46
AGENDA ENGINEERING & CONSTRUCTION COMMITTEE THURSDAY, JUNE 18, 2015 6:20 P.M. 600 EAST BUTTERFIELD ROAD ELMHURST, IL 60{26 l. Roll Call ll. Approval of Committee Meeting Minutes DuPage Water Gommission 600 E. Butterfield Road, Elmhurst, lL 601264642 (630)834-0100 Fax: (630)834-0120 COMMITTEE MEMBERS D. Loftus, Chair R. Furstenau F. Saverino M. Scheck J. Zay RECOMMENDED MOTION: To approve the Minutes of the May 21, 2015 Engineering & Construction Committee Meeting of the DuPage Water Commission. lll. Report of Status of Construction/Operations lV. O-5-15: An Ordinance Determining the Prevailing Rate of Wages in DuPage County and Cook County (No Gost Component). V. R-{7-{5: A Resolution Approving and Ratifying Certain Work Authorization Orders Under Quick Response Contract QR-10/13 (John Neri Gonstruction, Co. Inc. - estimated at $11,850.00). Vl. R-18-15: A Resolution Approving and Ratifying Certain Contract 55-6/15 Change Orders at the June 18, 2015, DuPage Water Commission Meeting (Era- Valdivia Contractors, Inc. - Net Decrease of $109,264.00)- Vll. RFBA: Change Order No" 1 to Contract QRE-6.019 (Divane Bros. Electric Co. - lncrease of Estimated Cost from $3,500.00 to $9,500.00). Vlll. Old Business lX. Other X. Adjournment Agendas\Engineering\201 $\Eng 1 506.docx All visitors must present a valid drivers license or other government-issued photo identification, sign in at the reception area and wear a visitor badge while at the DuPage Pumping Station,

DuPage Water Gommission OF A MEETING OF THE ENGINEERING & CONSTRUCTION COMMITTEE OF THE D U PAGE WATER COMMISSION HELD ON THURSDAY, MAY 21, 2015 600 EAST BUTTERFIELD ROAD ELMHURST,

Embed Size (px)

Citation preview

AGENDAENGINEERING & CONSTRUCTION COMMITTEE

THURSDAY, JUNE 18, 20156:20 P.M.

600 EAST BUTTERFIELD ROADELMHURST, IL 60{26

l. Roll Call

ll. Approval of Committee Meeting Minutes

DuPage Water Gommission600 E. Butterfield Road, Elmhurst, lL 601264642

(630)834-0100 Fax: (630)834-0120

COMMITTEE MEMBERSD. Loftus, Chair

R. FurstenauF. SaverinoM. Scheck

J. Zay

RECOMMENDED MOTION: To approve the Minutes of the May 21, 2015Engineering & Construction Committee Meeting of the DuPage WaterCommission.

lll. Report of Status of Construction/Operations

lV. O-5-15: An Ordinance Determining the Prevailing Rate of Wages in DuPageCounty and Cook County (No Gost Component).

V. R-{7-{5: A Resolution Approving and Ratifying Certain Work AuthorizationOrders Under Quick Response Contract QR-10/13 (John Neri Gonstruction,Co. Inc. - estimated at $11,850.00).

Vl. R-18-15: A Resolution Approving and Ratifying Certain Contract 55-6/15Change Orders at the June 18, 2015, DuPage Water Commission Meeting (Era-Valdivia Contractors, Inc. - Net Decrease of $109,264.00)-

Vll. RFBA: Change Order No" 1 to Contract QRE-6.019 (Divane Bros.Electric Co. - lncrease of Estimated Cost from $3,500.00 to $9,500.00).

Vlll. Old Business

lX. Other

X. Adjournment

Agendas\Engineering\201 $\Eng 1 506.docx

All visitors must present a valid drivers license or other government-issued photo identification, sign in atthe reception area and wear a visitor badge while at the DuPage Pumping Station,

MINUTES OF A MEETING OF THE ENGINEERING & CONSTRUCTION COMMITTEE

OF THE DUPAGE WATER COMMISSION HELD ON THURSDAY, MAY 21, 2015

600 EAST BUTTERFIELD ROAD ELMHURST, ILLINOIS

The meeting was called to order at 6:26 P.M.

Committee members in attendance: D. Loftus, R. Furstenau, F. Saverino, M. Scheck and J.

Zay (ex officio)

Committee members absent: None

Also in attendance: C. Bostick, E. Kazmierczak, T. McGhee, and J. Schori.

Commissioner Furstenau moved to approve the Minutes of the April 16, 2015 Engineering & Construction Committee Meeting of the DuPage Water Commission. Motion seconded by Commissioner Scheck and passed as follows:

Ayes: D. Loftus, R. Furstenau, F. Saverino and M. Scheck

Nays: None

Absent: None

Facilities Construction Supervisor Bostick provided an oral report of the Status of Operations report:

Regarding the Condition Assessment of Commission facilities, Facilities Construction Supervisor Bostick advised the Committee that AECOM’s final report had been tendered in final form and a DVD copy of the report is placed at each Commissioner’s seat. Facilities Construction Supervisor Bostick reminded the Committee that inspections of the two 15MG reservoirs at the DuPage Pumping Station are scheduled to be performed during the reservoir hatch replacement project which Staff is delaying past the summer seasonal demand period.

Regarding Operations Maintenance, Facilities Construction Supervisor Bostick advised the Committee work being performed under QRE-6/12 Work Authorization Order 6.018 which adds conduit and cabling to enable remote monitoring of certain water quality instrumentation and upgrading lighting panels to current electrical standards is complete.

Regarding DuPage County’s York Township Service Area, Facilities Construction Supervisor Bostick advised the Committee the County has granted final acceptance for their project and their engineer is preparing record drawings.

Regarding the Contract for the Rehabilitation of Coating Systems and Fall Protection Systems for Tank Sites No. 2 and No. 4 West (Contract SS-6/15), Facilities Construction

carolyn
Draft

Engineering Committee Minutes 05/21/2015 Supervisor Bostick advised the Committee the Contractor has been performing demolition, welding, sandblasting, selective metal rehab and applying a base coat to the interior surfaces.

Facilities Construction Supervisor Bostick advised the Committee the Contract for Reservoir and Meter Station 19B Concrete and Miscellaneous Metals Rehabilitation has been signed and the Contractor has been transmitting shop drawings. Facilities Construction Supervisor Bostick advised the Committee the part of the work is being delayed by Staff until the summer seasonal demand period has passed.

Facilities Construction Supervisor Bostick advised the Committee that QRE-6/12 Work Authorization Order No. 019 for conduit repairs at Meter Station 7B/8F is ongoing. Instrumentation/Remote Facilities Supervisor Schori indicated that the necessary repair work is more extensive than originally anticipated, exceeding the approved cost limitation. Instrumentation/Remote Facilities Supervisor Schori indicated that a Change Order will be forthcoming.

Regarding resolution R-13-15, Facilities Construction Supervisor Bostick advised the Committee that Contract QR-10/13 Work Authorization Order No. 007 is on the agenda seeking approval for Rossi Contractors to remove a malfunctioning 10” valve and replacing it with a Commission-owned valve. According to Instrumentation/Remote Facilities Supervisor Schori, the department lacks resources to perform the work in-house as the valve is located approximately twelve feet above floor level.

Regarding the Infor EAM Mobile application, Facilities Construction Supervisor Bostick advised the Committee the ongoing evaluation is progressing with only one minor problem encountered. In addition, the functionality has improved inspections set-up and generation of follow-up work orders. Facilities Construction Supervisor Bostick advised that staff continues to evaluate the possibility of Wi-Fi installation throughout the facility in an effort to economize on cellular data charges.

Regarding Southwest Transmission Main leak repairs, Facilities Construction Supervisor Bostick advised the Committee the work has been completed with the exception of restoration. In addition, Facilities Construction Supervisor Bostick advised the Committee that R-14-15 appears on the agenda to ratify Work Order Authorization No. 8 to repair a leak on the 24” Outer Belt Feeder Main in Lisle, which has been completed including restoration. After a question by Commissioner Furstenau regarding the cost estimate for the Lombard and Lisle repairs, Pipeline Supervisor Kazmierczak offered his best guess opinion as to the range of anticipated costs for Lombard and Operations Manager McGhee explained the methodology in determining the contractor of choice to perform the Lisle repairs.

Chairman Loftus stated that the last two Committee meetings have included authorizations for two water main repairs. Referring the Condition Assessment DVD, Chairman Loftus suggested that he is eager to review the report and begin working with Staff on an ongoing maintenance program to identify problems prior to having the need to perform shut downs of the mains.

Regarding R-12-15, Facilities Construction Supervisor Bostick advised the Committee the QRE-10/13 contract expires shortly and the bidding documents allowed for a two-year

2

Engineering Committee Minutes 05/21/2015 extension of the contract if all parties agree to the extension. Facilities Construction Supervisor Bostick advised the Committee that both Contractors have agreed to the extension and Staff is seeking Commission authorization to extend the contract term for two years.

Regarding R-15-15, Facilities Construction Supervisor Bostick gave a history of the entire Standpipe Rehabilitation project to date. Facilities Construction Supervisor Bostick advised the proposed agreement with Dixon Engineering, Inc. for Engineering Services is intended to provide design services, project administration services, resident inspection services and warranty inspection services for the rehabilitation of Standpipes Nos. 1, 3 and 4E beginning in summer 2015 through summer of 2018. Facilities Construction Supervisor Bostick further advised the services are staggered and sequential to follow scheduling set forth in the approved Five-Year Capital Improvement Program. General Manager Spatz added the Dixon proposal is approximately $12,000.00 less than that of the previous engineering firm utilized for the same work.

Regarding the Request For Board Action for the replacement of the roof at the DuPage Pump Station, Administration Building and Chlorination Building, Operations Manager McGhee explained the need for replacement, the means of selecting the contractor, the roofing materials, warranty and work schedule.

Regarding the Request For Board Action for authorizing a contract with SPI Energy Group for Electrical Supply Consulting, Commissioner Furstenau inquired whether there was a cap on the amount of the contract. Operations Manager McGhee advised the contract was for an hourly rate as needed and where the General Manager has limitations on the maximum limit for spending without Commission approval.

Chairman Loftus inquired with the Committee if there were any questions regarding the Status of Operations report or action items. Hearing none, Commissioner Scheck moved to recommend approval of items 2 through 7 of the Engineering and Construction Committee portion of the Commission Agenda. Seconded by Commissioner Furstenau and passed unanimously as follows:

Ayes: D. Loftus, R. Furstenau, F. Saverino and M. Scheck

Nays: None

Absent: None

Chairman Loftus inquired the Committee if any other business or items are to be discussed. Hearing none, Commissioner Saverino moved to adjourn the meeting at 6:47 P.M. Motion seconded by Commissioner Scheck and passed unanimously as follows:

Ayes: D. Loftus, R. Furstenau, F. Saverino and M. Scheck

Nays: None

Absent: None

SP2013/MINUTES/ENGINEERING/2015/ENG150521.doc

3

DuPage Water CommissionMEMORANDUM

John $patzGeneral Manager

Terry McGheeManager of Water OPerations

Pipeline SupervisorFacilities Construction SupervisorI nstrumentation SuPervisorGIS CoordinatorOperations SuPervisor

SUBJECT: Status of OPerations

Operations Overview

The Commission's sales for the month of May were a total ol 2.223 billion gallons. This

represents an average day demand of 71.7 million gallons qg dry (MGD)' which is

lower than the lvtay zol+ average day demand of 73.7 MGD. The maximum day

demand was 77.g ntrco on May i3,2O15, which is lower than the May 2014 maximum

day demand of 82.0 MGD. The minimum day flow was 66.3 MGD.

The Commission's recorded total precipitation for the month of May was 4.66 inches

compared to 4.gg inches for May 2014. The level of Lake Michigan for May 2015 is

SZS.'3S (Feet tcLD 1985) comparbd to 578.30 (Feet IGLD 1985) for May of 2014.

Water Conservation

Bridgepoint Technologies has completed finalizing the consolidation of

pr*itringeverydrop.org pages onto dpwc.org. This reduces costs as well as brings

more traffic to the water conservation pages. Staff will retain the domain

fir*servingeverydrop.org and it will route to water conservation pages on dpwc.org'

Ongoing: Staff is working with SCARCE to earn their Earth Flag. The process consists

of j gre;n audit, staff tralning in recycling and conservation, an action that involves the

Comirission in the communily (i.e. d noon drive, cleaning a creek, adopting a highway'

etc.), and finally presenting the Earth Flag to the Board Members. Staff has completed

the [reen audit-and is worfing with SCARCE to set up a date for staff training.

