas, with topsoil, seed and blanket, or sod where depicted in the Plans, where Contractor's equipment has destroyed or damaged the turf. The Contractor shall prepare the ground in accordance with Section 211 of the Standard Specifications for Road and Bridge Construction.

Furnishing and Placing Topsoil. The topsoil shall be spread to a smooth, compacted uniform thickness of not less than four inches (4”). Topsoil shall be pulverized and shall not be placed until the area to be covered has been shaped, trimmed, and finished. All unsuitable materials, debris and rubbish, resulting from construction operations, or accruing within the right of way, and all stones or boulders more than three inches (3”) in the largest dimension, shall be removed from the right of way and disposed of by the contractor in accordance with Article 202.03.

Sodding. This work shall be performed in accordance with Section 252 of the “Standard Specifications”. Salt Tolerant Sod shall be used where shown on the Plans.

Seeding, Type 1. This work shall be performed in accordance with Sections 250 and 251 of the “Standard Specifications”. A seed mix Type 1 shall be used on all disturbed areas.

The rate of application of the seed will be judged by the density of growth of the grass after germination has taken place. Areas in which the seed does not take root shall be re-seeded at no additional cost to the City. It shall be the Contractor’s responsibility to ensure the applied topsoil has proper nutrients to sustain growth of the grass. Any necessary applications of fertilizer to the topsoil shall be considered incidental. Installation of blanket or straw mat shall be considered incidental.

Erosion Control Blanket. This work shall be performed in accordance with Sections 250 and 251 of the “Standard Specifications”. Erosion control blanket shall be installed at all seeded areas.

BID ITEM #2 FURNISH AND INSTALL ODOR CONTROL SYSTEM

This work shall consist of furnishing and installing a package drum odor scrubber system, complete in accordance with manufacturer’s instructions.

Submittals. Submit shop drawings and product data in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

1.0 ACCEPTABLE MANUFACTURERS.

These specifications are based on a system manufactured and supplied by Pure-Air Filtration Inc. of Atlanta, Georgia, for Drum Scrubber Model DS-100. Bidders may provide Alternative Bids for equipment from other manufacturers by writing their name into the blank(s) provided on the Alternatives Equipment Schedule of Prices form.

A. The drawings provided prior to construction shall be for general reference. The manufacturer shall supply complete detailed drawings for review and approval prior to beginning any manufacturing.

B. The Contractor shall provide all equipment and work indicated below unless otherwise noted as well as any additional work required to produce a completely finished job as required by the Engineer.

2. PRODUCTS

2.01 General

A. This specification defines the requirements for a Drum Scrubber-100 cfm (DS-100) as manufactured by Pure-Air Filtration, Inc. Atlanta, Georgia which is the basis of design for this project.

B. The DS-100 consists of dry-scrubbing media contained in a 55-gallon, linear, high density, polyethylene drum with a blower mounted on top of a fiberglass reinforced plastic (FRP) lid.

C. The DS-100 shall contain two stages of dry-scrubbing media, 3 ft3/0.08 m3 of Sulphasorb XL (78 lbs/35 kg) and 2 ft3/0.06 m3 of CPS12 Blend (100 lbs/45 kg) as manufactured by PureAir Filtration, Inc., unless otherwise specified. The DS-100 shall be equipped with an external real time media bed monitoring rod to measure the media life inside the DS-100. External measuring devices or the need to open the filter drum and visually inspect the media shall not be acceptable.

D. The unit shall be equipped with a high efficiency mist & grease filter w/ drain installed on the inlet of the DS-100. The high efficiency mist & grease filter housing shall be fabricated of similar material as the vessel (HDPE). Mist & grease filter housings fabricated from metal components are not acceptable.

E. The DS-100 shall be designed to produce 99.5% or better gas removal efficiencies.

F. The airflow capacity shall be 100 cfm (170 m3/hr).

G. The system configuration shall be arranged so that the contaminated air shall flow into high efficiency mist & grease filter and into the bottom inlet plenum and be drawn upwards through the media bed. Treated air shall discharge out the top of the vessel through a centrifugal air ventilator to the atmosphere.

H. The system shall include:

1. High efficiency mist & grease filter 2. 55-gallon, high density, polyethylene drum and FRP lid 3. 178 lbs of dry scrubbing media 4. Cast Aluminum direct drive blower section.

2.02 Drum

A. The drum shall have a capacity of 55 gallons and measure 22" (559 mm) in diameter and 36" (914 mm) in height.

B. Latches shall be stainless steel and rubber.

C. Fasteners shall be stainless steel.

D. The drum shall contain 5 ft3 of Sulphasorb XL and CPS12 Blend Media as manufactured by PureAir Filtration.

E. The media shall be supported by a system of perforated plastic for maximum diffusion.

F. The inlet shall have a 4" (102 mm) FERNCO flexible coupling attached to a high efficiency mist and grease filter.

G. The drum shall have a 0.75" (19 mm) diameter drain pipe.

2.03 Blower Section

A. The blower shall be sized to deliver 100 cfm (170 m3/hr).

B. The blower shall consist of a direct drive motor-fan assembly.

C. The motor shall be a 1/2 hp, 3450 RPM, 115/230 volt / 1 phase/ 60 Hz TEFC motor.

D. The motor shall be prewired with a 6 ft (1.8 m) grounded power cord.

2.04 Chemical Media

A. The filter system shall contain two stages of dry-scrubbing media, 3 ft3/0.08 m3 of Sulphasorb XL (78 lbs/35 kg) and 2 ft3/0.06 m3 of CPS12 Blend (100 lbs/45 kg) as manufactured by PureAir Filtration LLC., unless otherwise specified. Sulphasorb XL is specially designed to provide the highest extended life with a capacity for Hydrogen Sulfide (H2S) of up to 70 percent greater life absorption than other common media types, utilizing the highest grade activated carbon available, to ensure the greatest possible adsorption capacity is reached. The carbon shall be impregnated with an acid gas neutralizing compound and added special compounds by Pure-Air Filtration, Inc. which improve its neutralizing and adsorption efficiency. Other types of media shall not be acceptable for this project.

