Loading...
HomeMy WebLinkAbout03/21/2017 Fire Hydrant Purchase5/11/2017 BoardDocs® Pro IN Agenda Item Details Meeting Mar 21, 2017 - REGULAR MEETING OF THE VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.2 Motion to accept bid for the purchase of 25 new fire hydrants and appurtenances in an HD Supply Waterworks, Carol Stream, IL amount not to exceed $67,914.30. Access Public Type Action Preferred Date Mar 21, 2017 Absolute Date Mar 21, 2017 Fiscal Impact Yes Dollar Amount 67,914.30 Budgeted Yes Budget Source WATER/SEWER ENTERPRISE FUND Recommended Accept the lowest cost bid for the purchase of 25 new fire hydrants and appurtenances in an Action amount not to exceed $67,914.30. Public Content Information The Village of Mount Prospect operates a water distribution system and maintains over 2,200 fire hydrants. As part of fire hydrant maintenance efforts, staff proposes to replace 25 hydrants in 2017. The planned work includes hydrants that are prone to failure, are no longer manufactured, and have parts poor parts availability. Primarily, these hydrants are older Eddy -Iowa and Ludlow brand hydrants installed at various locations throughout the Village. There are about 200 of these discontinued hydrants installed within the village's system. Staff proposes to replace the remainder of these hydrants as part of a multi-year phased program. Staff prepared a bid document for the acquisition of 25 new, 6 -foot bury depth fire hydrants with auxiliary valves, hydrant extensions, hydrant breakaway kits, and other associated parts. A copy of the bid specifications are enclosed. Hydrant extensions are used to raise a hydrant in order to place the hydrant ports at a proper working distance from grade for firefighters. Hydrant breakaway kits are safety flanges that are used to repair hydrants that have been hit by vehicles or otherwise knocked off their piping. A bid notice was published in a local paper and on the Onvia on Demand bid clearinghouse website. Four (4) firms were sent a bid package. Bids were received on March 6, 2017, opened and read aloud as required. Three (3) firms responded with the following bids: Bidder Total Bid EJ USA, Inc., East Jordan, MI $67,914.30 Joseph D. Foreman Co., Lake Barrington, IL $79,237.60 HD Supply Waterworks, Carol Stream, IL $86,965.00 All bids were checked to ensure that the bidders submitted properly completed bid forms and appropriately signed bid documents. All bidders have met the bid conditions and submitted the appropriate forms and paperwork. A copy of EJ hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 1/2 5/11/2017 BoardDocs® Pro USA's bid submittal is enclosed. An image of the fire hydrant deliverable is attached. All hydrants will be delivered with a standard 6' bury depth and an auxiliary valve. All hydrants will be coated yellow. The Village has procured waterworks equipment from EJ USA, Inc. of East Jordan, Michigan in the past including fire hydrants, valves, water main, and valve vault frames with covers. All of their products have been of acceptable quality and delivered in a timely manner. Staff is confident that EJ USA can successfully execute the bid requirements. Alternatives 1. Accept lowest bid for the purchase of 25 new fire hydrants with appurtenances. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends accepting the lowest responsive bid for the purchase of 25 fire hydrants and appurtenances as submitted by EJ USA of East Jordan, Michigan in an amount not to exceed $67.914.30. Sufficient funds for the proposed expenditure exist in the Water/Sewer enterprise fund. Content_WaterMaster_5CD250_Fire_Hyd_SD_0313_42015.pdf (1,059 KB) fire hydrants and accessories rev.pdf (294 KB) 2017 Hydrant and Accessories Bid Awarded - EJ Equipment.pdf (18,001 KB) EJ USA FIRE HYDRANT.JPG (29 KB) Administrative Content Executive Content Motion & Votin Accept the lowest cost bid for the purchase of 25 new fire hydrants and appurtenances in an amount not to exceed $67,914.30. VBA 23-17 Motion by Paul Hoefert, second by John Matuszak. Final Resolution: Motion Carries Yea: Paul Hoefert, John Matuszak, Steve Polit, Richard Rogers, Colleen Saccotelli, Michael Zadel hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 2/2 000 Ink 41kyA .., ej ""', kivik ar"0010 WaterMaster° 5CD250 Fire Hydrant Specification Data Product Name WaterMasterc 5CD250 Hydrant Manufacturer EJ USA, Inc. 301 Spring Street, PO Box 439 East Jordan, MI 49727-0439 800 626 4653 tel 231 536 4458 fax us.sales@ejco.com ejco.com Product Description 13asliic Use WaterMaster Hydrants have set the standard for reliability and ease of maintenance. All ductile iron construction supported by 3D modeling software and operation analysis ensures superior performance. Each hydrant is rated for 250 psi working pressure and tested to 500 psi working pressure. All hydrant parts are cast and assembled in the United States. Types aind Sizes The WaterMaster Hydrant is assembled to the specification of a given municipality. Capacity is a full 5-1/4" valve opening. Inlet connection is available in 6" pipe size. Bury depth ranges from 2'-6" to 10'-0" in 6" increments. For more information on nozzle configurations and other options please consult with EJ. Coirn1poslitliion and IIIWUIateiiriiiallls Ductile iron castings are manufactured from iron conforming to ASTM A536. Components are permanently lubricated with food grade grease. Inlet shoe and lowervalve