TO:

FROM:

DATE:

Ed KazmierczakChris BostickJohn SchoriFrank FrelkaMike Weed

June 11,2015

Status of Operations June 11,2015

Facilities Construction Overview

Storaoe Svstem lmProvements

The Contract for the Rehabilitation of Coating Systems and Fall Protection Systems for

Tank Sites No. 2 and No.4 West (Contract 5S-6/15) is ongoing. The Contractor is

submitting shop drawings and other required documentation. R-18-15 appears on the

agenda sleking approvil of Change Order No. 1 to reduce the contract price as well as

ratify the Board's consensus to modify the standpipe logos.

The Contractor for the Reservoir and Meter Station 198 Concrete and Miscellaneous

Metals Rehabilitation project is submitting shop drawings for review. Staff has

requested the Contractor to delay the reservoir hatch/vent work until September' This

wili require a Change Order for a time extension to be determined at a later date.

lnstrumentation / Remote Facilities Overview

Contract QRE-6/12

Work to repair a damaged conduit at Meter Station 7BI8F in Darien, authorized under

Work Authorization Order QRE-6.019, is complete. Change Order No. 1 appears on the

agenda as a Request for Board Action. lt was determined the conduit had damage in

other locations requiring additional excavation, additional conduit replacement and

asphaltrepair'TherevGedrepaircostestimateis$9,500'00;$6,000'00abovetheorig inal project estimate.

Meter Shop

QR-10/13 Work Authorization Order No. 7 to Rossi Contractors to remove and install a

failing ten-inch (10") diameter plug valve in the meter test bench is scheduled to be

completed before the end of June.

lnfor EAM

Staff set up new procedures in Infor to track service contract invoices against work

orders. This is an inherent capability of the system but one that hasn't been fully utilized'

It's anticipated this will improve accuracy and transparency by eliminating multiple

separate spreadsheets and centralizi ng record keeping a nd reporting.

Pipeline Maintenance and Construction Overuiew

Contract QR-10/13

With the exception of final restoration work, work authorized under QR-10/13 WAO No.

6, the repairs to the $outhwest Transmission Main in the City of Lombard are complete.

R-17-1b appears on the agenda requesting authorization for Work Authorization Order

No. g to Jbnn Neri Construction Co. Inc. for pavement repairs and frame and lidreplacement on Blanchard Street in the City of Wheaton'

Status of Operations June 11.2015

Pineline Maintenance

Staff is continuing with cathodic protection test station installations at various locationswithin DuPage County rights-of-way.

JUNH 2OI5 COMMISSION AGENDA ITEMS:

3

o-5-15:

R-{7-15:

R-{8-15:

RFBA:

An Ordinance Determining the Prevailing Rate of Wages in DuPageCounty and Cook County (No Cost Component).

A Resolution Approving and Ratifying Certain Work AuthorizationOrders Under Quick Response Contract QR-10/13 (John NeriConstruction, Co. Inc. - estimated at $11,850.00).

A Resolution Approving and Ratifying Certain Contract SS-6/15Change Orders (Era-Valdivia Gontractors, Inc. - Net Decreaseof $109,264.00).

Change Order No. 1 to Contract QRE-6.019 (Divane Bros.Electric Co. - Increase of Estimated Cost from $3,500.00 to$9,50o.oo).

Attachments

1 . DuPage Laboratory Bench Sheets for May, 20152. Water $ales Analysis 01-May-09 to 31-May-2015

http://sp201 3/$laluso/o?Oof/o?OOperations/201 5/1 5061 1 .docx

DU PAGE WATER COMMISSION

WATER SALES ANALY$IS

SALES TO

CUSTOMERS

MONTH (GALLONS)

01-Mey-92 TO

PER DAY AVERAGE

PURCHASES FROM GALLONS

CHICAGO BILLED(GALLONS) %

BILLINGS DOCUMENTED

FROM COMMISSION

CHICAGO WATER USE (2)

DOCUMENTED TOTAL DWC

COMMISSION ACCOUNTED OPER. &

WATER USE FOR MAINT, CHGO

% % RATE (3) RATE

31-May-15

80,221,741

BILLINGS

TO

CUSTOMERS

Mey-13

Jun-1 3

Jul-1 3

Aug-13S6p-1 3

Oct-13Nov-13D6c-1 3

Jan-14F6b-1 4Mar-14Apr-14

May-14Jun-1 4Jul-14

Aug-14

SEp-14

Oct-14Nov-14Dec.14Jen-1 5Feb-1 5

Mer- 15

Apr-1 5

May-1 5

809,1 19

049,?451,059,0861,323,4651,371,480

763,5194,979,5?o

745,215836,445

?,06s,4431,202,320

s,230,699

4S8,61 I11,256,7479,644,3571,259,3091,529,007

786,729772,329675,450717,O28543,S23s65,682

10,301,370

64S.444

0.03%0.03%0.04%0.04%0.05%0.03%o.24'h0.03%0.04%0.10%0.05%Q.75o/o

0.0?%0.40Y0

0.37%0.05%0.07%0.Q44/o

0.04%0.03%0.03%0.03%0.040/o

0,5070

0.03%

?,347,910,0002,321,503,000?,82S,?47,0003,007,723,0002,537,?41,0002,1 90,81 4,0001,es6,890,0002,1 22,238,0002,223,778,000?,068,669,0002,1 70,575,0002,024,459,000

2,278,57E,0002,389,528,0002,517,890,0002,545,942,000

?,?28,595,000?,oss,231,0001,s30,s66,000

1,s88,067,0002,054,769,0001 ,880,817,O002,094,277,0001,984,985,000

?.?1 5.394.000

2,413,837,252 S7.27%

2,390,040,458 s7.13%

2,S11,976,489 97.160/"

3,089,289,100 97.36%

2,60S,351,145 97'35'/o

?,245,112,672 97.58%

?,051,521 ,527 s7 .340k

2,175,040,412 87.57Yo

2,287,994,451 97.19e/o

2,118,?38,001 97,6670

2,234,019,300 s7.19'h2,08S,348,613 97.03%

2,351,587,455 96.9070

2,472,371,532 96.6570

2,597,231,004 96.95%

2,624,634,?58 97.000/"

?,2s0,4S9,879 97.300/"

?,118,627,503 97.200/,

1,981 ,464,658 97 .4514

2,04S,77ts,840 90.s9%2,114,481,02S 97.180/.

1 ,941 ,072,846 97.20'h?,161,266,992 96.S0%2,045,785,854 97.034/'

2,283,051 ,057 97.94'h

$7,7S5,061.20$7,707,38S.96$9,393,100.04$s,s85,640,30

$8,423,640.1?$7,273,50?.48$0,0?9,674.80$7,045,830,1 6

$8,828,398,66$8,212,615.93$8,61 7,1 8?.75

$8,037,1 02.?3

$s,045,954.tso$s,486,426.10$9,SS6,023.30

s1 0,1 07,38S.74

$8,847,s22.1 5

$8,1 75,1 47.07

$7,6S5,935.02$7,89?,025.SS$9,016,318.S2$8,830,303,59$9,801,?1S.36$9,?8s,729.80

$1 0,744,800.90

97.30% $3.32 $?.882s7j6% $3.3? $2.882s7.20"h $3.3? $2.88297.40% $3.32 $2.88297.40% $3.32 $2.882g7.82oa $3.32 $2.88?s7.58% $3.3? $?.882s7.61% $3.3? $2.88297.?3To $3.97 $3.31ts

97.76'/o $3.97 $3.31697.21Yo $3.S7 $3,31697.28.h $3.S7 $3.316

9B.92Yo $3.97 $3.31S

s7j1% $3.S7 $3.316s7.32% $9.S7 $3.316s7.05% $3.97 $3.316

97.360/" $3.97 $3.31697.230/" $3.97 $3.31697.49% $3.97 $3.31097.O20h $3.97 $3.31697.2104 $4,68 $3.819g7.23ah $4.88 $3.81390.95% $4.68 $3.81397.53% $4.68 $3.E13

s7.06% $4.85 $3.813

$6,9s6,678.96$0,888,0S6.60$8,392,31 6.24

$8,S03,331.38$7,511,504,00$6,470,414.7?$5,91 ?,485.04

$0,?68,483.76$7,586,989.60$7,024,079.20

$7,408,008.00$6,91 8,332.00

$7,7S7,864,00$8,1 98,384,00

$8,612,420.00$8,703,?87.20$7,595,?97.60s7,0?5,308.80$6,570,53S.80$6,797,000.00$8,00?,51 8.44$7,401,310.7ts$8,240,91 1.04

$7,800,505.20

$8,705,273.68

TOTAL$(1) 079,349,4s4,798 ts95,350,5s5,089 97.27% $1,116,967,615,88 $1,042,1S9,342.12 070,553,164 0.10% 97.360/" $1.S5 $1.4S9

(1) - SrNcE MAY 1, 199?

(?) - REPRESENT$ DU PAGE PUMP STATIQN, METER TESTING AND coNSTRUCTION PRoJEcT USAGE

(3). DOE$ NOT INCLUDE FIXED COST PAYMENTS

YTDMaY-14

May-15

MonthMay-14

May- 15

May>April

2,278,578,0002,215,394,000

(83,184,000)

-2.80/o

?,278,578,0002,215,394,000

(63,184,000)

-2.8%

230,409,000

?,351,587,4552,283,051,057

9,045,S5510,744,001

$1,698,70618.8%

9,045,955

10,744,661

1,ts98,700 $

1f,.8%

1,454,S31

7,797,EA48,705,274

$s07,4r011.6%

7,797,864

8,7A5,274

s07,410

11.0%

904.708

$3.97 $3.316

$4,85 $3.S13

$3.97 $3.310

$4.85 $3.813

2,351,587,455 96.900/o

?,283,051,057 97.04%

(68,530,3s8)-? gnh

90.900/o

s7.o4%

(08,536,398) $-2.5%

237,285,?03

H:\Accounting\201 5-201 9\05-1 5\Commission Roports\h2oBales 051 5

FoTF

azz{.oH

Ho-9

:c4q

Wg

_1Or!r,uE

,IL{o

fo?F

ct

LLfFz

oL(uEoftro-

0-ELrJFtsFFdltrfF

NJOIJJtutrT

L

o

lUUJ

Ior(JzllJoEg u

tsN

E#+

ss=

fi{d

o=

l! 1!

tt- O

lJE

48R

3E

ul o

=s

oa(J=

trEF

O$EI,U(9{Ifo

Fo=E

zfF

Jo-TL

Ju)zoozXtuJ

oE.sgoo-oo$Bo0)qt$E$E

rorOo{(LIJJ

DATE: June 4,2015

REQUEST FOR BOARD ACTION

AGENDA Engineering & ConstructionSECTION Committee

ORIGINATING General Manager'sDEPARTMENT Office

ITEM An Ordinance Determining thePrevailing Rate of Wages inDuPage County and CookCounty

Ordinance No. O-5-15

APPROV

Attached is "An Ordinance Determining the Prevailing Rate of Wages in DuPage Countyand Cook County." This Ordinance is adopted annually by the Commission. ThisOrdinance establishes the prevailing rate of wages for various construction trades workingon Commission public works construction projects. The prevailing rate of wages includedin this Ordinance have been obtained from the lllinois Department of Labor. TheCommission includes a copy of its then current prevailing wage ordinance in all of its publicworks construction specifications.

Once adopted by the Commission, a certified copy of this Ordinance will be filed with theDepartment of Labor of the State of lllinois as required by law. The Commission will alsopublish a notice of the adoption of the Ordinance in a newspaper of general circulationwithin the area, within thirty (30) days following its filing with the Secretary of State and theDepartment of Labor.

MOTION: To adopt Ordinance No. O-5-15.