B. The media shall have the following physical properties:

H2S Removal Capacity (by volume): 0.30 g/cc Removal Capacity (by weight): H2S: 89% ; SO2: 11% ;Cl2: 16% CTC value: 70% min Surface Area: 1050 m2/g Density: 580 kg/m3 Moisture Content: 15% Hardness: 97 min Ignition Temperature: 425 C

C. The media shall be UL Class 2 listed and be capable of absorbing and removing odorous gases throughout the entire pellet.

D. Spherical or cylindrical porous pellets formed from a combination of powdered activated alumina and other binders, suitably impregnated with potassium permanganate to provide optimum adsorption, absorption, and oxidation of a wide variety of gaseous contaminants shall have the following physical properties:

Removal Capacity: Hydrogen Sulfide: 0.20 g/cc min (24% by weight) Sulfur Dioxide: 0.11 g/cc min (12% by weight) Nitric Oxide: 0.06 g/cc min (7.5% by weight) Nitrogen Dioxide: 0.024 g/cc min (3.0% by weight) Formaldehyde: 0.04 g/cc min (5.0% by weight)

Manufacturing Quality Assurance Standards: Leach Test (indication of porosity)- 180 minute or less Permanganate Content: 12 % minimum Moisture Content: 20 % maximum Crush Strength: 40 to 60 % Abrasion Loss: 3.0 % maximum Nominal Pellet Diameter: 1/8” (approximately 4 mm), 85% after screening Nominal Density: 50 lbs/ft3 (0.80 g/cc)

E. CPS12 Blend Media shall be UL Class 1 listed.

F. The media shall be capable of absorbing and removing odorous gases throughout the entire pellet.

G. The manufacturer shall have a minimum of 3 years of experience in the design, fabrication, and testing of systems that are 99.5+% efficient at removing gaseous contaminants.

H. The manufacturer shall be a single source provider of equipment, media, and testing services.

Operation and Maintenance Manuals. Submit Operation and Maintenance Manuals in accordance with the provisions of 3.10 SUBMITTALS as specified herein.

Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per Lump Sum as FURNISH AND INSTALL ODOR CONTROL SYSTEM, which price shall include all labor, equipment and materials as required to provide a functional system at no additional cost to the Owner.

FACILITY START-UP

This Section describes the Contractor’s general equipment requirements for facility start-up. Refer to the attached Start Up Report Form provided herein.

Submittals. Submit a detailed plan and schedule for start-up in accordance with the provisions of 3.10 SUBMITTALS as specified herein. Submit O&M manuals in accordance with the provisions of 3.10 SUBMITTALS (g) Operation and Maintenance Data.

Execution.

1. The system supplier shall include the cost of a factory-trained manufacturer’s representative to assist the Contractor in installation and start-up of the equipment.

2. The manufacturer’s representative shall provide inspection of the final installation. The manufacturer’s representative shall perform site start-up and functional testing of the system. Upon completion of the start-up and testing, the manufacturer shall generate a site start-up and test report, documenting all systems checked, as well as any incomplete work remaining and operational deficiencies. The manufacturer shall advise in writing of any irregularities which will void warranty.

3. Contractor shall provide a training session for up to three (3) Owner’s representatives for one normal work day (not including start-up) at the jobsite location. The training session shall be conducted by a manufacturer’s qualified representative. The training program shall consist of instruction on operation and testing of the assembly and major components within the assembly.

4. Once the equipment is placed into operation the supplier shall visit the installation site not less than two times within the first 12 months of operation at 6 month intervals and provide a complete equipment inspection at no additional cost to the Owner. A written report of the inspection results shall then be forwarded to the Owner.

(TEG 04/16)

______Start-Up Report Form______

Please answer the following questions completely and as accurately as possible. Please mail this form to:

Manufacturer's Name Manufacturer's Address

1) Pump Village Name Address Location of Installation Person in Charge Purchased From

2) Model Serial No. Voltage Phase Hertz Horsepower Rotation: Direction of Impeller Rotation (Use C/W for clockwise, CC/W for counter-clockwise)

Method Used to Check Rotation (viewed from bottom) Does Impeller Turn Freely by Hand Yes No

3) Condition of Equipment Good Fair Poor Condition of Cable Jacket Good Fair Poor Resistance of Cable and Pump Motor (measured at pump control) Red-Black Ohms Red-White Ohms White-Black Ohms Resistance of Ground Circuit Between Control Panel and Outside of Pump Ohms Resistance of Moisture Sensor Ohms Motor Heat Sensor Connected and Circuit Enclosed Yes No MEG Ohm Check of Insulation: Winding Temperature (F or (C Red to Ground Ohms White to Ground Ohms Black to Ground Ohms

4) Condition of Equipment at Start-Up: Dry Wet Muddy Was Equipment Stored: Yes No. If YES, length of storage: Describe Station Layout

5) Liquid Being Pumped Debris in Bottom of Station? Yes No Was Debris Removed in Your Presence? Yes No Are Guide Rails Exactly Vertical (plumb)? Yes No Is Base Elbow Installed Level? Yes No

6) Liquid Level Controls: Model Is Control Installed Away from Turbulence? Yes No Operation Check: Tip lowest float (stop float), all pumps should remain off. Tip second float (and stop float), one pump comes on. Tip third float (and stop float), both pumps on (alarm on simplex). Tip fourth float (and stop float), high level alarm on (omit on simplex). If not our level controls, describe type of controls (TEG 04/16)

Does liquid level ever drop below volute top? Yes No

7) Control Panel Model No. Number of Pumps Operated by Control Panel NOTE: At no time should hole be made in top of control panel, unless proper sealing devices are utilized. Control Panel Manufactured by Others: Yes No Company Name Model No. Short Circuit Protection Type Number and Size of Short Circuit Device(s) Amp Rating Overload Type Size Amp Rating Do Protective Devices Comply With Pump Motor Amp Rating? Yes No Are All Connections Tight? Yes No Is the Interior of the Panel Dry? Yes No. If "No", correct the moisture problem.