plate have NSF 61 certified fusion bonded epoxy coating per ANSI/AWWA C550. For additional information on specific parts and materials, consult with EJ. Technical Data Allplllplllliicable Standards Meet or exceed the requirements of ANSI/ AWWA C502 Standard for Dry Barrel Fire Hydrants. Underwriters Laboratories Standard UL246 listed and Factory Mutual 1510 approved. NSF 61 for fusion bonded epoxy coating. Installation lRirellPara'toiry Woiirllk Handle and store products on original skids where space permits. Inlet shoe should be pointed down to prevent contaminants from damaging operating valve before installation. ICU e tlhod EJ recommends that AWWA M17 be followed during installation. Installation procedures will vary depending on local building codes and products specified. Complete installation instructions and recommendations are available from the manufacturer. For more information consult with EJ. Warranty Hydrants and valves have a warranty period of ten years. Visit ejco.com for complete terms and conditions. e, ca xoi n 800 626 4653 Maintenance and Technical Services Complete maintenance and repair instructions are available from the manufacturer. For technical and order support from factory -trained personnel, contact EJ. (71) 1 YILi`i.) USA0213 Uorryright0 L.J Uro p, Iric. All rig Ns reserved 2013 Village of Mount Prospect Public Works Request for Bids For Fire Hydrants and Accessories Mount Prospect Bid due date/time: March 6th, 2017 - 1:00 p.m. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories Village of Mount Prospect Public Works Request for Bids Description: Fire Hydrants and Accessories Bid due date/time: March 6th, 2017 at 1:00 p.m. Sealed bids will be received for Fire Hydrants and Accessories. Bids will be received no later than 1:00 p.m. local time on March 6th, 2017 at the office of Village Manager, Village of Mount, 3rd Floor, 50 South Emerson Street, Mount Prospect, Illinois 60056, and then publicly read aloud. Please place your bid in a sealed envelope clearly marked "SEALED BID — Fire Hydrants and Accessories" and with the following information: company's name, address, item bid, date and time of opening. Bid deposit is waived and not required. No payment/performance bond or insurance is required. Bid packages are available at no charge from the Village of Mount Prospect Public Works, 1700 West Central Road, Mount Prospect, Illinois 60056 or by calling 847-870-5640. The Village of Mount Prospect reserves and affirms the right to reject any or all bids, have pre -determined pre -qualifications, to waive any and all informalities, technicalities and irregularities in the bids, and to make an award based on the best interests of the Village. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 2 VILLAGE OF MOUNT PROSPECT GENERAL CONDITIONS TO BIDDERS AND INSTRUCTION TO BIDDERS THE GENERAL TERMS AND CONDITIONS WHICH FOLLOW APPLY TO ALL PURCHASES AND BECOME A DEFINITE PART OF EACH FORMAL INVITATION TO BID, PURCHASE ORDER, OR CONTRACT ISSUED BY THE VILLAGE OF MOUNT PROSPECT ("VILLAGE"), UNLESS OTHERWISE SPECIFIED. BY SUBMITTING A BID, THE BIDDER AGREES TO BE BOUND BY THESE TERMS AND CONDITIONS. BIDDERS OR THEIR AUTHORIZED REPRESENTATIVES ARE EXPECTED TO FULLY INFORM THEMSELVES OF THE CONDITIONS, REQUIREMENTS, AND SPECIFICATIONS BEFORE SUBMITTING BIDS, FAILURE TO DO SO WILL BE AT THE BIDDER'S OWN RISK AND THE BIDDER CANNOT SECURE RELIEF ON THE PLEA OF ERROR. 1.0 BIDDING PROCEDURES 1.01 PROPOSAL FORMS: Proposals shall be submitted on the forms provided properly completed in ink, signed in the appropriate places, and submitted in a sealed envelope. All information required by the Bid Documents must be supplied to constitute a responsive bid. The person signing the proposal must initial all erasures or revisions to the proposal. If the Bidder wishes to qualify its bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letterhead size sheets of paper, separate from the proposal form but included with the sealed proposal. 1.02 BID DEPOSIT: Waived 1.03 SUBMISSION OF BIDS: All bid/proposals must be delivered to the Office of the Village Manager, third floor, 50 S. Emerson Street, Mount Prospect, IL 60056. All bids submitted must be received in an envelope by the Manager's office before the time specified for opening the bid. Bids must be identified as such on the outside of the sealed envelope. This can be done by label as may be provided by the Village, or by marking the envelope "SEALED BID — FIRE HYDRANTS" and with the following information: company's name, address, date and time of opening. Bids received prior to the opening will be securely kept, unopened. The Village Clerk or his/her agent will decide when the specified time for the bid opening has arrived, and bids will be opened as soon as practical after the assigned time. Formal sealed bids, amendments thereto, or requests for withdrawal of bids received after the time specified for the bid opening will not be considered. No responsibility will attach to the Village for the premature or non - opening of a bid not properly addressed and identified in a sealed envelope, except as otherwise provided by law. No faxed or e-mailed bids will be allowed or accepted. 1.04 ADDENDUM: Bidders shall acknowledge the receipt of any addendum interpreting the Specifications in the Bid Documents. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 3 1.05 SAMPLES: Requested samples or drawings shall be delivered at no cost to the Village. The Village will not be responsible for damages to samples. Samples will be removed by the Bidder within (30) thirty days after notification. Samples must be submitted prior to the time set for the opening of the bid. 1.06 NO BID RESPONSE: In the event you do not submit a bid, return the Statement of No Bid, attached hereto as Exhibit 4, with an explanation as to why you are unable to submit a bid and clearly mark the proposal "No Bid". Failure to submit a bid or correspondence indicating why a bid is not being submitted may result in your company being removed from the Village Bid List. 1.07 QUESTIONS: General inquiries concerning the bid may be submitted to Matt Overeem, Public Works Water Superintendent, 1700 W. Central Road, Mount Prospect, Illinois 60056, phone # 847-870-5640, fax # 847-253-9377 or e-mail to movereem@mountprospect.org. Questions requiring a clarification or interpretation of the Specifications, as described in Section 4.00 of these Instructions, shall be submitted to the Public Works Water Superintendent, at the address above, in writing at least five business days prior to the bid opening. If necessary, a written response will be issued to all bidders in the form of an addendum. Whenever the answer to the question is contained in the bid documents, the Bidder shall be directed to the provision within the general conditions which responds to the question. The Village will not be responsible for any other explanation of the Specifications made prior to the bid opening. 1.08 BIDS BINDING FOR 180 DAYS: Unless otherwise specified, all formal bids submitted shall be binding for one hundred eighty (180) calendar days following the date of the bid opening unless otherwise specifically noted by the vendor on the Bid Sheet, attached hereto as Exhibit 2. Bids submitted that are noted to be binding for less than 180 days may be deemed non-responsive at the sole discretion of the Village. 1.09 BID PROPOSAL FOR ALL OR PART: Unless otherwise specified, bids shall be submitted for all of the work or items for which the bids are requested. 1.10 ALTERNATE PROPOSALS: The Specifications describe the goods and/or service which the Village deems to be necessary to meet its performance requirements. Bidders desiring to bid on items which deviate from the stated Specifications, but which they believe to be equal, may do so, but all Specification deviations must be clearly noted on the Bid Sheet. The Village reserves the right to rule upon Specification deviation in a manner that best meets the needs of the Village. If a Bidder wishes to submit more than one bid, each bid after the first is to be considered an ALTERNATE. These bids must be placed in SEPARATE envelopes. The envelopes and Bid Sheet must be plainly marked, "ALTERNATE BID". 1.11 WITHDRAWAL OF BIDS: A written request for withdrawal of a bid will be granted if the request is received by the Village prior to the specified time of the bid opening. After the opening, the Bidder may not withdraw or cancel its bid for a period of one hundred and eighty (180) calendar days, or such longer time as stated in the Bid Documents. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 1.12 BID OPENING: Bids will be received in the office of the Village Manager, 3rd floor, Village of Mount Prospect, 50 South Emerson Street, Mount Prospect, Illinois, 60056, until the date and time set for the bid opening; the bids will be opened and read aloud. Bidders are encouraged to attend all openings and to offer constructive suggestions for improvements to bid format. 1.13 BID CERTIFICATION: All bid submittals must include a signed Affidavit - Bid Certification, a copy of which is attached hereto as Exhibit 3, certifying, among other things, that the Bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging. Illinois State Law Article 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify that they are not barred from bidding on the Contract as a result of a violation of State Law 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. It is necessary that this be done under oath. Therefore, the affidavit must be notarized. 1.14 CONSIDERATION OF BID: No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or failed to perform faithfully any previous contract with the Village. The bidder, if requested, shall present, within 48 hours, evidence satisfactory to the Village of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of the Bid and Contract Documents. 1.15 Bid Documents: For purpose of this bid, the Bid Documents shall include the Request for Bids for Water Meters and Accessories, including the General Conditions to Bidders and Instructions to Bidders and attachments, as well as any addendums that may be issued. 2.00 AWARDING THE BID 2.01 CRITERIA FOR AWARDING BID/RESERVATION OF RIGHTS: Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village of the compensation to the Bidder. Any exceptions not taken by the Bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible Bidder complying with the Bid Documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Bid Documents and reserves the right to accept or reject any and/or all bids or parts thereof, have pre- determined pre -qualifications, to waive any and all informalities, technicalities and irregularities in the bids, and to make an award based on the best interests of the Village. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 5 2.02 NOTICE OF AWARD: 2.03 AWARD OF ALL OR PART: Unless otherwise specified by the Village, the Village reserves the right to make an award on all items, or on any of the items according to the best interests of the Village 2.04 ACCEPTANCE: After the Village's acceptance and award of the bid, the successful Bidder will enter into a written contract with the Village that will include the requirements of this General Conditions and Instructions to Bidders, and all other portions of the Bid Documents, including the Specifications (hereinafter collectively the "Contract"). For purposes of this bid, the successful Bidder, who enters into a Contract with the Village, shall be the "Vendor". 3.00 BID DEPOSIT REQUIREMENTS: Waived. 4.00 SPECIFICATIONS 4.01 SPECIFICATIONS: The items subject to this bid are water meters and accessories. The Specifications for such meters and accessories, including quantity, are described on the Specifications and Bid Sheet, which are attached hereto as Exhibits 1 and 2 (the "Specifications"). All equipment and material bids shall be in accordance with all applicable Federal, State and local laws, rules and regulations in effect at the time of bid. 4.02 BRAND NAME; WARRANTY: The brand name and/or manufacturer of each item proposed must be clearly stated. Guarantee and/or warranty information must be included with the bid. 4.03 NEW GOODS, FRESH STOCK: Unless otherwise specifically stated, new commodities, fresh stock, latest model, design or package, shall be provided. 4.04 TRADE NAME USED BY VILLAGE: Unless otherwise stated, any reference in the Specifications to a detailed manufacturer is for descriptive, not restrictive purposes, indicating articles that are satisfactory. Bids on other makes and catalogs will be considered, provided the Bidder clearly states exactly what the Bidder proposes to furnish; or forwards with the bid, a cut, illustration, or other descriptive matter which will clearly indicate the character of the article covered by the bid and that it meets the intended requirements. 4.05 TRADE NAME USED BY BIDDER: Where the Bidder identifies an item by manufacturer's name, trade name, catalog number, or reference, the Bidder shall furnish the item so identified and shall not propose to furnish an "equal" unless the proposed "equal" is definitely indicated within the bid. 4.06 PROPOSED EQUIVALENTS: The manufacturer and model specified is provided to indicate the quality minimums expected by the Village. Where Specifications provide detailed information regarding certain manufacturers and models, equivalent products shall be accepted for consideration. Equivalent products shall be equivalent as to quality, function, design, features and overall warranty Village of Mount Prospect Public Works Department Fire Hydrants and Accessories of products proposed. It shall be the determination of the Village's user department or designee to judge and conclude if a product is acceptable as an equivalent. All products proposed as part of this purchase shall be designed specifically for the intended use. If no particular brand, model, or make is specified, and if no data are required to be submitted with the bid, the Specifications may require the Bidder to submit working drawings or detailed descriptive data sufficient for the Village to determine if each requirement of the Specifications is being complied with prior to manufacture or shipment. 4.07 SPECIAL CONDITIONS: Wherever special conditions/requirements are written into the Specifications or Special Provisions which are in conflict with conditions stated in these Instructions to Bidders, the conditions stated in the Specifications or Special Provisions/Requirements shall take precedence. 4.08 PERMITS AND LICENSES: The successful Bidder shall obtain, at its own expense, all permits and licenses that may be required to complete the Contract (where applicable). 4.09 COMPLIANCE WITH FREEDOM OF INFORMATION ACT Section 7 of the Illinois Freedom of Information Act (FOIA) applies to public records in the possession of a party with whom the Village has contracted. The Village will have only a very short period of time from receipt of a FOIA request to comply with the request, and there is a significant amount of work required to process a request including collating and reviewing the information. The successful Bidder/Vendor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village for public records (as that term is defined by Section 2(c) of FOIA) in its possession and to provide the requested public records to the Village within two (2) business days of the request being made by the Village. The undersigned agrees to indemnify and hold harmless the Village from all claims, costs, penalty, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the Village under the Contract. 5.00 PRICE 5.01 NET PRICES: Bid prices, unless otherwise specified in the Specifications, must be net, including transportation and handling charges fully prepaid by the Vendor to delivery point. Unit prices shall not include any local, state or federal taxes. 