DUPAGE WATER COMM IS$ION

ORDTNANCE NO. O-5-15

AN ORDINANCE DETERMINING THEPREVAILING RATE OF WAGES IN

DUPAGE COUNTY AND COOK COUNTY

WHEREAS, the State of lllinois has enacted "An Act Regulating Wages of

Laborers, Mechanics and Other Workers Employed in Any Public Works by the State,

County, City or Any Public Body or Any Political Subdivision or By Anyone Under

Contract for Public Works," approved June 26, 1941, as amended, being Act 130

(Prevailing Wage Act), of Chapter 820 (Employment), of the lllinois Compiled Statutes,

820 ILCS 130/0.01 et seq. (the "Act"); and

WHEREAS, the Act requires that the DuPage Water Commission investigate and

ascertain the prevailing rate of wages as defined in the Act for laborers, mechanics and

other workers in the localities of DuPage County and Cook County employed in the

construction of public works for the DuPage Water Commission; and

WHEREAS, "locality" is defined in the Act as the County where the physical work

upon public works is performed and the public works of the DuPage Water Commission

will be pedormed in both DuPage and Cook County;

NOW, THEREFORE, BE lT ORDAINED by the Board of Commissioners of the

DuPage Water Commission as follows:

SECTION ONE: To the extent and as required by the Act, the general prevailing

rate of wages in DuPage County for laborers, mechanics and other workers engaged in

the construction of public works coming under the jurisdiction of the DuPage Water

Commission, which physical work is being pedormed on public works in DuPage

County, is hereby asceftained to be the same as the prevailing rate of wages for

carolyn
Draft

Ordinance No. O-5-15

construction work in the DuPage County area as determined by the Department of

Labor of the State of lllinois as of June 2015 A copy of that determination is attached

hereto, and by this reference incorporated herein, as Exhibit A. As required by the Act,

any and all revisions of the prevailing rate of wages in DuPage County by the

Department of Labor of the State of lllinois shall supersede the Department's June

determination and shall apply to any and all public works construction in DuPage

County undertaken by the Commission,

SECTION TWO: To the extent and as required by the Act, the general prevailing

rate of wages in Cook County for laborers, mechanics and other workers engaged in the

construction of public works coming under the jurisdiction of the DuPage Water

Commission, which physical work is being performed on public works in Cook County,

is hereby ascertained to be the same as the prevailing rate of wages for construction

work in the Cook County area as determined by the Department of Labor of the State of

lllinois as of June 2015. A copy of that determination is attached hereto, and by this

reference incorporated herein, as Exhibit B. As required by the Act, any and all

revisions of the prevailing rate of wages in Cook County by the Department of Labor of

the State of lllinois shall supersede the Department's June determination and shall

apply to any and all public works construction in Cook County undertaken by the

Commission.

SECTION THREE. The definition of any terms appearing in this Ordinance that

are also used in the Act shall be the same as in the Act. Nothing herein contained shall

be construed to apply the general prevailing rate of wages for DuPage County and for

Cook County as herein ascertained to any work or employment except public works

Ordinance No. O-5-15

construction of the DuPage Water Commission conducted in DuPage County and Cook

County, respectively, to the extent required by the Act.

SECTION FOUR: The Clerk of the DuPage Water Commission shall publicly

post or keep available for inspection by any interested party in the main office of the

DuPage Water Commission this determination of the prevailing rate of wages for

DuPage County and for Cook County.

SECTION FIVE: The General Manager is hereby directed to:

(a) promptly file, no later than July 16, 2015, a certified copy of thisOrdinance with the Department of Labor of the State of lllinois;

cause to be published in a newspaper of general circulation withinthe area a notice of the adoption of this Ordinance, within thirty (30)days of its filing with the Secretary of State and the Department ofLabor of the State of lllinois, and such publication shall constitutenotice that the determination is effective and that this is thedetermination of this public body;

mail a copy of this determination to any employer, to anyassociation of employers and to any person or association ofemployees who have filed their names and addresses, requestingcopies of any determination stating the parlicular rates and theparticular class of workers whose wages will be affected by suchrate; and

attach a copy of this determination or of the revised determinationof prevailing rate of wages then in effect to all public worksconstruction contract specifications.

(b)

(c)

(d)

-3-

Ordinance No. O-5-15

SECTION SIX: This Ordinance shall be in full force and effect from and after its

AYES:

NAYS:

ABSENT:

ADOPTED this 201 5

Chairman

ATTEST:

Clerk

Board/Ordinances/O-5- 1 5.docx

-4-

Du Page County Prevailing Wage for June 2015

(Sce cxphnation of column hcedings at btttom of wagcs)

Tnade Name RG TYP C Base FRMAN M-F>8 OSA OsH H/!l| Pensn Vac Trng

A5BE5TO5 ABT-GENASBESTOS ABT-MEC

BOILERMAKERBRICK MASON

CARPENTER

CEMENT TVIASON

CERAMIC TILE FNsHER

COMMUNICATION TECH

ELECTRIC PtlR EQMT 0PELECTRIC Pt^lR EQMT OP

ELECTRIC PWR GRNDMAN

ELECTRIC PWR GRNDMAN

ELECTRIC PWR LINEMAN

ELECTRIC Pt^lR LINEMAN

ELECTRIC PWR TRK DRV

ELECTRIC PWR TRK DRV

E LECTRICIANELEVATOR CONSTRUCTOR BLD 50.8OO 57,T54 2.@

FENCE ERECTOR NE ALL 35.840 37.840 L.5FENCE ERECTOR t^l ALL 45.060 48.660 2.0GLAZTER BLD 4@.@@@ 41.500 1.5HTIFROST INSULATOR BLD 48.45@ 50.950 1.5rRoN !,I0RKER E ALL 43,@gA 45.O@A 2,@

IRON IdORKER t^l ALL 45.060 48.664 Z.gLABORER ALL 38.000 38.750 1.5LATHER ALL 43.350 45.350 1..5MACHINIST BLD 44.}5@ 46.850 1.5MRBLE FINISHERs ALL 31.480 32,974 t.5MARBLE MA5ON BLD 47.78@ 45.960 1.5MATERIAL TESTER I ALL 28.EEO O.OOO 1.5MTERIAIS TE5TER II ALL 33. AEE O. OOO 1. 5MILLWRIGHT ALL 4}.35@ 45.350 1.5OPERATING ENGINEER BLD 1 47.108 51.L@@ 2.4OPERATING ENGINEER BLD 2 45.800 51.T@@ Z,OOPERATING ENGINEER BLD 3 43.250 51.I@@ Z.gOPERATING ENGINEER BLD 4 41.500 51.I@@ 2.4OPERATING ENGINEER BLD 5 59.850 51.1.00 2.0OPERATING ENGINEER BLD 6 48.180 51.100 2.0OPERATING ENGINEER BLD 7 5O.1OO 51..1@A 2,@

OPERATING ENGINEER FLT 35.OOO 35.OOE ]..5OPERATING ENGINEER HllJY 1 45.300 49.308 1.5OPERATING ENGINEER HWY 2 44.75@ 49.308 1.50PERATING ENGINEER Ht^lY 3 42.7@@ 49.30e 1.5OPERATING ENGINEER HWY 4 41.380 49.300 1..5OPERATING ENGINEER HWY 5 4O.1EO 49.308 1.5OPERATING ENGINEER HWY 6 48.388 49.300 1.5OPERATING ENGINEER HWY 7 46.308 49.308 1.5ORNAFINTL IRON WORKER E ALL 43.9@@ 46.4A0 2,OORNAMNTL IRON IdORKER W ALL 45.@6@ 48.660 2.0PAINTER ALL 4L.73O 43.73@ L,5PAINTER 5IGN5 BLD 3f.92@ 38.090 1.5PILEDRIVER ALL 43.350 45.358 1.5PIPEFITTER BLD 46.@@A 49.OOO 1.5PLASTERER BLD 41.25O 43.76@ I,5PLUMBER BLD 45.550 48.550 1..5ROOFER BLD 4A.IAO 43.100 1.5SHEETMETAL WORKER BLD 44.9@A 46.060 1.5

ALL 38.200 38.70@ I.5BLD 35.100 37.6@O L,5BLD 45.650 49.76@ Z.qBLD 42.58A 46.84e 1.5ALL 43.350 4s.3ss 1.5ALL 39.250 4!.25@ 2,4BLD 35.810 0.000 1.5BLD 32.650 34,750 t.5ALL 37.890 51.480 1.5HWY 39.22@ 53.290 1.5ALL 29.3@O 51.480 1.5HWY 30.330 53.29e 1.5ALL 45.360 sl.480 1.5HWY 46.9se s3.290 1.5ALL 3A.34@ s1.480 1.5HWY 31.400 s3.290 1..5BLD 38.160 41.980 L.5

1.s ?.6 13.78 10.121.5 2.0 11.77 [email protected].@ 2..O 6.974 17.811.5 2.0 9.850 13.601.5 2.0 13.29 13.751.5 ?.O 1-2.7@ 17.L41.5 2.0 10.55 8.4401.5 2.0 9.550 15.16L.5 2.0 5.00e 11.751..5 2.O 5.AA@ 12.L71". 5 2.0 5. e00 9.0901.5 2.0 5.AOO [email protected] 2.O 5.000 14.461.s 2.0 5.AAA 14.s61.5 2.e 5,@AA 9.4@@

1.s 2.0 s.o@@ [email protected] 2.0 9.sse 18.292,@ 2,9 t3.s7 t4.?t1.5 2.0 13.01 11.51z.@ z.a 10.52 18.81z.@ ?.@ 12.49 15.991.5 2.0 rr.47 t2.r62,@ 2.0 13.45 2e.65z.q 2.0 10. 52 18 . 8LL. 5 2.0 13.78 1.0. 1.?

1.5 2.0 13.29 13.751.5 2,0 6.760 8.9501.5 2.e 9.850 13.101.5 2.e 9.850 13.42t.5 2.O r.3.78 10,121.5 2.@ L3.78 1.0.1.21. 5 2.0 13.29 1.3 .752.O 2.8 17.1e 1.1.802,0 2.4 t7.t@ 11.80z,a 2.4 t7.to 1L.8ez.a 2.o t7.t@ 1L.802.4 2.4 17.t@ LL.8Az.a 2.@ 17.L0 1.1.802,@ 2,O 17. 10 11.801.5 2.0 16.60 11.051.5 2.0 t7.tg 11.801.5 2.0 t7.t@ 11.8e1.5 2.0 17.10 11.801.5 2.e 17.1e 11.801.5 2.0 17.10 1L.801.5 2.0 t7.t@ LL.801.5 2.0 17.10 11.802.9 2.@ tt.16 L7.2.42.O 2.@ 10.52 18.811.5 1.s r.0.30 8.2001.5 1.5 2.60e 2.7t41.5 2.e tt.29 13.751.5 2.4 9.@AO 15.851. 5 2.0 I .7@A 13.081.5 2.0 13.18 11.451.5 2.0 8.280 L4.541.5 2.0 10.6s 13.e6

g.o@o

9.900@.@oo

0.oasg.gaao,@o@

o.gaa1. 25eg,ga@

@.4@@

a.@@@

@.@@ag.g@q

[email protected][email protected]@.4@@

0.0e0e. [email protected],@o@

@[email protected]@

@.@@@

@.oaag.ga@

a,[email protected]".900r..9001.9001.9001.90e1.900L.900L.9001.9e91.90e1.9e01.900a.aaa@,@@@

a.@go@.@@@

@,@@@

o.o00a.@@@

a.a@@

@.aaao.goo

@[email protected]@@

1. e3e0.6308.45@@.7r40.6100. 3800.39e@[email protected]@[email protected]. [email protected]@@.50@

0,63ea,[email protected]@.760o.509e.50e0.6301.25e1.2501. ?501.2501.2501.2501.2501.2591..2501.2501.250r..2501.2501.250L.2500.650o,4@o1. 350o,@@@

0.630r.7840.9800.880e.53eo.820

SPRINKLER FITTERSTEEL ERECTOR

STEEL ERECTOR

STONE MASON

5{JRVETHER{(ER-*TERRAZZO FINISHERTERRAZZO MASON

TILE MASON

TRAFFIC SAFETY WRKR

TRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTUCKPOINTER

BLD 49.zAQ 51.20eALL 42,O7A 44.O7AALL 45.460 48.560BLD 42,58A 46.84Q

NOT IN EFFECT

BLD 37.940 A.@@A

BLD 44.88e 43.88eBLD 42.840 46.840HWY 32.750 34.3s@ALL 1 32.550 33.100ALL 2 32.7A@ 33.100ALL 3 32.940 33.L00ALL 4 33.L00 33.L00BLD 41.620 42,620

L,5 2.@ tL.7S2.@ 2.4 13,452.@ 2.O 1.0.521.5 2.0 e.85e37.@gA 37.7591.5 2.0 10.551 .5 2.0 10.551.5 2.0 10.55L.s z.@ 5.550l.s 2.0 6.5001. 5 2.0 6. 500L5 Z,O 5.5001. 5 2.0 6. 5001.s 2.0 9.850

9.5s0 a.o00 6.sso19.59 0.000 0.350L8.81 0.000 [email protected] 0.00e 1.0301.5 t.5 2.@ [email protected] @.aaa 6,[email protected] 0.000 0.82970.42 @.@AA A.9296,4s@ E.@@@ 0.5004.3s0 a.aoo 0.L504.3s0 0.900 0.1se4.350 g.@@@ 0.lse4.350 0.000 a.1s012.61 e.000 0.6s0

9.930 0.0e9 @.saa

E

W

1.52.A2,O1.5ALL1.51.51.51.51.51.51.51.51.5

Legend: Rc (Reston)TYP (Trade Type - Al1,Hlghwey,Building,Ftoattng,otl & chiprRivers)c (class)Base (Base wage Rate)FRI\4AN (Foreman Rate)M-F)8 (0T requlted for any hour Breater than I wonked each day, Mon through Fni.05A (overtime (OT) is required fon every houF worked on Satunday)OSH (0vertiile is nequlred for every houn woFked on Sunday and Holidays)H/V,l (Health & Welfane Insunance)Pensn (Pension)Vac (Vacation)TFng (Tratning)

Explanations

DUPAGE COUNTY

IRON WORKERS AND FENCE ERECTOR ([^JEST) - West of Route 53.