8) Electrical Readings: Single Phase: Voltage Supply at Panel Line Connection, Pump Off, L1, L2 Voltage Supply at Panel Line Connection, Pump On, L1, L2 Amperage: Load Connection, Pump On, L1 L2 Three Phase: Voltage Supply at Panel Line Connection, Pump Off, L1-L2 L2-L-3 L3-L1 Voltage Supply at Panel Line Connection, Pump On, L1-L2 L2-L-3 L3-L1 Amperage: Load Connection, Pump On, L1 L2 L3

9) Final Check: Is Pump Seated on Discharge Property? Yes No Was Pump Checked for Leaks? Yes No Do Check Valves Operate Properly? Yes No Flow: Does Station Appear to Operate at Proper Rate? Yes No Noise Level: Acceptable Unacceptable Comments:

10) Describe Any Equipment Difficulties During Start-Up:

11) Manuals: Has Operator Received Pump Instruction and Operations Manual? Yes No Has Operator Received Electrical Control Panel Diagram? Yes No Has Operator Been Briefed on Warranty? Yes No Name/Address of Local Representative/Distributor?

I Certify This Report To Be Accurate. Signed By (Start-Up Person) Employed By: Date Date and Time of Start-Up: Present at Start-Up: Engineer's Name Operator's Name Contractor's Name Others END OF SPECIAL PROVISIONS

Will County Prevailing Wage for July 2015 Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ======ASBESTOS ABT-GEN ALL 39.400 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 ASBESTOS ABT-MEC BLD 36.340 38.840 1.5 1.5 2.0 11.47 10.96 0.000 0.720 BLD 47.070 51.300 2.0 2.0 2.0 6.970 18.13 0.000 0.400 BRICK MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 CARPENTER ALL 44.350 48.790 2.0 2.0 2.0 11.99 18.47 0.000 0.630 CEMENT MASON ALL 41.000 43.000 2.0 1.5 2.0 10.00 20.39 0.000 0.500 CERAMIC TILE FNSHER BLD 36.810 0.000 1.5 1.5 2.0 10.55 9.230 0.000 0.770 COMMUNICATION TECH BLD 33.000 34.500 1.5 1.5 2.0 13.92 11.69 1.410 0.720 ELECTRIC PWR EQMT OP ALL 46.100 51.100 1.5 1.5 2.0 10.76 14.87 0.000 0.460 ELECTRIC PWR GRNDMAN ALL 37.050 52.500 1.5 2.0 2.0 8.630 12.28 0.000 0.370 ELECTRIC PWR LINEMAN ALL 47.500 52.500 1.5 2.0 1.5 10.76 14.87 0.000 0.460 ELECTRICIAN BLD 40.000 43.600 1.5 1.5 2.0 14.77 16.39 0.000 1.200 ELEVATOR CONSTRUCTOR BLD 50.800 57.150 2.0 2.0 2.0 13.57 14.21 4.060 0.600 GLAZIER BLD 40.500 42.000 1.5 2.0 2.0 13.14 16.99 0.000 0.940 HT/FROST INSULATOR BLD 48.450 50.950 1.5 1.5 2.0 11.47 12.16 0.000 0.720 IRON WORKER ALL 41.000 42.000 2.0 2.0 2.0 10.04 21.41 0.000 0.780 LABORER ALL 39.200 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500 LATHER ALL 43.350 47.690 2.0 2.0 2.0 11.85 17.47 0.000 0.630 BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000 MARBLE FINISHERS ALL 32.400 34.320 1.5 1.5 2.0 10.05 13.75 0.000 0.620 MARBLE MASON BLD 43.030 47.330 1.5 1.5 2.0 10.05 14.10 0.000 0.780 MATERIAL TESTER I ALL 29.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 MATERIALS TESTER II ALL 34.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500 ALL 44.350 48.790 2.0 2.0 2.0 11.99 18.47 0.000 0.630 OPERATING ENGINEER BLD 1 48.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 2 46.800 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 3 44.250 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 4 42.500 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 5 51.850 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 6 49.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER BLD 7 51.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER FLT 1 53.600 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 2 52.100 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 3 46.400 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 4 38.550 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 5 55.100 53.600 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 6 35.000 35.000 1.5 1.5 2.0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 1 46.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 2 45.750 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 3 43.700 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 4 42.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 5 41.100 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 6 49.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 OPERATING ENGINEER HWY 7 47.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250 PAINTER ALL 41.750 46.500 1.5 1.5 1.5 11.50 11.10 0.000 0.770 PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000 PILEDRIVER ALL 44.350 48.790 2.0 2.0 2.0 11.99 18.47 0.000 0.630 PIPEFITTER BLD 46.000 49.000 1.5 1.5 2.0 9.000 15.85 0.000 1.780 PLASTERER BLD 43.430 46.040 1.5 1.5 2.0 13.05 14.43 0.000 1.020 PLUMBER BLD 46.650 48.650 1.5 1.5 2.0 13.18 11.46 0.000 0.880 ROOFER BLD 41.000 44.000 1.5 1.5 2.0 8.280 10.54 0.000 0.530 SHEETMETAL WORKER BLD 44.720 46.720 1.5 1.5 2.0 10.65 13.31 0.000 0.820 SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 11.75 9.650 0.000 0.550 STONE MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030 SURVEY WORKER ALL 37.000 37.750 1.5 1.5 2.0 12.97 9.930 0.000 0.500 TERRAZZO FINISHER BLD 38.040 0.000 1.5 1.5 2.0 10.55 11.22 0.000 0.720 TERRAZZO MASON BLD 41.880 44.880 1.5 1.5 2.0 10.55 12.51 0.000 0.940 TILE MASON BLD 43.840 47.840 1.5 1.5 2.0 10.55 11.40 0.000 0.990 TRAFFIC SAFETY WRKR HWY 32.750 34.350 1.5 1.5 2.0 6.550 6.450 0.000 0.500 TRUCK DRIVER ALL 1 35.650 36.200 1.5 1.5 2.0 7.250 6.319 0.000 0.250 TRUCK DRIVER ALL 2 35.800 36.200 1.5 1.5 2.0 7.250 6.319 0.000 0.250 TRUCK DRIVER ALL 3 36.000 36.200 1.5 1.5 2.0 7.250 6.319 0.000 0.250 TRUCK DRIVER ALL 4 36.200 36.200 1.5 1.5 2.0 7.250 6.319 0.000 0.250 TUCKPOINTER BLD 43.800 44.800 1.5 1.5 2.0 8.280 13.49 0.000 0.670

Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers) C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training)

Explanations WILL COUNTY

The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled.

COMMUNICATIONS TECHNICIAN

Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice, sound and vision production and reproduction, telephone and telephone interconnect, facsimile, equipment and appliances used for domestic, commercial, educational and entertainment purposes, pulling of wire through conduit but not the installation of conduit.

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Machines (2 through 5); Winches, 4 Small Winches.

Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics; Welders.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole (Tunnel Shaft); Underground and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro ; Concrete ; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature.

OPERATING ENGINEER - FLOATING

Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge).

Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender.

Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc.

Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator.

Class 5. Friction or Lattice Boom Cranes.

Class 6. ROV Pilot, ROV Tender

SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits.

TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION

Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.

Other Classifications of Work:

For definitions of classifications not otherwise set out, the Department generally has on such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver.

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II".

MANAGEMENT & BUDGET PURCHASING DIVISION 150 W. Jefferson Street Joliet, IL 60432 (815) 724-3925 (815) 724-3929 (fax)

CITY OF JOLIET NOTICE

The City of Joliet has adopted the Responsible Bidder Ordinance. In addition to any other requirement, unless otherwise expressly stated in a bid solicitation or an award of contract, all bidders must comply with the following requirements in order to submit a bid or be awarded a contract and include satisfactory evidence thereof in its bid. (1) The bidder must be a duly organized legal entity in good standing with the Illinois Secretary of State and in compliance with all laws prerequisite to doing business in Illinois.

(2) The bidder must have a valid Federal Employer Tax Identification Number or Social Security Number.

(3) The bidder must be an equal opportunity employer and comply with Section 2000(e) of Chapter 21, Title 42 of the United States Code and Executive Order No. 11246.

(4) The bidder shall provide certificates of insurance indicating the following coverages if called for in the bid solicitation: general liability, workers compensation, completed operations, automobile, hazardous occupation and product liability.

(5) The bidder must comply with all provisions of the Illinois Prevailing Wage Act (820 ILCS 130), including wages, medical and hospitalization insurance and retirement for those trades covered in the Act.

(6) All contractors and sub-contractors performing services covered by the Illinois Prevailing Wage Act must submit to the City the certified payrolls required by the Act, as amended by Illinois Public Act 94-0515.

(7) For construction projects (construction of new facilities, renovation of existing facilities or road construction projects) over $25,000.00, or demolition contracts over $25,000.00, the bidder must provide apprenticeship and training programs that are either registered with the United States Department of Labor’s Bureau of Apprenticeship and Training or are reasonably equivalent to such programs.

MARGARET E. MCEVILLY Purchasing/Contract Administrator

This contract is eligible for the local bidder preference ordinance.

If you have read all of the documentation, filled out the form found online at http://www.cityofjoliet.info/departments/finance/purchasing/prequa lification-process, have been prequalified by the City of Joliet as a Local Bidder and wish to be qualified as a local bidder for this contract, please sign this sheet.

VENDOR NAME ______VENDOR ADDRESS ______CITY, STREET, ZIP ______CONTACT PERSON ______SIGNATURE ______PHONE ______EMAIL ADDRESS ______

Complete this form ONLY if you submitted the CITY OF JOLIET LOCAL BIDDER APPLICATION FORM from the above website AND have been approved as a local bidder.

Also, please note, there may be other prequalifications that apply to this contract, like Capital Development Board or City of Joliet Financial Prequalification. Please review what is due and note this does not take the place of any of those documents.