5.02 PRICE REDUCTION: If at any time after the date of the bid or offer, the Vendor makes a general price reduction in any material covered by the Contract, an equivalent price reduction shall apply to the contract for the remaining Contract period (or until the price is further reduced). Such price reduction shall be effective at the same time and in the same manner as the reduction in the price to Vendor's customers generally. For purpose of this provision, a "general price reduction" shall mean any horizontal reduction in the price of an article or service offered (1) to Vendor's customers generally, or (2) in the Vendor's price schedule Village of Mount Prospect Public Works Department Fire Hydrants and Accessories for the class of customers, i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this contract. An occasional sale at a lower price would not be considered a "general price reduction" under this provision. The Vendor shall invoice the Village at such reduced prices indicating on the invoice that the reduction is pursuant to the "Price Reduction" provision of the Contract documents. The Vendor, in addition, shall within ten calendar days of any general price reduction notify the Village of such reduction by letter. Failure to do so may result in termination of the Contract. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 5.03 TAX EXEMPTION: Illinois Retailers Occupation Tax, Use Tax and Municipal Retailer's Occupation Tax do not apply to materials or services purchased by the Village. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful Bidder with its tax exemption number. 5.04 ERRORS IN BID PRICES: When an error is made in extending total prices, the unit bid price will govern. Erasures or changes in bids must be initialed by the Bidder. 6.00 QUANTITIES 6.01 SPECIFIC BID QUANTITIES: Where quantities are specifically stated, acceptance will bind the Village to order and pay for, at Contract prices, all such supplies or services delivered that meet the Specifications and conditions of the Contract. 6.02 REQUIREMENTS OR ESTIMATED BID QUANTITIES: On "Requirements or Estimated Bid Quantities," acceptance will bind the Village to pay for, at unit bid prices, only quantities ordered and delivered. Any reference to forecasted or estimated quantities within the bidding documents is intended to inform the bidder of approximate annual requirements. 7.00 DELIVERY PROVISIONS 7.01 PLACING OF ORDER: Orders against Contracts will be placed with the Vendor on a purchase order executed and released by the Village. Telephone, facsimile or electronic orders placed directly with the Vendor by the Public Works Department may be authorized by the Village only after execution of a blanket purchase order. 7.02 RESPONSIBILITY FOR MATERIALS SHIPPED: The Vendor shall be responsible for the materials or supplies covered by this Contract until they are delivered at the designated point. Rejected materials or supplies must be removed by and at the expense of the Vendor promptly within (5) five calendar days after notification or rejection. The Vendor shall be responsible for rejected goods after notice of rejection. 7.03 DELIVERY FAILURES//DEFAULT: In the event of the Vendor's nonperformance or breach of the Contract terms, the Contract may be canceled, in whole or in part, upon the Village's written notice of default and the Vendor's failure to cure Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 8 such default within ten (10) calendar days of the notice. The Vendor shall be liable to the Village for all costs incurred in completion of the Contract. In the event any defects or imperfections in the materials or workmanship to be furnished by the Vendor appear within the period of one (1) year from the date of completion of all the work or delivery of all the materials or supplies contemplated by the Contract, and acceptance by the Village, the Vendor will, upon notice from the Village (which notice may be given by letter to the Vendor at its business address shown on the bid or Contract), repair and make good at its own cost and such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to the Village, and furnish all such new materials and labor as may be necessary to do so. In the event of the failure, refusal or delay of said workmanship or materials, the Village may do so or have same done by others, and the Vendor and surety or sureties on its bond given for the faithful performance of the Contract shall be liable to the Village for all damages and expense occasioned by such failure, refusal or delay. The Vendor may not be liable in damages for delay in performance when such delay or failure is the result of fire, flood, strike, the transporting carrier, act of God, or by any other circumstances which are beyond the control of the Vendor. Under such circumstances, however, the Village may, at its option, cancel the Contract. 7.04 INSPECTION OF GOODS: Inspections and acceptance of materials or supplies will be made after delivery. Final inspection shall be conclusive except as regards latent defects, fraud, or such gross mistakes as to amount to fraud. Final inspection and acceptance or rejection of the materials or supplies will be made as promptly as practicable. All delivered materials shall be accepted subject to inspection and physical count. 7.05 PACKING SLIPS OR DELIVERY TICKETS: All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered: (a) Purchase order number (b) Name of the article and stock number (c) Quantity ordered (d) Quantity shipped (e) Quantity back ordered (f) Name of the Vendor 8.00 GENERAL RESPONSIBILITY PROVISIONS 8.01 REQUIREMENT OF BIDDER: The successful Bidder shall, within fifteen (15) days after notification of the award: a) enter into a contract in writing with the Village covering all matters and things as are set forth in these General Conditions and Instructions to Bidders, the Specifications and its bid; and b) carry insurance as described in Section 8.07 of these Instructions. 