The following list is considered as those days for which holiday natesof wages for work performed apply; New years Day, Memorial Day,Fourth of JuIy, Labor Day, Thanksgiving Dayr Chnistmas Day andVetenans Day in some classifications/counties. Generally, any ofthese holidays which fall on a Sunday is cetebrated on the followingMonday. This then makes work penfonmed on that Monday payable at theappnopriate overtime rate for holiday pay. Common practice in a givenlocal may alter certain days of celebration. If in doubt, pleasecheck with IDOL.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - nemoval of asbestos matenial/mo1d and hazandousmaterials fnom any place in a building, includlng mechanical systemswhere those mechanical systems ane to be removed. This includes theremoval of asbestos materials/mold and hazandous materials fromductwonk or pipes in a building when the building is to be demolishedat the time or at some close future date.

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

TRAFFIC SAFETY - work associated with barricades, horses and dnumsused to reduce lane usage on highway work, the installation andremoval of temporary lane markings, and the installation and nemovalof temporary noad signs.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of a1l classes of tiIe, whetherfor intenior or exterior purposes, all burned, glazed on unglazedproductsj all composition matenials, granite tIles, warning detectabletiles, cement tiles, epoxy composite materials, pavers, glass,

mosaics, fiberglass, and alI substitute matenials, fon tile made intile,ljke unitsl aII mixtures in tile like form of cement, metals, and

othen materials that ane for and intended for use as a finished floorsurface, stair tneads, promenade roofs, walks, waI1s, ceilings,swimming pools, and atl other places where tile is to fonm a finishedintenion or exterion. The mixing of all setting montars including butnot llmited to thln-set mortars, epoxies, wall mud, and any othersand and cement mixtures or adhesiveS when used in the pneparation,installatlon, repain, or maintenance of tile and/on similar materials.The handling and unloading of all sand, cement, lime, tile,fixtures, equipment, adhesives, of any other materlals to be used inthe pneparation, installation, repair, on maintenance of tile and/On

simitar materlals, Ceramlc Tite Finlshers shaIl flIl 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 aII types of tile installationsincluding, but not be limited to, all soap compounds, paper pnoducts,tapes, and all polyethylene covenings, plywood, masoniter cardboard,and any new type of products that may be used to protect tileinstallations, Blastrac equipment, and all floor scanifying equipmentused in preparing floons to receive tile. The clean up and nemoval ofall waste and materials. AI1 demolition of existing tile floors and

wa1ls to be re-tiled.

COMMUNICATIONS TECHNICIAN

Low voltage installation, maintenance and removal of telecommunicationfacillties (voice, sound, data and video) including telephone and

data inside wirer interconnect, tenminal equipment, central offices,PABX, fiber optic cable and equipmentr micno wavesr V-SAT, bypass,CATV, hlAN (wide area networks), LAN (local anea netwonks), and ISDN

(integrated system digitat network), pulling of wlre in raceways, butnot the installation of raceways.

MARBLE FINISHER

Loading and unloading trucks, distribution of alI materials (aI1stone, sand, etc.), stocking of floons with material, penfonming aIlnigging for heavy wonk, the handling of all mateniaL that may be

needed for the installation of such materials, building ofscaffolding, polishing if needed, patching, waxing of matenial ifdamaged, pointing up, caulking, grouting and cleaning of manble,holding water on diamond on Carborundum blade or saw fon setterscutting, use of tub saw or any othen saw needed for preparation ofmatenial, drilling of holes for wires that anchor material set bysettens, mixing up of molding plaster fon installation of material,mixing up thin set for the installation of matenial, mixing up of sandto cement fon the installation of material and such othen wonk as may

be required in helping a Marble Setten in the handling of allmaterial in the erectlon or installation of interior marble, sIate,travertine, art marble, serpentine, alberene stone, blue stone,granite and other stones (meaning as to stone any foreign on domesticmatenlals as are specified and used in building inteniors andexteniors and customarily known as stone in the trade), carnara,sanionyx, vitrolite and similan opaque glass and the Iaying of allmarble tiler terrazzo tile, slate tile and precast tile, steps, riserstreads, base, on any other matenials that may be used as substitutesfor any of the aforementioned materials and which are used on interiorand exterior which ane installed in a similar manner.

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

MATERIAL TESTER II: Field inspection of welds, structunal steel,fineproofing, masonny, soil, facade, neinforcing steel, fonmwork,cuned concrete, and concnete and asphalt batch plantsi adjusting

pnopontions of bituminous mixtunes.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphatt Spreadenl Autogradel Backhoes withCaisson Attachment; Batch Plant; Benoto (requires Two Engineers);Boller and Throttle Valvel Calsson Rigs; Central Redi-Mlx plant;combination Back Hoe Front End-roader Machine; compressor and Throttrevalvei concrete Bneaken (Truck Mounted)1 concnete conveyorj concreteConveyon (Truck Mounted); Concnete paver Over Z7E cu. ftl ConcretePaver 27E cu. ft. and Under: Concrete placer; Concrete placing Boom;Concrete Pump (Tnuck Mounted); Concrete Tower; Cranes, AI1; Cranes,Hammerheadl Cranes, (GCI and similan Type); Creter Cranel SpidenCnane; Crushen, Stone, etc.; Dernicks, A11; Dennicks, Traveling;Formless Curb and Gutter Machinel Graden, Elevating; GnoutingMachines; Heavy Duty Self-Propelled Transporter or prime Mover;Highlift shovels on Ffont Endloader 2-t/4 yd. and oven; Hoists,Hlevatons, outside type rack and pinion and similar machines; Hoists,One, Two and Three Dnum; Hoists, Two Tugger One Floor; HydraulicBackhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment);Locomotives, AII; lrloton Patnol; Lubnication Technician; Manipulators;PiIe Dnivers and Skid Rig; Post HoIe Diggen; Pre-Stress Machinel pump

Cretes Dual Raml Pump Cretes: Squeeze Cretes-5crew Type pumps; GypsumBulker and Pump; Raised and B1ind HoIe Drill; Roto MilI Grinder;Scoops - Tracton Dnawnl 51ip-Form Paver; Straddle Buggies; Operationof Tie Back Machinej Tournapull; Tractor with Boom and Side BoomlTnenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; ConcreteMixer (Two Bag and Over); Conveyor, portable; Forklift Tnucks;Highlift Shovels or Front Endloaders under 2-tl4 yd.; Hoists,Automaticj Hoists, Inside Elevators; Hoists, Sewer Dragging Machine;Hoists, Tugger Single Druml Laser 5creedl Rock DniIl (SeIf-propelled);Rock DniIl (Truck Mounted); RoIIens, A11; Steam Genenators; Tractors,A1I; Tracton Dnawn Vibratory RoIIen; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment OpenatonjGenerators; Heaters, Mechanicall Hoists, Inside Elevators (remodelingor renovation wonk); Hydraulic Powen Units (Pile Driving, Extnacting,and Drilling); Pumps, oven 3" (J. to 3 not to exceed a total of 3@0

ft.); Low Boysl Pumps, Well Points; Welding Machines (2 thnough 5);Winches, 4 Sma11 Electric DnilI Winches.

CIass 4. Bobcats and/or other 5kid Steer Loadersl Oilers; and BnickForkIift.

Class 5. Assistant Cnaft Foneman.

Class 6. Gradalf.

CIass 7. Mechanics; Welders.

OPERATING ENGINEERS HIGHWAY CONSTRUCTION

Class 1. Asphalt P1ant; Asphalt Heater and Planer Combination; AsphaltHeater Scarfire; Asphalt Spreaderl Autognader/GOMACO or other similantype machines; ABG Paven; Backhoes with Caisson Attachment; BallastRegulatorj Belt Loadenl Caisson Rigs; Car Dumper; Centnal Redi-MixPlant; Combination Backhoe Front Endloaden Machine, (1 cu. yd. BackhoeBucket on oven or with attachments); Concnete Breaker (TruckMounted); Concrete Conveyor; Concrete Paver oven 27E cu. ft.; ConcnetePlacen; Concnete Tube Floatj Cnanes, all attachments; Cnanes, TowerCranes of aII types: Creter Crane: Spider Crane; Crusher, Stone, etc.;Derricks, AlI; Derrick Boats; Derricks, Tnaveling; Dredges;Elevators, outside type Rack & Pinion and Slmltan Machinesl Formless

Curb and Gutter Machinel Graden, Elevating; Grader, Moton Grader,Moton Patrolr Auto Patnol, Form Grader, PuLI Grader, Subgnadenl Guand

RaiI Post Driver Truck Mounted; Hoists, One, Two and Three Drumj HeavyDuty Self-Propelled Transporter or Pnime Mover; Hydraulic BackhoeslBackhoes with shean attachments up to 4@' of boom reach; LubricationTechnician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig;Pne-Stress Machine; Pump Cretes DuaI Ram; Rock Drill - Crawler or SkidRiB; Rock Dnill - Truck Mounted; Rock,/Track Tamper; Roto MillGrinder; SIip-Form Paver; Snow Meltersl SoiI Test DriII Rig (TruckMounted)j Stnaddle Buggies; Hydraulic Telescoping Form (Tunne1);0peration of Tieback Machine; Tractor Drawn Belt Loaden; TfactorDrawn BeIt Loaden (with attached pusher - two engineers); Tracton withBoom; Tractaire with Attachments; Tnaffic Barrier Transfer Machine;Trenching; Tnuck Mounted Concrete Pump with Boom; Raised on Blind HoleDritIs (Tunnel Shaft); Underground Boning and,/or Mining Machines 5

ft. in diameten and over tunnel, etc; Undenground Boring and/or MiningMachines unden 5 ft. in dianreter; tnJheel Excavatonl Widener (APSCO)'

Class 2. Batch Plant; Bituminous Mixer; BoiIer and Throttle Va1ve;Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe FrontEndloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or withattachments); Compressor and Thnottle Valvel Compressor, Common

Receiver (3)j Concrete Breaker on Hydro Hammeni Concrete Grindingmachlnej Concrete Mixer or Paven 75 Series to and including 27 cu,ft.; concrete Spreader; Concnete Cuning Machine, Burlap Machine,Belting Machine and Sealing Machine; concrete wheel Sawl Conveyor MuckCars (Haglund or Similan Type); Dnills, AII; Finishing Machine -Concretel Highlift Shovels or Front Endloaden; Hoist - Sewer DraggingMachinel Hydnaulic Boom Trucks (AI1 Attachments)j Hydro-Blaster; HydroExcavating (excluding hose work)1 Laser Screedl A11 Locomotives,Dinky; 0ff-Road Hauling Units (including articulating) Non

Self-Loading Ejection Dump; Pump Cretesl Squeeze Cretes - Screw TypePumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow P1owslRototiller, Seaman, etc., self-propelled; SeIf-Propelled Compactor;Spreaden - Chip - Stoner etc.j 5crapen - Single/Twin Engine/Push andPull; 5cnapen - Pnime Moven in Tandem (Regardless of Size); Tractonspulling attachments, Sheeps Foot, Disc, Compacton, etc.; Tug Boats.

Class 3. Bollens; Brooms, AII Power Pnopelled; Cement Supply Tenden;Compnessorr Common Receiven (2); Concrete Mixer (Two Bag and Oven);Conveyor, Pontable; Fanm-Type Tractors Used for Mowing, Seeding, etc.;Forklift Trucks; Gnouting Machine; Hoists, Automaticl Hoists, AIlElevatorsl Hoists, Tugger Single Dnum; Jeep Diggers; Low Boys; PlpeJacking Machines; Post-HoIe Digger; Powen Saw, Concrete Powen Dniven;Pug Millsj RolLers, other than Asphalt; Seed and Straw Blowen; SteamGenerators; Stump Machinel Winch Tnucks with "A" Framel Work Boats;Tamper-Form-Motor Driven.