DEPARTMENT OF PUBLIC UTILITIES 150 W. Jefferson Street Joliet, IL 60432 (815) 724-4220 (815) 723-7770 (fax)

CITY OF JOLIET

GENERAL CONTRACTOR

RE: 2016 CONSTRUCTION PROJECTS

Dear General Contractor:

The City of Joliet currently has specifications, which require ten (10%) percent minority participation in contracts over $100,000.00. In an effort to track this information better, the City of Joliet will be requiring all GENERAL CONTRACTS to submit to the City a complete list of sub- contractors they intend to use on the awarded project at the pre-construction meeting. The issuance of this sub-contractor list will help the City ensure that minority requirements are met as well as prevailing wages. The sub-contractor list should include the dollar amount or percentage of this contract for the work the sub-contractor is responsible. I.D.O.T. for BC 260-A is an example of such an acceptable form. In addition, the specification states that monthly certified payroll records are to be submitted to the Engineer. This will also be enforced for the upcoming construction season.

The City of Joliet appreciates your effort throughout the years and looks forward to working with you in the upcoming construction season.

James R. Trizna James E. Eggen Public Works Director Public Utilities Director

NOTICE TO BIDDERS - ETHICS ORDINANCE

The City of Joliet has approved an Ethics Ordinance on August 18, 1992 (Ordinance No. 9967; Section 2-333 et seq. of the Code of Ordinances of the City of Joliet). The Ethics Ordinance prohibits any City of Joliet elected or appointed official or any City of Joliet employee from receiving or soliciting anything of value to influence that City official or employee in carrying out his or her official duties. The City of Joliet appreciates your anticipated cooperation in refraining from offering any official or employee anything, item, service, or favor of value to influence that person's decision on any City business. With your cooperation, the City of Joliet will achieve its goal of maintaining a fair and competitive contract procedure that promotes the best interests of the citizens of the City of Joliet. You should report immediately any violation of the Ethics Ordinance to the City Manager, including any solicitation of a thing of value by a City official or employee. A bidder or contractor's participation or encouragement in the violation of the Ethics Ordinance may result in the rejection of a bid, termination of contract, or declaration of ineligibility to bid on future contracts. A copy of the Ethics Ordinance is available in the City Clerk's office for your review.

CITY OF JOLIET STATE OF ILLINOIS

PROPOSAL FORM

NOTE: ALL BLANKS ON EACH AND EVERY SHEET OF THIS PROPOSAL SHALL BE COMPLETED. FAILURE TO COMPLETE ALL BLANKS SHALL BE GROUNDS FOR REJECTION OF BIDS.

TO THE MAYOR AND CITY COUNCIL OF JOLIET, ILLINOIS:

1. PROPOSAL OF ______(Name and Address of Bidder) ______

2. The plans for the proposed work are those prepared by the City Engineer and approved by the City Council of the City of Joliet, Illinois on______, 2016.

The specifications herein referred to are those prepared by the City Engineer.

3. In submitting this proposal, the undersigned declares that the only persons or parties interested in the proposal as principals are those named herein; and that the proposal is made without collusion with any other person, firm, or corporation.

4. The undersigned further declares that he has carefully examined the proposal, plans, specifications, form of contract and contract bond, and special provisions, and that he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of construction, and he understands that in making this proposal he waives all right to plead any misunderstanding regarding the same.

5. The undersigned further understands and agrees that if this proposal is accepted he is to furnish and provide all necessary machinery, tools, apparatus, and other means of construction, in the respective sections, and to do all of the work, and to furnish all of the materials specified in the contract.

6. The undersigned declares that he understands that the quantities mentioned are approximate only and that they are subject to increase or decrease; that he will take in full payment therefore the amount and the summation of the actual quantities, as finally determined multiplied by the unit price shown in the schedule of prices contained herein.

7. The undersigned further agrees that the unit prices submitted herewith are for the purpose of obtaining a gross sum, and for use in computing the value of extras and deduction; that if there is a discrepancy between the gross sum bid and that resulting from the summation of the quantities multiplied by their respective unit prices, the latter shall apply.

8. The undersigned further agrees that if the owner decides to extend or shorten improvement, or otherwise alter it by extras or deductions, including the elimination of any one or more of the items, by an amount not to exceed twenty- five (25) percent of the total money value of the original contract price or contract price corrected as provided in the specifications, he will perform the work as altered, increased or decreased at the contract unit price.

9. The undersigned further agrees that the Engineer may at any time during the progress of the work covered by this contract, order other materials as do not appear in the proposal or contract as a specific item accompanied by a unit price, and which are not included under the bid price for other items in this contract, shall be performed as extra work, and that he will accept as full compensation therefore the actual cost plus fifteen percent (15%), the actual cost to be determined a provided in the specification.

10. The undersigned further agrees to execute a contract for this work and present the same to the City of Joliet within fifteen (15) days after the date of the notice of the award of the contract to him.

11. The undersigned further agrees that he and his surety will execute and present within fifteen (15) days after the date of the notice of the award of the contract, a contract bond satisfactory to and in the form prescribed by the City of Joliet in the penal sum of one hundred percent (100%) of the full amount of the contract within the terms of the contract.

12. The undersigned further agrees to begin work not later than ten (10) days after the execution of the acceptance of the contract and contract bond, unless otherwise provided and to prosecute the work in such manner and with sufficient materials, equipment, and labor as will insure its completion within the time limit specified herein, it being understood and agreed that the completion within the time limit is an essential part of the contract. The undersigned agrees to complete the work within 180 calendar days after execution of the contract, by both parties, unless additional time shall be granted by the Engineer in accordance with provisions of the specifications. During the lift station shut down, and bypass pumping period, the Contract allows for 25 calendar days for substantial completion of all items of work associated with the lift station rehabilitation from the date of the lift station shut down. Substantial completion is defined as the time when the lift station is certified for operation, less punch list items. In the event that the lift station is not operational within the 25 calendar days allotted by Contract, liquidated damages will accrue per Section 108.09 of the Standard Specifications for Road and Bridge Construction, latest edition, or in the amount of the daily bypass pumping rate (24 hours), whichever is more. In the event that punch list items and final inspection are not completed within 180 calendar days after execution of the contract, liquidated damages will accrue per Section 108.09 of the Standard Specifications for Road and Bridge Construction, latest edition.