8.02 COMPLIANCE WITH ALL LAWS: All work under the Contract must be executed in accordance with all applicable federal, state and local laws, ordinances, rules and regulations. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 9 8.03 CONTRACT ALTERATIONS: No amendment of a Contract shall be valid unless made in writing and signed by both parties. 8.04 GENERAL GUARANTY: Bidder/Vendor agrees to: (a) Save the Village, its agents, and employees harmless from liability of any nature or kind for the use of any copyrighted or un -copyrighted composition, secret process, patented or unpatented invention, article, or appliance furnished or used in the performance of the Contract which the Bidder is not the patentee, assignee, licensee, or owner; and (b) Protect the Village against latent defects in materials or workmanship and to repair or replace any articles damaged or marred in transit or during delivery; and (c) Neither the final certificate of payment, nor any provision in the Contract, nor partial or entire use of the equipment/product embraced in the Contract by the Village or the public shall constitute an acceptance of work not done in accordance with the contract, or relieve the Bidder/Vendor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those Contract Documents; and (d) By submitting a bid, Bidder expressly warrants that materials furnished under the Contract will be of good quality. 8.05 NOTICES: All notices required under the Contract shall be given in writing. Notices to the Village shall be as follows: Village of Mount Prospect Public Works Department 1700 W. Central Road Mount Prospect, Illinois 60056 Attn: Director of Public Works Notice to the Vendor shall be at the address set forth on the Bid Sheet. Notice shall be effective upon the date of receipt by personal service or as evidenced by a valid return receipt. The name and/or address to which notice is required may be amended at any time by written notice to the other Party as provided herein. 8.06 ASSIGNMENT: Assignment of the Contract or any part thereof, or any funds to be received thereunder by the Vendor shall be subject to the written approval and sole discretion of the Village. Such assignment shall not relieve the Vendor from its obligations or change the term of the Contract. 8.07. INSURANCE: Waived 8.08 INDEMNITY: The Bidder (Vendor), throughout the duration of the Contract, shall indemnify and save harmless the Village of Mount Prospect, its officers, agents Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 10 and employees from any and all liability, losses or damages, including attorney's fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including worker's compensation claims, in any way resulting from or arising out of the operations of Vendor under the Contract, including operations of subcontractors; and the Vendor shall, at its own expense, appear, defend and pay all fees of attorneys and all costs and other expenses arising there from or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Vendor shall, at its own expense, satisfy and discharge same. 8.9 MATERIAL SAFETY DATA SHEETS: Federal law requires that chemical manufacturers and importers must develop an MSDS for each hazardous chemical they produce or import, and must provide the MSDS automatically at the time of the initial shipment of a hazardous chemical to a downstream distributor or user, or anytime the chemical makeup of the product is changed. Distributors must also ensure that downstream employers are similarly provided an MSDS. If the above paragraph applies to this bid, the Vendor must submit Material Data Sheets which include information regarding the specific chemical identity of the hazardous chemical(s) involved and the common names. In addition, information must be provided on the physical and chemical characteristics of the hazardous chemical; known acute and chronic health effects and related health information; exposure limits; whether the chemical is considered to be a carcinogen by NTP, IARC, or OSHA; precautionary measures; emergency and first-aid procedures; and the identification of the organization responsible for preparing the sheet. 8.10 EQUAL EMPLOYMENT OPPORTUNITY: The Equal Employment Opportunity Clause, 44 IL. Adm. Code 750 Appendix A, which is set forth below, is incorporated by reference into every bid specification and contract. Every Vendor (contractor) and subcontractor shall comply with the provisions of the Equal Employment Opportunity Clause. In the event of the contractor's noncompliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Illinois Department of Human Rights Rules and Regulations, the contractor may be declared 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 voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: (a) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental disability unrelated to ability, or an unfavorable discharge from military service; 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) of minorities and women in the area(s) Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 11 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 disability 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. 