Class +. Air Compressor; Combination * Small Equipment Operaton;Directional Boning Machine; Genenatonsj Heatersr Mechanical; HydraulicPower Unit (Pile Driving, Extracting, or DriIling); Light Plants, A11(1 through 5); Pumps, oven 3" (1 to 3 not to exceed a total of 300ft.); Pumps, WeIl Points; Vacuum Trucks (excluding hose wonk)j WeldingMachines (2 thnough 5); hlinches, 4 5ma11 Electric Drill Winches,

CIass 5. SkidSteer Loaden (afl); Brick Forklifts; oilens.

class 6. FIeld Mechanics and Field Welders

Class 7. Dowell Machine with Air Compnesson; Gradall and machines oflike natune.

OPERATING ENGINEER - FLOATIN6

Diver. Diver Wet Tenden, Diver Tender, ROV Pilot, ROV Tender

SURVEY WORKER - Operated survey equipment including data collectors,G.P.5. and robotic instruments, as weII as conventional tevels andtransits.

TRUCK DRIVER - BUILDTNG, HEAVY AND HIGHWAY CONSTRUCTION

Class 1. Two or three Axle Trucks. A*fname Truck when used fontnanspontation punposes; Ain Compressors and Welding Machines,including those pulled by cars, pick-up trucks and tractorslAmbulancesj Batch Gate Lockers; Batch Hoppenman; Car and TruckWashersl Carry-alls; Fork Lifts and Hoisters; Helpers; MechanicsHelpens and Greasers; 0iI Distributons 2-man openation; pavementBreakersl PoIe Tnailerr up to 4O feetl Power Mowen Tnactors;Self-propelled Chip Spreaderl Skipman; Slurry Trucks, 2-manopenation; Slurry Truck Conveyon Operation, 2 on 3 man; Teamsters;Unskilled Dumpman; and Truck Dnivers hauling warning lights,bannicades, and portable toilets on the job site.

C1ass 2. Foun axle trucks; Dump Cnets and Adgetors under 7 yards;Dumpstens, Tnack Trucks, Euclids, Hug Bottom Dump Turnapulls orTurnatnailers when pulling other than self-loading equipment orsimilar equlpment under 16 cubic yardsl Mixer Trucks under 7 yeards;Ready-mix Plant Hoppen 0penaton, and Winch Trucks, 2 Ax1es.

Class 3. Five axle trucks; Dump Crets and Adgetons 7 yards and overlDumpstens, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers orturnapulls when pulling other than self*loading equipment on similarequipment over 16 cubic yards; Explosives and/on Fission MaterialTrucks; Mixer Trucks 7 yards on over; Mobile Cnanes while in transitlOiI Distributors, 1-man operationj PoIe Trailer, over 40 feet; PoIeand Expandable Trailers hauling matenial over 50 feet long; Slurrytnucks, L-man openation; Winch tnucks, 3 axLes or more;Mechanic--Truck Welden and Truck Painter.

Class 4. 5ix axle trucksj DuaI-purpose vehicles, such as mountedcrane tnucks with hoist and accessonies; Foneman; Master Mechanic;Self*loading equipment like P.B. and tnucks wlth scoops on the fnont.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and alI other materialsthat may be used by the Mosaic Terrazzo Mechanic, and the mixing,grinding, grouting, cleaning and sealing of aIl Manble, Mosaic, andTerrazzo work, floors, base, stairs, and wainscoting by hand ormachine, and in addition, assisting and aiding Manble, Masonic, andTenrazzo Mechanics.

Other Classifications of Work:

Fon definitions of classifications not othenwise set out, theDepantment generally has on file such definitions which are avallable.If a task to be performed is not subject to one of theclassifications of pay set out, the Depantment will upon beingcontacted state which neighboring county has such a classification andprovide such rate, such nate being deemed to exist by reference inthis document. If no neighboring county nate applies to the task,the Department shall undentake a special determination, such specialdetermination being then deemed to have existed under thisdetermination. If a project requires these, or any classification notlisted, please contact IDOL at 277-782-17L0 for wage rates onclarifications.

LANDSCAPIN6

Landscaping wonk fa1ls under the existing classifications for laborer,operating engineer and truck driver. The work performed by landscapeplantsman and landscape laboren is covened by the existingclassification of laborer. The wonk performed by landscape operatons(regandless of equipment used or its size) is covered by theclassifications of operating engineer. The work performed bylandscape truck drivers (negandLess of size of truck driven) iscovened by the classifications of truck driver.

MATERIAL TESTER & MATERIAL TE5TER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, theclassification entitled "MateriaI Testen I" involves the same jobduties as the classification entitled "Materia1 Tester/Inspector I".Likewise, the classification entitled "Material Tester II" involvesthe same job duties as the classification entitled "MateriaITester/Inspector II".

EXHIBIT B

Cook County Prevailing Wage for June 20f 5

($cr rxphnrtion of column htrdings flt bottom of wrges)

Trade Name RG TYP C

ALLBLD

BLD

BLD

ALLALLBLD

BLD

ALLALLALLALLBLD

ALLBLD

BLD

ALLALLALLBLD

ALLBLD

AtLALLALLBLD 1

BLD 2BLD 3

BLD 4BLD 5

BLD 6BLD 7FLT 1FLT 2FLT 3FLT 4FLT 5

FLT 6HWY 1

HWY 2HWY 3HWY 4HWY 5HWY 6HWY 7ALLALLBLD

ALLBLDBLD

BLD

BLD

BLDBLD

BLD

ALL

Base

38.20035.10045.65042,58443.35043. lee35.81039.00045.1e035.96046.t@A44.@@@

50.80835.84044.@@O

48.4s44.AAA38.0e04][email protected]@31 [email protected]@@

33.00043.35047,70945.80043.25041. 5e050.85048.1SO50. 10052.45050.95045. 35037,70053.95035.00045.3@@

44,[email protected]@@[email protected]@O

48. 3e046.34s43.9@@

[email protected]@43. 35046.00042,25846.65040.rgo41 .53e31. 31049.24@42.@70

FRIVIAN M-F>8 O5A

[email protected].@

1.52.41.s2,41.51.51.51.51.51.51.51.52..@

2.42.92.s2.4z,@z,oL.51.51.51.51.51.51.51.51.51.51.51_. 5

1.5z.o1.51.51.5t.51.51.51.51.. 5

1.51.52.O

OSH H/W Pensn Vac Tnng

13.78 1e.12 6,gg0 4.5@@

11.17 10.76 @.OOO O,7246.970 17.81 0.00@ 0.44q9.850 11.60 e.e00 1.4301"3.29 13.75 @,@@O 0.6301-2.70 13.24 @.9@@ 0.45e10.55 8.44A O.@O@ O.7Ig8,420 11.98 1,tO@ A.7A@L0,76 14.87 @.OOO [email protected] 11.50 e.e00 0.360ra.76 t4.87 @.@@A 4.4601.3.33 14.77 @.@AO A,754L3,57 r4.ZL 4.@6@ 0.600r.3.01. 11. s1 0.oee e.30012.49 15.99 0.000 @.940tt.47 l-2.16 0,900 [email protected] [email protected] 0,OOO 0.3se13.78 le.L2 @.OAg 0.5ee13.29 13.75 g.AAA 0.6306,760 8.950 1.850 0.0009.8s0 13.10 0,@@@ 0.6e09.8s0 L3.42 g.OOO [email protected] [email protected] @.@@0 0.50013.78 10.L2 g.AA@ e.5001.3. 29 L3 .75 A.gA@ A.63eL7,I0 LI.80 1.900 1.2set7.t@ Lt.80 1.90e 1.25017.10 11.80 1.900 t,[email protected]@ tt.80 1.900 1.25et7.LO L!.80 1.90e 1.25017.lo L1.80 1.99A 1.250r.7. 10 11.80 1.900 1.2s016.6e 11.05 1.900 1.25016.60 11.05 1.900 [email protected] 11.05 L.900 [email protected] 11.05 1.900 1.2501.6. 60 11.05 1.900 1.25016.60 L1.e5 1.9@@ [email protected] 1.1..80 r..900 r..25017.10 11.80 1.900 1.250L7.10 11.8e 1.900 1.?50t7.to t1.80 1.900 1.250t7.t@ 17.80 1.900 1.25e17 ,'J.O Lt.8e 1.900 1.. 25et7.t6 LL.80 1.e00 L.25A13.36 17.24 @.gqg 0.650t8.7s tt.La a.gag 4.7702.6@@ 2.7t4 4.400 A.gOO13.29 13.75 A.AAA 0.6309.00e 15.85 0.00@ 1,[email protected] 12.19 e.e00 0.6501,3.18 1.L.46 @.@@@ 0.8808.280 le.54 @.A@@ [email protected] 24.@6 e.Ooe e.69e4.850 3.280 e.Oa@ @.OA@

1L.75 9.65e e.000 e.55013.45 1e.59 e.oeo O.350

ASBESTOS ABT-GENASBESTOS ABT-MEC

BOILERIVIAKER

BRICK MASON

CARPENTERCEMENT MASON

CERAIVIIC TILE FNSHER

COMM. ELECT.ELECTRIC P!',R EQMT OP

ELECTRIC P}'lR GRNDMAN

ELECTRIC Pt^lR LINEMAN

ELECTRICIANELEVATOR CONSTRUCTOR

FENCE ERECTOR

GLAZIERHTlFROST INSULATORIRON WORKER

LABORER

LATHER

MACHINIsTMARBLE FINISHERSMRBLE MASON

MATERIAL TESTER IMTERIALS TESTER IIMILLWRI6HTOPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEEROPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEER

OPERATING ENGINEEROPERATING ENGINEER

OPERATING EN6INEEROPERATING ENGINEER

ORNAFINTL IRON I^JORKER

PAINTERPAINTER 5IGN5PI LEDRIVE R

PIPE F ITTERPLASTERER

PLUMBER

ROOFER

SHEETMETAL hJORKER

SIGN HANGER

SPRINKLER FITTERSTEEL ERECTOR

38.700 1.537.6@@ 1,549.76@ 2,946.84e 1.545.35e 1.545.1@@ 2,@0.800 1 . 5

4L.800 1.551.100 1.ssl. r.00 1. s51.. L00 1. s47.004 L.ss7.r5@ 2.037,840 I.541. seo 1.5s0.9s0 L.545.O@@ 2..638.75@ t,545.350 1.546.850 1.532.970 t.54s.960 1.50.0e0 1. 50.000 L.5

45.3s0 1. s51.100 2.051.100 2.05t.t@o 2,@5L.L00 2.051.100 2.051.1e0 2.051.100 2.e52.450 1.552.450 1.552,450 L.s52.450 1.5s2.454 I.535.e00 1.549.3@@ t,549.3ee 1.549.300 1.549.34A L.549. 300 1. 549.30e 1.549. 300 1. 5

46.4@@ 2.@45. 500 1. 5

38.ege 1.545.350 1.549.000 1. s44,799 L,548.650 1,543. 100 1. 5

44.85e 1.533.810 1,551.200 L.544.470 2.@

[email protected]?,[email protected],oz.@2..@

2,Oz,o2.@[email protected][email protected].@2.@

2.@2,4z,[email protected].@z.@[email protected].@[email protected]?.,@

2.0z.@[email protected]..@

1.51.5z.a2.02.O2.s2.O?,@[email protected]

STONE MASON

5UfiV€+-HeR{€rR-TERRAZZO FINISHERTERRAZZO MASON

TILE MASON

TRAFFIC SAFETY WRKR

TRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTRUCK DRIVERTUCKPOINTER

BLD 42.580 46,84ANOT IN EFFECTBLD 37,O4@ A.A@0BLD 40.880 43.880BLD 42,84@ 46.84@HWY 32,75@ 34.350ALL 1 33.85e 34.5@AALL 2 34.1@O 34.509ALL 3 34.380 34.5O@ALL 4 34.seo 34.5A0ALL 1 32.sso 33.19eALL 2 12.7@A 33.100ALL 3 32.9e0 33.rA0ALL 4 33.1e0 33.100BLD 42,800 43.800

l.s 2.e 9.850 13.6e37 .OAO 37 .75@ L.51.5 2.0 tO,55 [email protected] 2.0 10.55 L1.631.5 2.0 10.55 1e.42L.s 2.0 6.550 6.4s01. 5 2.0 8. 1 59 8. 5091.s 2.0 8.150 8.s00L. 5 2.0 8. 1.59 8. 5001.s 2.0 8.15e 8.s001.5 2.0 6.590 4.3s01.5 2.0 6.5e0 4.3501.. s 2.0 6. 500 [email protected] 2.0 6.540 4.3501.5 2.e 8.180 12.66