In case of failure to complete the work in or before the time named herein or within such extra time as may have been allowed by extensions, the undersigned agrees that the City of Joliet shall withhold, from each sums as may be due him under the terms of this contract, the costs, set forth in the specifications of the contract, which costs shall be considered and treated not as a penalty but as damages due to the City of Joliet from the undersigned by reason on inconvenience to the public, added cost of engineering and supervision and other items which have caused an expenditure of public funds resulting from the failure of the under signed to complete the work within the time specified in the contract.

13. Accompanying this proposal is a bank , bank cashier's check, bid bond or a certified check, complying with the requirements of the specifications, made payable to the City of Joliet.

THE AMOUNT OF THE CHECK OR DRAFT IS ($______

______

If this proposal is accepted and the undersigned shall fail to execute a contract and contract bond as required within, it is hereby agreed that the amount of the check or bank draft shall become the property of the City of Joliet and shall be considered as payment of damages due to delay and other causes suffered by the City of Joliet because of the failure to execute said contract and contract bond; otherwise said check or draft, shall be returned to the undersigned.

14. The undersigned submits herewith his schedule of prices covering the work to be performed under this contract; he understands that he must show in the schedule of unit prices for which he proposes each item of work, that the extensions must be made by him and that if not so done his proposal may be rejected as irregular.

15. All bidders must furnish current financial statement with the bid.

16. All bidders must furnish a list of equipment available for and to be used on this project with their bid.

17. The undersigned submits herewith his schedule of prices covering the work to be performed.

BIDDER agrees to perform all the work described in CONTRACT Documents for the following unit prices. BIDS shall include all applicable taxes and fees. OWNER reserves the right to increase or decrease quantities without changes in unit price.

CITY OF JOLIET EDGECREEK DRIVE LIFT STATION REHABILITATION PROJECT SCHEDULE OF PRICES (FOR MORE INFORMATION REGARDING THESE ITEMS SEE PLANS AND SPECIFICATIONS)

BASE BID ITEMS BASE BID Item Bid No. Item Description Quantity Unit Unit Price Amount

LIFT STATION REHABILITATION, LUMP 1 1 COMPLETE IN PLACE SUM

FURNISH AND INSTALL ODOR LUMP 2 1 CONTROL SYSTEM SUM

3 CONTINGENT CASH ALLOWANCE 25,000 DOLLAR $1.00 $25,000.00

CONTINGENT CASH ALLOWANCE 4 10,000 DOLLAR $1.00 $10,000.00 FOR WET WELL GROUTING

TOTAL OF ALL BID PRICES (Sum of Proposed Bid Price for Each Item)

Submitted by:

______COMPANY NAME

______PRINT NAME OF BIDDER

______SIGNATURE OF PERSON AUTHORIZED TO SIGN BID

______TITLE

ADDRESS: ______

______

______

PHONE: ______

FAX: ______

E-MAIL: ______

CITY OF JOLIET EDGECREEK DRIVE LIFT STATION REHABILITATION PROJECT ALTERNATIVE EQUIPMENT SCHEDULE OF PRICES (FOR MORE INFORMATION REGARDING THESE ITEMS SEE PLANS AND SPECIFICATIONS)

BASE BID ITEMS SUBSTITUTE ITEMS

Item Substitute AMOUNT TO BE No. Item Description Base Bid Manufacturer Manufacturer ADDED OR DEDUCTED

4-INCH SUBMERSIBLE VAUGHAN CHOPPER 1 WASTEWATER CHOPPER PUMP MODEL S4V PUMP

DRUM SCRUBBER MODEL DS-100 2 ODOR CONTROL SYSTEM MANUFACTURED AND SUPPLIED BY PURE-AIR FILTRATION, INC.

18. The following Addenda have been received. The modifications to the Contract Documents noted therein have been considered and all costs thereto are included in the Bid Sum. 1. Addendum #______Dated______

19. This set of contract documents shall remain intact and shall be submitted in its entirety with the proposal.

(IF AN INDIVIDUAL)

SIGNATURE OF BIDDER______(SEAL)

BUSINESS ADDRESS______

______************************************************************************************************* (IF A CO-PARTNERSHIP)

FIRM NAME______(SEAL)

SIGNED BY______(SEAL)

BUSINESS ADDRESS______

______

Insert Names and ______Addresses of All______Members of the firm______

***********************************************************************************************

(IF A CORPORATION)

CORPORATE NAME______

SIGNED BY______President BUSINESS ADDRESS______

______

(CORPORATE SEAL)

PRESIDENT______

Insert SECRETARY______Names of Officers TREASURER______

ATTEST:______Secretary

CONTRACT SPECIFICATION - DEVIATIONS AND SUBSTITUTIONS

Pursuant to Section 15 of the Instructions to Bidders, please list any and all deviations and substitutions made in the Contract Specifications here:

All deviations or substitutions must meet or exceed the specifications.