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 Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations there under. (e) That it will submit reports as required by the Illinois Department of Human Rights Rules and Regulations, 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. (f) That it will 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) an internal complaint process including penalties; (v) legal recourse, investigative and process available through the Illinois Department of Human Rights and the Illinois Human Rights Commission; (vi) directions on how to contact the Department and Commission; (vii) protection against retaliation. A copy of the policies shall be provided to the Department upon request. (g) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. (h) That it will include verbatim or by reference the provisions of this 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 each subcontractor. In the same manner as with other provisions of the 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 Illinois Department of Human Rights in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the commission to be ineligible for contracts or Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 12 subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 9.00 PAYMENT 9.01 INVOICES: Unless otherwise authorized by single invoice copies for each purchase order shipment, or services. Partial payments approved. If shipment is made by freight o properly receipted, must be attached to invoice. Mail all invoices to: VILLAGE OF MOUNT PROSPECT Public Works Department, Accounts Payable 1700 W. Central Road Mount Prospect, IL 60056 the Village, Vendor must submit immediately upon completion of may be acceptable if previously r express, original bill of lading, The Village provides payment in compliance with the Illinois Prompt Payment Act (50 ILCS 505/1 et seq.). Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 13 EXHIBIT 1 SPECIFICATIONS and Other Conditions Failure to comply with any of these requirements is sufficient cause for rejection of proposed hydrants. The Village of Mount Prospect reserves the right to accept only those materials that are in full compliance with the specifications and deemed most advantageous to its interests. Delivery shall be FOB to the Village of Mount Prospect Public Works facility, 1700 West Central Road, Mount Prospect, Illinois 60056. Delivery Shipments shall consist of five (5) hydrant assemblies each every two (2) weeks ARO for a total of five (5) deliveries. Fire Hydrants Fire hydrants purchased shall meet or exceed all applicable requirements and tests of ANSI and the latest revisions of AWWA Standard C502 (latest version). Fire hydrants shall meet all test requirements and be listed by Underwriters Laboratories Inc. Fire hydrants shall meet all test requirements and have full approval of Factory Mutual. Fire hydrants shall meet the following requirements 1. Fire hydrants shall be rated for a working pressure of 250 Psig. (1725 kPa). 2. Hydrant and valve to be delivered as an assembled unit. 3. Fire hydrants shall be of the compression type, opening against the pressure and closing with the pressure. 4. Fire hydrants shall have a minimum 5-1/4" main valve opening and a minimum inside lower/upper barrel diameter (I.D.) of 7" to assure maximum flow performance. 5. Fire hydrants shall be three-way in design, having one pumper nozzle (size — 4.5") and two 2-1/2" hose nozzle(s). Nozzle thread type shall be National Standard. Nozzles shall thread counterclockwise into hydrant barrel utilizing "o" ring seals. A suitable nozzle lock shall be in place to prevent inadvertent nozzle removal. 6. The operating nut shall be a one-piece design, manufactured of ASTM B-584 bronze. It shall be pentagon in shape and the nut dimensions shall be 1-1/2". hold down nut, for the purpose of protecting the operating mechanism from the elements. 7. The direction of the opening shall be open left (counter -clockwise). An arrow shall be cast on the bonnet flange to indicate the specified opening direction. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 14 8. The hydrant bonnet shall be attached to the upper barrel by bolts and nuts, minimum four (4). 9. Hydrants shall be a "traffic -model" having upper and lower barrels joined at the ground line by a separate and breakable "swivel" flange providing 360 degree of rotation of upper barrel for proper nozzle facing. This flange shall employ at least four (4) bolts. The proper ground line shall be cast clearly on the lower barrel and shall provide not less than 18" of clearance from the centerline of the lowest nozzle to the ground. 10. The operating stem shall consist of two pieces and shall be connected by a safety coupling. The safety coupling shall have an integral internal stop to prevent the coupling from sliding down into the lower barrel when the hydrant is struck. Screws, pins, bolts, or fasteners used in conjunction with the stem couplings shall also be stainless steel. The top of the lower stem shall be recessed 2" below the face of the safety flange to prevent water hammer in the event of a "drive over" where a vehicle tire might accidentally depress the main valve. 11. The lower barrel shall be an integrally cast unit. The use of threaded on or mechanically attached flanges is deemed unacceptable. The hydrant bury depth shall be clearly marked on the hydrant lower barrel. 