@.@aa 1.030L.5 2,4 t2,[email protected] [email protected] 0.82e@.@aa @[email protected] [email protected] [email protected] 0.150@.@ao [email protected] 0.15ea.g@g 0.a@@@.aao o.@@@

@,@o@ a.aaa@.@@o @.ag@

0.o@@ 0.650

9.930 0.000 0.5001.5ALLL.51.5L.51.51.51.51.51.5L.51.51.51.51.5

E

E

E

E

W

W

W

W

Legend: RG (ReBton)TYP (Trade Type - AU,Highway,Bulldln8,FIoatingrOil & Chtp,Rlvers)C (Class)Bese (Base wage Rate)FRI'4AN (Foneman Rate)M-F>8.(OT required for any hour Breater than I wofked each day, Mon through Frl.0SA (overtime (oT) ls requlred for every hour wofked on Saturday)OsH (Overtlme ls requlred for every hour torked on SundEy and Holldays)H/W (Health & t,lelfane Insurance)Pensn (Pension)Vac (VEcatlon)Trng (Tralnlng)

Explanations

COOK COUNTY

The forrowing list is considened as those days for which horiday natesof wages for wonk performed apply: New yeans Day, Memorial Day,Founth of July, Labor Day, Thanksgiving Day, Christmas Day andVetenans Day in some classifications/counties. Generally, any ofthese holidays which fall on a Sunday is celebrated on the followingMonday. This then makes work perfonmed on that Monday payable at theappropriate overtime rate for holiday pay. Common practice in a givenlocaI may alter certain days of celebration. If in doubt, pleasecheck with IDOL.

TRUCK DRIVERS (WEST) - That pant of the county West of BarningtonRoad.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardousmaterials fnom any place in a building, including mechanical systemswhere those mechanical systems are to be removed. This includes thenemoval of asbestos matenlals/mold and hazardous materials fnomductwork or pipes in a building when the building is to be demolishedat the time or at some close future date.ASBESTOS - MECHANICAL - nemoval of asbestos matenial from mechanicalsystems, such as pipes, ducts, and boilers, whene the mechanicalsystems ane to remain.

CERMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whethenfon interion or exterior purposes, aII burned, glazed on unglazedproducts; all composition matenials, granite tiles, warning detectabletiles, cement tiles, epoxy composite matenials, pavers, Blass,mosaics, fibenglass, and aII substitute materials, for tile made intile-Iike units; aII mixtures in tile like fonn of cement, metals, andother materlals that are fon and lntended for use as a finished floonsunface, stain treads, pnomenade roofs, walks, waIIs, ceilings,

swimming pools, and aII other places where tile is to fonm a finishedintenion or exterion. The mixing of all setting mortans including butnot limited to thin-set mortans, epoxies' wall mudr and any othensand and cement mixtunes on adhesives when used in the pnepanation,lnstallation, nepair, or maintenance of tile and/on similar materials.The handting and unloading of aIl sand, cement, Iime, tile,fixtures, equipment, adhesives, on any othen matenials to be used inthe preparation, instatlationr nepair, or maintenance of tile and/orsimilar materlals. Ceramic TiIe Finishers shall fiIl aII joints andvoids negardless of method on aIl tile work, panticularly and

especially aften lnstallation of said tile work. Application of anyand all pnotective coverings to all types of tile installationsincludlng, but not be limited to, all soap compounds, paper products,tapes, and all polyethylene covenings, plywood, masonite, cardboard,and any new type of products that may be used to protect tileinstallations, Blastrac equipment, and a1l floon scarifying equipmentused in prepaning floors to receive tile. The clean up and removaL ofaII waste and naterials. AII demolition of existing tile floons andwalls to be re-tiled.

COMMUNICATIONS E LECTRICIAN

Installationr openation, inspection, maintenancer repain and senviceof radio, television, recording, voice sound vision production andneproductionr telephone and telephone interconnect, facsimile, dataappanatus, coaxial, fibre optic and wineless equipment, appliances andsystems used for the transmission and reception of signals of anynature, business, domestic, commercial, education, entertainment, andresidential purposes, including but not limited to, communication andtelephone, electronic and sound equipment, fibre optic and datacommunication systems, and the performance of any task directlyrelated to such installation or service whether at new on existingsites, such tasks to include the placing of wire and cable andelectrical power conduit or other raceway work within the equipmentroom and pulling wire and/on cable thnough conduit and theinstallation of any incidental conduit, such that the employeescovened hereby can complete any job in fuII.

MRBLE FINISHER

Loading and unloading trucks, distributlon of aLI materials (aIIstone, sand, etc.), stocking of floors with material, performing aIlrigging for heavy work, the handling of all matenial that may beneeded for the installation of such matenials, building ofscaffolding, polishing if needed, patching, waxing of material ifdamaged, pointing up, caulking, grouting and cleaning of marble,holding waten on diamond on Carbonundum blade or saw for setterscutting, use of tub saw on any other saw needed for prepanation ofmaterial, drilling of holes for wires that anchor material set bysetters, mixing up of molding plaster for installation of material,mixing up thin set for the installation of material, mixing up of sandto cement fon the installation of material and such othen wonk as maybe required in helping a Marble Setter in the handling of allmaterial in the enection or installation of interior marble, slate,travertine, ant marble, senpentine, alberene stone, blue stone,granite and othen stones (meaning as to stone any foreign or domesticmaterials as are specified and used in building interiors andexteriors and customanily known as stone in the trade), carnana,sanionyx, vitrolite and similar opaque glass and the laying of allmarble tile, ternazzo tile, slate tile and precast tile, steps, risenstreads, base, or any other materials that may be used as substitutesfon any of the afonementioned materials and which ane used on inteniorand extenior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and dnilling fon testing of materialslfield lnspection of uncuned concrete and asphalt.

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

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spneader; Autognade; Backhoes withCaisson Attachmentj Batch Plant; Benoto (requires Two Engineers);Boilen and Thnottle Valve; Caisson Rigs; Central Redi-Mix Plant;Combination Back Hoe Front End-loader Machine; Compressor and ThrottleValve; Concrete Bneaker (Truck Mounted); Concnete Conveyonj ConcreteConveyor (Truck Mounted); Concnete Paver Over 27E cu. ft; ConcretePaver 27E cu. ft. and Under: Concrete Placen; Concrete Placing BoomlConcrete Pump (Truck Mounted); Concnete Towerl Cnanes, All; Cranes,Hammerheadl Cranes, (GCI and similan Type); Creter Cnane; SpiderCrane; Crushen, Stoner etc.; Dernicks, AII; Dernicks, Tnaveling;Formless Curb and Gutter Machine; 6naden, Elevating; GnoutingMachines; Heavy Duty Se1f-Pnopelled Tnansporter or Prime Mover;Highlift Shovels or Front Endloader Z-t/4 yd. and over; Hoists,Elevatons, outside type nack and pinion and similar machines; Hoists,One, Two and Thnee Dnum; Hoists, Two Tugger One Floor; HydraulicBackhoes; Hydraulic Boom Tnucks; Hydno Vac (and similar equipment);Locomotives, AII; Motor Patrol; Lubrication Technician; Manipulators;Pile Drivers and Skid Rigj Post HoIe Digger; Pre-Stress Machinel Pump

Cretes Dual Ramj Pump Cretesl Squeeze Cretes-Screw Type Pumpsj GypsumBu1ker and Pumpl Raised and Blind Hole Drill; Roto Plill Grinder;Scoops - Tractor Drawnl Slip-Form Paver; Straddle Buggies; Operationof Tie Back Machine; Tournapull; Tractor with Boom and Side Boom;Trenching Machines.

Class 2. BoiIens.; Bnoom, AII Powen Pnopelled; Bulldozensj ConcreteMixen (Two Bag and Oven); Conveyor, Portable; Fonklift Tnucks;Highlift Shovels or Fnont Endloadens under 2-1l4 yd.; Hoists,Automatic; Hoists, Inside Elevatonsl Hoists, Sewer Dragging Machine;Hoists, Tugger Single Drum; Laser Screed; Rock DrilI (Self-Pnopelled);Rock DnilI (Truck Mounted); RoIIers, A11; Steam Generatorsj Tnactors,AII; Tnacton Dnawn Vibnatory RoIIerj Winch Trucks with "A" Frame.

class 3. Ain Compressor; Combination Sma1l Equipment operatorlGenerators; Heaters, Mechanical; Hoists, Inside Elevators (remodelingor renovation work); Hydnaulic Powen Units (Pile Dniving, Extracting,and Drilling); Pumps, oven 3" (1 to 3 not to exceed a total of 300+t.); Low Boysl Pumps, Well Points; Welding Machines (2 thnough 5);Winches, 4 Small Electric DnilI Winches.

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

C1ass 5. Assistant Cnaft Foreman.

class 6. GnadaII.

CIass 7. Mechanicsl Welders.

OPERATING ENGINEERS - HIGHI^IAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and P1anen Combinationi AsphaltHeater Scarfire; Asphalt Spreader; Autograder/GoMAco or other similartype machines: ABG Paverl Backhoes with Caisson Attachment; BaIIastRegulator; BeIt Loader; Calsson Rlgsj Car Dumper; Centnal Redi-MixPlant; Combination Backhoe Front Endl.oaden Machine, (1 cu. yd. BackhoeBucket or over or with attachments); Concrete Breaken (Truck

Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; ConcnetePlacer; Concrete Tube Ftoati cnAnes, all attachmentsl cranes, Towen

cranes of alt types; creter crane: Splder cranel crusher, Stone, etc.iDennicks, AlIi Derrick Boats; Derricks, Travelingl Dredges;Elevators, Outslde type Rack & Pinion and Similar Machines; ForflIessCurb and 6utter Machinel Grader, Elevating; 6nader, Moton Grader,Motor Patrol, Auto Patrol, Form Grader, PulI Grader, Subgraderl Guand

Rail Post Driven Tnuck Mounted; Hoists, one, Two and Three Drum; Heavy

Duty Setf-Pnopelled Transporter or Prime Mover; Hydraulic BackhoeslBackhoes with shean attachments up to 49' of boom reach; LubnicationTechnician; Manipulatonsl Mucking Machine; PiIe Drivers and Skid Rig;Pne-Stress Machinel Pump Cnetes DuaI Ram; Rock Dnill - Cnawlen or SkidRig; Rock Drill - Truck Mountedl Rock/Tnack Tamper; Roto MiIIGnindenl SIip-Fonm Paver; Snow Melters; 5oi1 Test Drill Rig (TnuckMounted); Stnaddle Buggies; Hydraulic Tetescoping Form (Tunnel);Operation of Tieback Machine; Tnactor Drawn BeIt Loader; TractorDnawn Belt Loaden (with attached pusher - two engineers); Tracton withBoom; Tfactaire with Attachmentsl Tnaffic Barrien Transfer Machine;Trenching; Tnuck Mounted Concnete Pump with Boom; Raised or Blind HoleDrilts (Tunnel Shaft); Undergnound Boning and/or Mining Machines 5

ft. in diameter and over tunnel, etcl Underground Boning and/on MiningMachines under 5 ft. in diametenl Wheel Excavatori Widenen (APSco).

class 2. Batch PIanti Bituminous Mixerl Boilen and Throttle Valve;Bulldozers; Car Loaden Trailing Conveyors; Combination Backhoe FrontEndloader Machine (Less than 1 cu. yd. Backhoe Bucket or over on withattachments); Compressor and Throttle Valve; Compressor, Common

Receiver (3); Concrete Breaken on Hydro Hammer; Concrete GrindingMachine; concrete Mixer on Paven 75 Series to and including 27 cu-ft.; Concnete Spreader; Concnete Curing Machine, Burlap Machine,Belting Machine and Sealing Machine; Concrete Wheel 5aw1 Conveyor Muck

Cars (Haglund or Similar Type); DriIIs, A11; Finishing Machine -Concnete; Highlift Shovels or Front Endloader; Hoist - Sewer DraggingMachine; Hydnaulic Boom Trucks (AII Attachments); Hydno-Blaster; Hydno

Excavating (excluding hose work)i Laser Screed; AII Locomotives,Dinky; off-Road Hauling Units (including anticulating) Non

Self-Loading Ejection Dump; Pump Cretes; Squeeze Cretes - Screw TypePumps, Gypsum Bulken and Pumpl RoIIer, Asphalt; Rotany Snow PlowslRototilten, Seaman, etc., self-propelled; Self-Propelled Compactor;Spreaden - Chip - Stone, etc.l Scrapen - Single/Twin Engine/Push andPulI; Scrapen - Prime Mover in Tandem (Regardless of Size); Tnactonspulling attachments, Sheeps Foot, Disc, Compacton, etc.; Tug Boats.

class 3. Boilers; Bfoomsr AII Power Propelled; Cement Supply Tender;Compressor, Common Receiver (2); Concrete Mixer (Two Bag and 0ver);Conveyon, Portablej Farm-Type Tnactors Used for Mowing, Seeding, etc.;Forklift Tnucksj Grouting Machine; Hoists, Automatic; Hoists, AIIElevatons; Hoists, Tuggen Single Dnum; leep Diggers; Low Boys; PipeJacking Machines; Post-HoIe Diggeri Power Saw, Concrete Power DnivenlPug Mills; Ro1lens, other than Asphalt; Seed and Straw Blowerl SteamGenerators; Stump Machine; Winch Trucks with "A" Fnamel Work BoatslTampen-Fonm-Motor Dniven.