SUBMITTED BY:

______Print Name of Company

BY:______Signature of person authorized to sign bid

TITLE______

ADDRESS______

______

E-MAIL ADDRESS:______

PHONE (_____)______

DATE______

(NOTE: These affidavits must be completed by an authorized representative of the bidder) AFFIDAVITS

Business Status of Bidder

BIDDER/APPLICANT:

______Name ______Principal place of business ______Address ______City, State, Zip Code

The Bidder is a: ______Corporation ______Partnership ______Limited Liability Company ______Sole Proprietorship ______Other (please explain: ______)

Corporation

The state of incorporation is: ______

The registered agent of the corporation in Illinois is:

Name

Address

City, State, Zip

The officers of the corporation are:

______President Secretary ______Vice President Treasurer

The Corporation is authorized to do business in the State of Illinois Limited Liability Company

The state of registration is: ______

The registered agent of the Limited Liability Company in Illinois is:

Name______

Address______

City State Zip

The registered office of the Limited Liability Company in Illinois is:

Address______

City,State,Zip______

The managers and members of the Limited Liability Company are:

______Name Name ______Address Address ______City, State City, State

The LLC is authorized to do business in the State of Illinois

Sole Proprietorship

The address of the sole proprietor is:

______Address ______City, State

The sole proprietor transacts business in Illinois under the following assumed names:

______

BID RIGGING AND BID ROTATING

Section 2: That in connection with this solicitation for bids/proposals:

A. The bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation;

B. The bidder has not in any manner directly or indirectly sought by consultation, communication or agreement with anyone to fix the bid price of said bidder or any other bidder or to fix any overhead profit or cost element of such bid price or that of any other bidder or to secure any advantage against the public body awarding the contract or anyone interested in the proper contract;

C. The bid is genuine and not collusive or sham;

D. The prices or breakdowns thereof and any and all contents which had been quoted in this bid have not been knowingly disclosed by the bidder and will not be knowingly disclosed by the bidder directly or indirectly to any other bidder or any competitor prior to opening;

E. All statements contained in such bid are true;

F. No attempt has been made or will be made by the bidder to induce any other person or firm to submit a false or sham bid;

G. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition;

Section 2a NON-COLLUSION

A. No officer or employee of the City of Joliet has a direct or indirect pecuniary interest in this bid.

B. No officer or employee of the City of Joliet has disclosed to the bidder any information related to the terms of a sealed bid.

C. No officer or employee of the City of Joliet has informed the bidder that the bid will be accepted only if specified persons are included as subcontractors.

D. Only the bidder will be entitled to the proceeds of the contract if this bid is accepted by the City of Joliet.

E. This bid is made without the benefit of information obtained in violation of law.

Section 3. The undersigned further states that: (circle A or B)

A. He is the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein and that he has not participated, and will not participate, in any action contrary to paragraphs A through G above; or

B. He is not the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to paragraphs A through G above and as their agent does hereby so certify; and

C. That he has not participated, and will not participate, in any action contrary to paragraphs A through G above.

Section 4. The undersigned certifies that the bidder has never been convicted for a violation of State laws prohibiting bid rigging or bid rotating.

THE REQUIREMENTS OF THE ILLINOIS DRUG FREE WORKPLACE ACT

Section 5. The undersigned will publish a statement:

A. Notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the aforementioned company’s workplace;

B. Specifying the actions that will be taken against employees for violations of this prohibition;

C. Notifying the employees that, as a condition of their employment to do work under the contract with the City of Joliet, the employees will:

1. Abide by the terms of the statement; and

2. Notify the aforementioned company of any criminal drug statute conviction for a violation occurring in the workplace not later than five (5) days after such a conviction.

D. Establishing a drug free awareness program to inform the aforementioned company's employees about:

1. The dangers of drug abuse in the workplace;

2. The aforementioned company's policy of maintaining a drug free workplace;

3. Any available drug counseling, rehabilitation, and employee assistance programs; and

4. The penalties that may be imposed upon employees for drug violations.

E. Making it a requirement to give a copy of the statement required by Section 5. to each employee engaged in the performance of the contract with the City of Joliet and to post the statement in a prominent place in the workplace;

F. Notifying the City of Joliet within ten (10) days after receiving notice under Section 5.C.2. from an employee or otherwise receiving actual notice of such a conviction;

G. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is so convicted, as required by Section 6., below;

H. Training personnel to effectively assist employees in selecting a proper course of action in the event drug counseling, treatment, and rehabilitation is required and indicating that an effectively trained counseling and referral team is in place;

I. Making a good faith effort to continue to maintain a drug free workplace through implementing these requirements.

J. Making a good faith effort to continue to maintain a drug free workplace through implementation of this policy.

Section 6. The undersigned further affirms that within thirty (30) days after receiving notice from an employee of a conviction of a violation of the criminal drug statute occurring in the aforementioned company's workplace he shall:

A. Take appropriate personnel action against such employee up to and including termination; or

B. Require the employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency.

TAX COMPLIANCE

Section 7. The undersigned on behalf of the entity making the foregoing proposal certifies that neither the undersigned nor the entity is barred from contracting with the City of Joliet because of any delinquency in the payment of any tax administered by the State of Illinois, Department of Revenue, unless the undersigned or the entity is contesting, in accordance with the procedures established by the appropriate revenue act, liability of the tax or the amount of tax.

Section 8. The undersigned or the entity making the proposal or bid understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and in addition, voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in a civil action.

NON DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY

Section 9. This EQUAL EMPLOYMENT OPPORTUNITY CLAUSE is required by the Illinois Human Rights Act and the Rules and Regulations of the Illinois Department of Human Rights published at 44 Illinois Administrative Code Section 750, et seq..

Section 10. In the event of the contractor's noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Human Right Act, or the Rules and Regulations for Public Contracts of the Department of Human Rights (hereinafter referred to as the Department) the contractor may be declared nonresponsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed or remedies involved as provided by statute or regulation.

During the performance of this contract, the contractor agrees:

A. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization.

B. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Department's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized.

C. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service.

D. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contract. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Department and the contracting agency will recruit employees from other sources when necessary to fulfill its obligations thereunder.