Class 4. Air Compressorl Combination - Small Equipment Operator;Directional Boring Machine; Genenatorsj Heaters, Mechanical; HydraulicPower Unit (Pile Driving, Extracting, on Drilling); Light Plants, A11(1 thnough 5)1 Pumps, oven 3" (1 to 3 not to exceed a total of 300ft.); Pumps, Well Points; Vacuum Tnucks (excluding hose work); WeldingMachines (2 thnough 5); Winches, 4 Small Electric DriII Winches.

CIass 5. Skid5teen Loader (a11); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Weldens

Class 7. Dowell Machine with Ain Compnessori 6rada11 and machines oflike nature.

OPERATING ENGINEER - FLOATING

class 1. cnaft Fonemanj Master Mechanicl Diver/wet renden; EngineerlEngineer (Hydraulic Dnedge).

Class 2. Cnane/Backhoe Operator; Boat Openator with towingendorsement; Mechanic/t,lerder; Assistant Engineen (nydraulii Dnedge);Leverman (Hydraulic Dredge); Diver Tender.

crass 3. Deck Equipment Operaton, Machinenyman, Maintenance of crane(oven 50 ton capacity) on Backhoe (Li.s,aoo rbs. or more)1 Tug/Launch0penatorl Loader,/Doeen and like equipment on Barge, Breakwaten WaII,511p/Dock, on 5cow, Deck Machinery, etc.

class 4. Deck Equipment openaton, Machineryman/Fireman (4 EquipmentUnits on Mone); Off Road Trucksl Deck Hand, Tug Engineer, CraneMaintenance (50 ron capacity and unden) or Backhoe weighing (115,0a0pounds or less); Assistant Tug Operator.

Class 5. Friction or Lattice Boom Cranes.

Class 6. ROV Pilot, ROV Tender

SURVEY WORKER - Openated surveyG.P.S. and robotic instruments,tnanEits.

TERRAZZO FINISHER

equipment including data collectors,as well as conventional levels and

The handling of sand, cement, marble chips, and all other naterialsthat may be used by the Mosaic Terrazzo Mechanic, and the mixing,grinding, groutlng, cleaning and sealing of alI Manble, Mosalc, andTefnazzo wonk, floons, base, stairs, and wainscoting by hand ormachine, and in addition, assisting and aiding Marble, Masonic, andTenrazzo Mechanics.

TRAFFIC SAFETY

work associated with barricades, horses and drums used to neduce laneusage on highway work, the installation and nemoval of temporany lanemarkings, and the installation and removal of temporary road signs.

TRUCK DRIVER - BUILDINGJ HEAVY AND HICHWAY CONSTRUCTION - EA5T & WEST

Class 1. Two or thnee AxIe Trucks. A-fname Truck when used fortranspontation purposesj Ain Compressors and Welding Machines,including those pu1led by cars, pick-up trucks and tractons;Ambulances; Batch Gate Lockers; Batch Hoppermanj Car and TnuckWashersl Canny-a1ls; Fork Lifts and Hoistens; Helpers; MechanicsHelpers and Greasers; OiI Distributors 2-man openation; pavenentBreakens; Pole Trailen, up to 49 feet; Powen Mower Tnactors;Self-propelled Chip Spreader; Skipman; Slurry Trucks, z-man operation;Slurny Truck Conveyon Openation, Z or 3 man; Teamsters; UnskiltedDumpmanj and Tnuck Dnivers hauling warning lights, banricades, andpontable toilets on the job site.

Class 2. Four axle trucks; Dump Cnets and Adgetors unden 7 yardslDumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls orTurnatnailers when pulling other than self-loading equipment orsimilar equipment under 15 cubic yands; Mixer Trucks under 7 yards;Ready-mlx Plant Hopper Operator, and Winch Trucks, 2 AxIes.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yands and overlDumpsters, Tnack Tnucks, Euclids, Hug Bottom Dump Tunnatnailers orturnapulls when pulling other than serf-toading equipment or similar

equipment over 16 cubic yards; Explosives and/or Fission MatenialTnucks; Mixen Tnucks 7 yands on over; Mobile Cranes while in transit;oil Distributons, 1-man operation; Pole Trailer, oveF 40 feet; PoIe

and Expandable Tnailens hauling material over 50 feet IonB; Slurrytrucks, l.-man operation; Winch trucks, 3 axles or more;

Mechanic--Tnuck We1der and Truck Painter.

class 4. Six axle trucksl DuaI-punpose vehicles, such as mounted

crane tnucks with hoist and accessonies; Foneman; Masten Mechanic;SeIf-toading equipment tike P.B. and trucks with scoops on the fnont.

Other Classiflcations of

For definitions of classlflcations not otherwise set out, theDepartment generatly has on file such definitions which areavailable. If a task to be penformed is not subiect to one of theclassifications of pay set out, the Department will upon beingcontacted state which neighboring county has such a classification andpnovide such rater such nate being deemed to exist by reference inthis document. If no neighboring county rate applies to the taskrthe Department shatl undertake a special determination, such specialdetermination being then deemed to have existed under thisdetermination. If a project requires these, on any classification notIisted, please contact IDoL at 217-782-]-710 for wage rates on

clanifications.

LANDSCAPING

Landscaping work falts under the existing classifications for laborer,opefatin8 engineen and truck dniver. The work performed bylandscape plantsman and landscape laboren is covered by the existingclassification of laboren. The work penformed by landscape opeFatons(negardless of equipment used or its size) is covered by theclassifications of openating engineer. The work performed bylandscape truck drivers (negardless of size of truck dniven) iscovered by the classifications of truck driver.

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, theclassification entitled "Materiaf Testef I" involves the same jobduties as the classification entitled "Matenial Tester/Inspector I".Likewise, the classification entitled "Material Testen II" involvesthe same job duties as the classification entitled "MaterialTester/Inspecton II".

DATE: June 11,2015

REQUEST FOR BOARD ACTION

AGENDA Engineering & Construction

SECTION CommitteeORIGINATING Pipeline

DEPARTMENT

ITEM A Resolution Approving andRatifying Certain WorkAuthorization Orders Under QuickResponse Contract QR-10/13 atthe June 18, 2015, DuPage WaterCommission Meeting

Resolution No. R-17-15

APPROVAL

W

Account Number: 01 -60-6631 00

The Commission entered into certain agreements dated July 1, 2013 with John Neri Construction Co.Inc. and Rossi Contractors, Inc. for quick response construction work, as needed, through theissuance of Work Authorization Orders. Resolution No. R-17-15 would approve the following WorkAuthorization Orders under the Quick Response Contracts.

Work Authorization Order No. 009 to John Neri Construction Co., Inc. This work is necessaryto replace a broken valve box and broken blow off frame and lid, and to remove and replace asection of pavement located at 1768 S. Blanchard St. in the City Wheaton.

The general scope of the work will include: Provide and maintain traffic and pedestrian controls;excavate, remove and dispose of broken frames, lids and one valve box extension; excavate andremove approximately 25 feet of full lane width pavement; install and adjust to grade Commissionprovided frames, lids and valve box extensions; prepare granular subbase, and construct newpavement in accordance with the permitting authority's specifications and standard drawings.

For cost comparison purposes, Staff requested repair estimates for this work from both its QR-10/13 Contractors. The results of those estimates are listed in the table below;

John Neri Construction Co. Inc. $11,850.00

Rossi Contractors lnc. $14,850.00

Approval of Resolution R-17-15 would authorize Work Authorization Order Number 009 to JohnNeri Construction Co. Inc.for the work necessary to replace a broken valve box extension,frame, lid, and pavement removal and replacement located at 1768 S. Blanchard St. in the CityWheaton.

MOTION: To adopt Resolution No. R-17-15.

DuPAGE WATER COMMISSION

RESOLUTION NO. R-17-15

A RESOLUTION APPROVING AND RATIFYING

CERTAIN WORK AUTHORIZATION ORDERS

UNDER QUICK RESPONSE CONTRACT QR.1O/13 AT THE

JUNE 18. 2015, DUPAGE WATER COMMISSION MEETING

WHEREAS, the DuPage Water Commission (the "Commission") entered into

certain agreements dated July 1,2013, with John Neri Construction Co.lnc. and Rossi

Contractors, Inc. for quick response construction work related to the Commission's

Watenrrrorks System (said agreements being hereinafter collectively referred to as

"Contract QR-1 0/1 3"); and

WHEREAS, Contract QR-10/13 is designed to allow the Commission to direct one

or more or all of the quick response contractors to perform quick response construction

work, including without limitation construction, alteration, and repair related to the

Commission's Waterworks System, as needed through the issuance of Work Authorization

Orders: and

WHEREAS, the need for quick response construction work could not have been

reasonably foreseen at the time the contracts were signed;

NOW, THEREFORE, BE lT RESOLVED by the Board of Commissioners of the

DuPage Water Commission as follows:

carolyn
Draft

SECTION ONE: The foregoing recitals are by this reference incorporated herein

and made a part hereof as findings of the Board of Commissioners of the DuPage Water

Conrmission.

SECTION TWO: The Work Authorization Orders attached hereto and by this

reference incorporated herein and made a part hereof as Exhibit 1 shall be and hereby are

approved and, if already issued, ratified because the Board of Commissioners of the

DuPage Water Commission has determined, based upon the representations of staff, that

the circumstances said to necessitate the Work Authorization Orders were not reasonably

foreseeable at the time the contracts were signed, the Work Authorization Orders are

germane to the original contracts as signed, and/or the Work Authorization Orders are in

the best interest of the DuPage Water Commission and authorized by law.

SECTION THREE: This Resolution shall constitute the written determination

required by Section 33E-g of the Criminal Code of 1961 and shall be in full force and effect

from and after its adoption.

AYES:

NAYS:

ABSENT:

ADOPTED this day of 201 5.

-2-

Chairman

ATTEST:

Board/Resolutions/R-1 7-1 5.docx

Exhibit 1

WORK AUTHORIZATION ORDER

SHEET 1 OF

GONTRAGT QR-l0/13: QUIGK RESPONSE CONTRACT

WORK AUTHORIZATION ORDER NO.: QR-10.009

LOCATION:

1768 S. Blanchard St. in the City Wheaton.

CONTRACTOR:

John Neri Construction Co. lnc.

DESCRIPTION OF WORK:

Provide and maintain traffic and pedestrian controls, excavate, remove and dispose ofa broken valve box extension and lid and broken blow off stack frame and lid, excavateand remove existing pavement; install and adjust to grade a new valve box extensionand lid, install and adjust to grade a new blow off stack frame and lid, prepare granularsubbase, and replace pavement in accordance with the permitting authority'sspecifications and standard drawings, and any other work that may be necessary or asdirected by the Commission.

REASON FOR WORK:

To replace broken frames and lids and repair a section of failed pavement.

MINIMUM RESPONSE TIME:

N/A

COMMISSION.SUPPLIED MATERIALS, EQUIPMENT AND $UPPLIES TO BEINCORPORATED INTO THE WORK:

The Commission will provide new frames, lids and valve box extensions.

2

-1-

THE WORK ORDERED PURSUANT TO THIS WORK AUTHORIZATION ORDER

PRIORITY WORK

SUPPLEMENTARY NOTIFICATION OF POTENTIALLY HAZARDOUS CONDITIONS:

N/A

SUBMITTALS REQUESTED: N/A

SUPPLEMENTARY CONTRACT SPECIFICATIONS AND DRAWINGS: N/A

DUPAGE VVATER COMMISSION

Signature of Authorized

Representative

DATE:

CONTRACTOR RECEIPT ACKNOWLEDGED AND DESIGNATION OF SAFETYREPRE$ENTATIVE:

Safety Rep:

Signature of Authorized

Representative

Name and 24-Hr Phone No.

I ,* El ,s rot

By:

By:

DATE:

-2-

DATE: June 11,2015

REQUEST FOR BOARD ACTION

AGENDA Omnibus Vote Requiring Super-SECTION Majority or Special Majority Vote

ORIGINATING FacilitiesDEPARTMENT Construction/Safety

Coordinator

ITEM A Resolution Approving andRatifying Certain Contract SS-6/15 Change Orders at the June18, 2015, DuPage WaterCommission Meeting

Resolution No. R-18-15

APPROVAL

wAccount Numbers: 01-60-770701

Resolution No. R-18-15 would approve the following Change Orders.

Change Order No. 1 to Contract Rehabilitation of Goating Systems and FallProtection $ystems for Tank Site No. 2 and No. 4 West (Contract 55-6/15). Betweenthe time the awarding resolution and the execution documents were finished and the dateof acceptance, the General Manager approached the Contractor to voluntarily reduce theirContract price to which the Contractor voluntarily agreed (net decrease of $1 18,000.00).

ln addition, by consensus of the Board of Commissioners at the May 21, 2015 meeting, ltwas determined that the existing Glendale Heights logo shall not be reproduced onStandpipe No. 2 (decrease of $10,000.00) and it was also determined that a single 30'diameter DuPage Water Commission logo shall be added on Standpipe No. 2 (increase of$9,893.00) and a single 20' diameter DuPage Water Commission logo shall be added onStandpipe No. 4W (increase of $8,843.00), both logos in a position chosen by the GeneralManager. The Contractor provided a cost proposal which was within the cost rangeestimated by the Engineer.

Approval of this Change Order would decrease the net Contract Price by $109,264.00 butdoes not authorize or necessitate a decrease in the Contract Price that is 50% or more ofthe original Contract Price nor, based upon the Contractor's sworn certification, authorizeor necessitate an increase in the price of any subcontract under the Contract that is 50% ormore of the original subcontract price.

The Completion Date would remain as August 31 , 2015.

MOTION: To approve Resolution No. R-18-15.

DuPAGE VVATER COMMISSION

RESOLUTION NO. R.18-15

A RESOLUTION APPROVING AND RATIFYINGCERTAIN CONTRACT CHANGE ORDERS AT THE

JUNE 18. 2015. DUPAGE WATER COMMISSION MEETING

BE lT RESOLVED by the Board of Commissioners of the DuPage Water Commission as

follows:

SECTION ONE: The Change Orders set forth on Exhibit 1, attached hereto and by this

reference incorporated herein and made a part hereof, shall be and hereby are approved and, if

already issued, ratified because the Board of Commissioners of the DuPage Water Commission has

determined, based upon the representations of staff and the Contractors, that the circumstances said

to necessitate the changes were not reasonably foreseeable at the time the contracts were signed,

the Change Orders are germane to the original contracts as signed and/or the Change Orders are in

the best interest of the DuPage Water Commission and authorized by law.

SECTION TWO: This Resolution shall constitute the written determination required by Section

33E-9of Article33Eof theCriminal Codeof 1961 andshall beinfull forceandeffectfromandafter

its adoption.

AYES:

NAYS:

ABSENT:

ADOPTED this ---

day of ,2015.

ChairmanATTEST:

Clerk

Board\Resolutions\R- 1 8-1 5.doc

carolyn
Draft

1.

Hxhibit 1

Resolution No. R-18-15

Change Order No. 1 to Contract Rehabilitation of Coating Systems and FallProtection Systems for Tank Site No. 2 and No. 4 West (Contract 55-6/15) for a$109,264.00 net decrease in the Contract Price.

DUPAGE WATFR COMMISSIONCHANGE ORDER

PROJECT NAME: Rehabilitation of Coating Systemsand Fall Protection Systems forTank Site No. 2 and No. 4 West

LOCATION: DuPaqe Countv, lllinois

CONTRACTOR: Era-Valdivia Contractors. Inc.

SHEET OF

CHANGE ORDER NO. 1

CONTRACT NO. 55-6/15

A.t.

DATE: June 18 201 5

DESCRIPTION OF CHANGES INVOLVED:

1. Provide a general reduction in Contract Price as per Era-ValdiviaMemorandum dated February 19, 2015.

2. Delete the reproduction of the existing logo on Standpipe No. 2(Glendale Heights).

3. Provide and install a single 30' diameter logo on Standpipe No. 2as per plan and proposal dated May 6, 2015.

4. Provide and install a single 20' diameter logo on Standpipe No. 4Was per plan and proposal dated May 6, 2015.

REASON FOR CHANGE:

1. Between the time the awarding resolution and the executiondocuments were finished and the date of acceptance, the GeneralManager approached the Contractor to voluntarily reduce theirContract price to which the Contractor voluntarily agreed.

2. By consensus of the Board of Commissioners at the May 21 , 2015meeting, lt was determined that the existing Glendale Heights logoshall not be reproduced on Standpipe No. 2.

3. By consensus of the Board of Commissioners at the May 21 , 2015meeting, lt was determined that a single 30' diameter DuPageWater Commission logo shall be added on Standpipe No. 2 in aposition chosen by the General Manager.

B.

c.

4. By consensus of the Board of Commissioners at the May 21 , 2015meeting, lt was determined that a single 20' diameter DuPageWater Commission logo shall be added on Standpipe No. 4W in aposition chosen by the General Manager.

REVISION IN CONTRACT PRICE:

1 . Negotiated net decrease of $1 18,000.002. Decrease of $10,000.003. Increase of $9,893.004. lncrease of $8,843.00

Total Net Decrease of $109,264.00

CHANGE ORDER CONDITIONS:

1. The Completion Date established in the Contract, as signed or as modifiedby previous Change Orders, is hereby extended by 0 days, keepingthe final Completion Date August 31, 2015.

2. Any Work to be performed under this Change Order shall be provided,performed, and completed in full compliance with, and as required by orpursuant to, the Contract, including any Specifications and ContractDrawings for the Work to be performed under this Change Order and forWork of the same type as the Work to be performed under this ChangeOrder, and as specified in the preceding "Description of ChangesInvolved."

3. Unless otherwise provided herein, all Work included in this Change Ordershall be guarantied and warranted as set forth in, and Contractor shall notbe relieved from strict compliance with, the guaranty and warrantyprovisions of the Contract.

4. All Work included in this Change Order shall be covered under the Bondsand the insurance coverages specified in the Contract. lf the ContractPrice, including this Change Order, exceeds the Contract Price set forth inthe Contract, as signed, by twenty percent (20o/o), Contractor shall submitto Owner satisfactory evidence of such increased coverage under theBonds if requested by Owner.

ll.

ilt.

SHEET 3 OF 3

ADJUSTMENTS IN CONTRAET PRICE:

1. Original Contract Price

Z. 11s1@dueto all previous Change OrdersNos. to

$ 3,106.980.00

0.00

Contract Price, not includingthis Change Order

$Eg+tien) Reduction to ContractPrice due to this Change Order

Contract Price including thisChange Order 2,997.716.00

RECOMMENDED FOR ACCEPTANCE:

CONSULTING ENGINEERS: Dixon Engineering, lnc.

By:Signature of Authorized DateRepresentative

ACCEPTED: By my authorized signature below, being first duly sworn on oath, I certifyon behalf of Contractor that this Change Order does not authorize or necessitate anincrease in the price of any subcontract under the Contract that is 50% or more of theoriginal subcontract price.

CONTRACTOR: Era-Valdivia Contractors. Inc.

By:

$

3.

4.

5.

$ 3,106.980.00

$ t og.zo+.oo

DUPAGE WATER COMMISSION:

Signature of AuthorizedRepresentative

It

Date

By:Signatu re of AuthorizedRepresentative

Date

REQUEST FOR BOARD ACTION

APPR''A'ff

%Account Number: 01 -60-663300

The Commission entered into certain agreements dated December 10,2012, with DivaneBros. Electric Co. and with McWilliams Electric Co. Inc. for quick response electrical work asneeded through the issuance of Work Authorization Orders.

Change Order No, 1 to Contract QRE-6.019.Work Authorization Order No. 019 was approved under Resolution R-10-15 at the April 16,

2015 DuPage Water Commission Meeting. The Work Authorization was to Divane Bros,

Hlectric Co. to repair a PVC conduit for an antenna cable at meter station 7Bl8F in Darien,The original Work Authorization Order QRE-6.019 description basically stated to repair thePVC conduit at the base of the light pole by pulling the antenna cable back into the meterstation, excavating the asphalt around the conduit and attach a ridged conduit to come upthe base of the light pole. They were unable to pull the antenna cable back into the meterstation, so they tried pulling it out of the meter station to the pole and that is when theydiscovered the same PVC conduit had collapsed just outside the meter station foundationwall. The General Manager approved Divane, while on site, to excavate that area to repairthe conduit. This Change Order No. 1 to QRE-6.019 is to change the description of work andprice adjustment, because the additional repairs added a day of labor, additional equipment,and hot asphalt patching instead of cold asphalt patching.

Approval of Change Order No. 1 would grant the work description to reflect the additionalwork and increase the original estimated cost of $3,500 by $6,000 for a not to exceed totalcost of $9.500.

June 9, 2015

MOTION: To Approve Change Order No 1 to Contract QRE-6.019 at the June 18. 2015DuPaoe Water Commission Board Meeti

ORIGINATING Instrumentation /DEPARTMENT Remote Facilities

AGENDA Engineering & ConstructionSECTION Committee

ITEM To Approve Change Order No,to Contract QRE-6.019 at theJune 18, 2015 DuPage WaterCommission Board Meeting

Board/ResolutionsiRFBA,/Request for Board Action for QRE-6.019 WAO Change Order.docx.docx

CHANGE ORDER

THE DU PAGE WATER COMMISSION SHEET 1 OF 2

CHANGE ORDER NO. 1PROJECT NAME: QRE-6.019 WAO

LOGATfON: Meter Station 7B,18F.2101

CONTRACTOR: Divane Bros. Electric Co,

75th Street, Darien

DATE: May 22,2015

I. A. DESCRIPTION OF GHANGES INVOLVED:

Replace Description of Work with the following:

c,

A) Repair conduit for antenna cable at base of light pole: Disconnectcable from within meter station and pull back to base of light pole;Excavate driveway around 3" PVC conduit at base of light pole tocouple a ridged 3" conduit to the 3" PVC conduit; Attach ridge conduitto base of light pole; Near top of light pole base reduce the 3" to asmaller size conduit and seal tight; Maintain a minimum 1" bend radius,for antenna cable, route to base of light pole; backfill and restore withhot asphalt patch.Repair collapsed 3" PVC conduit near meter station building: Excavatedriveway near meter station building to expose collapsed 3" PVCconduit; make repairs to conduit; pull antenna cable back from lightpole to RTU in basement of meter station; backfill and restore with hotasphalt patch.

REASON FOR CHANGE:

A) Could not pull antenna cable into meter station from light pole,because of past repair that was spliced lo a7l8" coax cable inside lightpole. The broken PVC conduit is 3" not 2" and using hot asphalt patchnot cold asphalt patch.

B) Could not pull antenna cable out from meter station building, becauseconnector on cable caught on collapsed conduit right outside meterstation wall. The collapsed pipe could be seen through the sleeve fromwithin the station. Using hot asphalt patch.

REVISION IN PRICE:

$9.500.00

B)

B.

-2-

SHEET 2 QF 2

GHANGE ORDER NO. 1

il. CHANGE ORDER GONDITIONS:

1. This Change Order, unless othenrvise provided herein, does not relieve theContractor from strict compliance with the guarantee provisions of theOriginal Contract,

ilt.

1,

2.

3.

ADJUSTMENTS IN AMOUNT OF CONTRACT:

Amount of Original Work Authorization Order

Addition to WAO Due To This Change Order

Amount of WAO Including This Change Order

$

$

$

3,500.00

6,000.00

9,500.00

ACCEPTED. CONTRACTOR. Divane Bros. Electrical Co.

BY:Signature of Authorized Representative

PAGE WATER COMMISSION:

BY:John Spatz

General Manager

DU

(_)Date

(_*-)Date

-3-