E. That it will submit reports as required by the Department's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contracts.

F. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contracts.

G. That it will include verbatim or by reference the provisions of this Equal Employment Opportunity Clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as the other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Department to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.

Section 11. For the purposes of subsection G of Section 10, "Subcontract" means any agreement, arrangement or understanding, written or otherwise, between a public contractor and any person under which any portion of the public contractor's obligations under one or more public contracts is performed, undertaken or assumed; the term "subcontract," however, shall not include any agreement, arrangement or understanding in which the parties stand in the relationship of an employer and an employee, or between a bank or other financial institution and its customers.

Section 12. It is expressly understood that the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid.

Section 13. Have written sexual harassment policies that shall include, at a minimum, the following information: (i) the illegality of sexual harassment; (ii) the definition of sexual harassment under State law; (iii) a description of sexual harassment, utilizing examples; (iv) the vendor's internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Department and the Commission; (vi) directions on how to contact the Department and Commission; and (vii) protection against retaliation as provided by Section 6-101 of this Act. A copy of the policies shall be provided to the Department upon request.

Section 14. In the event that this contract is subject to Executive Order 11246, Seller certifies that it (1) is in compliance with Section 202 thereof and the Rules and Regulations issued thereunder; (2) does not and will not provide or maintain at any of it’s establishments, or permit it’s employees to perform their services at any location under its control where there are maintained, segregated facilities, and (3) agrees that a breach of this Certification violates the Equal Employment clause of Executive Order 11246. “Segregated Facilities,” means facilities which are in fact segregated on a basis of race, color, creed, sex, religion or national origin, because of habit, local custom, or otherwise.

THE AMERICANS WITH DISABILITIES ACT

Section 15. As a condition of receiving this contract, the undersigned vendor certifies that services, programs and activities provided under this contract are and will continue to be in compliance with the Joliet Accessibility Code.

Signed by:______[name]

______[title]

Subscribed and Sworn to before me this ______day of ______, 20___.

By: ______Notary Public -seal-

STATE OF ILLINOIS ) * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ) SS. *NOTE: THIS AFFIDAVIT MUST BE COUNTY OF WILL ) *COMPLETED BY THE CHIEF OFFICER *OF THE BIDDER * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

AFFIDAVIT REGARDING BIDDER AVAILABILITY

The undersigned, ______, being first duly sworn on oath and being duly authorized to make this Affidavit, hereby declares that the following is a true and correct statement relating to All uncompleted contracts of the undersigned for Federal, State, County, City and private work, including All subcontract work; and all pending low bids not yet awarded or rejected; and equipment available.

PART I. WORK UNDER CONTRACT

List below all work you have under contract as either a prime contractor or a subcontractor, including all pending low bids not yet awarded or rejected.

1 2 3 4 5 Awards Pending County and Section No. Contract With

Estimated Completion Date Total Contract Total Price Uncompleted Dollar Value

PART II. UNCOMPLETED WORK TO BE DONE WITH YOUR OWN FORCES.

List below the uncompleted dollar value of work for each contract to be completed with your own forces. All work subcontract TO others will be listed on the reverse of this form. In a joint venture list only that portion of the work to be done by your company.

TOTALS Excav. Grading & Clearing Portland Cement Concrete Paving Bituminous Hot Mix Surface

Bituminous Aggregate Mix

Aggregate Bases & Surface Structures

Drainage

Electrical

Curb & Gutter

Sewer

Water

Sidewalks

Demolition

Other/Explain

Totals

Date Equipment Available For Work

______(SIGNATURE)

______(PRINT NAME)

______(TITLE)

Subscribed and Sworn to before me this

______day of ______, AD, 20___.

______NOTARY PUBLIC

STOP*

CHECK THE FOLLOWING LIST TO MAKE SURE THAT YOUR BID CONTAINS ALL OF THE REQUIRED DOCUMENTS.

______1. BID SECURITY

______2. BIDDING SCHEDULE

______3. BID PROPOSAL, DULY SIGNED

______4. ALL AFFIDAVITS, SIGNED & NOTARIZED

FAILURE TO INCLUDE ANY ONE OR ALL OF THE ABOVE MAY CONSTITUTE SUITABLE GROUNDS FOR REJECTION OF YOUR BID.

*(FOR CONSTRUCTION CONTRACTS ONLY) AGREEMENT

THIS AGREEMENT is entered into on the date stated below by and between the between the City of Joliet, an Illinois Municipal Corporation (hereinafter “City”) and ______(hereinafter “Contractor”).

In consideration of the mutual promises of the parties set forth in the Contract Documents, the Contractor agrees to timely perform all work, furnish all labor and materials necessary for the proper completion of the work; and the City agrees to pay for the work as set forth in the Contract Documents. The Contractor further agrees to comply with the provisions of the Prevailing Wage Act (820 ILCS 130/1 et seq.).

The Contract Documents shall consist of the following documents which are hereby made part of this Agreement as if recited at length herein:

1) Legal Notice to Bidders 2) Instruction to Bidders 3) General and Special Conditions 4) Specifications and Drawings 5) Proposal Schedule (consistent with Contract Documents) 6) Affidavits 7) Performance Bond and Payment Bond 8) Addenda

IN WITNESS WHEREOF, the City and the Contractor, by their duly authorized representatives have hereunto set their hands this ______day of ______, 20___.

CITY OF JOLIET, an Illinois Municipal Corporation,

Print name of By:______Contractor______James D. Hock City Manager By:______

Print Name: ______

Attest:______Title: ______Christa M. Desiderio City Clerk

Approved as to form:

______Martin J. Shanahan, Jr. Corporation Counsel