12. Hydrants shall be equipped with (2) two drain valves that drain the barrel when the hydrant is closed and seal shut when the hydrant is opened. They shall operate without the use of springs, toggles, tubes, levers or other intricate synchronizing mechanisms. 13. The interior of the shoe including the lower valve plate and stem cap nut shall have a protective coating that meets the requirements of AWWA C-550. If a stem cap nut is utilized, a stainless steel lock washer or similar non -corrosive device that will prevent the cap nut from backing -off during normal use must lock it in place. 14. Hydrants shall be warranted by the manufacturer against defects in materials or workmanship for a period of ten years (10) from the date of manufacture. The manufacturing facility for the hydrant must have current ISO certification. 15. Color — Yellow 16. Manufacturer: Hydrants shall be Mueller® Super Centurion 250, A423, or EJ 5CD 250. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 15 Resilient Wedge Gate Valve 1. The resilient seat gate valves shall fully comply with the latest revision of AWWA C515, and shall also be UL listed and FM approved. The valves shall be tested and certified to ANSI/NSF 61. 2. The valve shall have a 250 psig working pressure. 3. The valve type shall be NRS (non -rising stem). 4. The valve shall have an arrow cast on the operating nut showing opening direction. The direction of opening shall be open left (counter -clockwise). 5. The NRS valves shall be provided with a 2" square operating nut. The bolt that attaches the operating nut to the stem shall be recessed into the operating nut so as not to interfere with valve wrench operation. 6. The valves shall have bolts and nuts for the stuffing box and bonnet with one of the following compositions: a. Steel, ASTM A-307, Grade B zinc plated. b. Type 304 stainless steel. c. Type 316 stainless steel. 7. The valve stem shall be made of bronze ASTM B-132 alloy C67600 bar stock material. The stem shall have at least one "anti -friction" thrust washer above and below the stem collar to reduce operating torque. The design of the NRS valve stem shall be such that if excessive input torque is applied, stem failure shall occur above the stuffing box at such a point as to enable the operation of the valve with a pipe wrench or other readily available tool. The stem material shall provide a minimum 70,OOOpsi tensile strength with 15% elongation and yield strength of 30,OOOpsi. Valves with cast stems or two- piece stem collars are not acceptable. 8. The valve disc and guide lugs must be fully (100%) encapsulated in SBR ASTM D2000 rubber material. The peel strength shall not be less than 75 pounds per inch. Guide caps of an acetal bearing material shall be placed over solid guide lugs to prevent abrasion and to reduce the operating torque. 9. The valves shall have all internal and external ferrous surfaces coated with a fusion bonded thermosetting powder epoxy coating of 10 mils nominal thickness. The coating shall conform to AWWA C550. 10. The valves shall be warranted by the manufacturer against defects in materials or workmanship for a period of ten (10) years from the date of manufacture. The manufacturing facility for the valves must have current ISO certification. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 16 11. The valve shall be delivered assembled to the hydrant by flange joint. The inlet connection to the valve shall be MJ (mechanical joint). 12. Manufacturer: The NRS valves shall be MUELLER® A2360 series A- 2360-20, EJ FlowMaster or approved equal. Valve Boxes 1. Valve boxes shall be two-piece cast-iron, screw-type to allow for an extension range of 39-60 inches below grade. 2. Valve box shall be designed to operate 4" through 12" valves 3. Lids shall be provided, marked "WATER". 4. Valve box can be delivered assembled in box or in crates, not assembled. Lids may be delivered as separate item. Bidder to identify which method is being proposed. 5. Manufacturer: The valve Boxes shall be Tyler/Union® 664-S cast iron two-piece valve box with lid, EJ or approved equal. Miscellaneous Parts and Accessories Any accessory items shall be as provided by manufacturer and designed for the Mueller® Super Centurion 250, A423 or for the EJ 5CD250 Hydrants or approved equal. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 17 4-0 O H V v aw L L � y v O C� L G > _i d L (D O � E O UZ L L L C) C) C O O CO CO CO > ` - O_ (� > N C N w Q E (D U O V U) uj X _O N Q O O - N rr a0 cu a > C C C/) C C CB M X ' � -0 Of Z O 'in O .� O .� cD f9 O cB c c 2 W W W m co > N Q ~ W W W W W W W W W LO T LO CD CD CD o C) oM L m -0 U O Nr r r r N M 't LO CD ti O "r QUOTE IS VALID FOR MINIMUM 180 DAYS (unless otherwise noted - as days) Expected Delivery Date ARO I understand that the Village reserves the right to waive any irregularities, technicalities, and informalities, contained in any bid and to reject any and all bids. The Village will award on one or more items, based on lowest responsible price/bid for that specific individual item. By signing this bid, I certify that I have the authority to submit this bid on behalf of the named Bidder. Date Signature Printed Name Title Company Telephone Email Vendor Name Address EXHIBIT 3 VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract right and debarment, the undersigned, , being first duly sworn on oath, deposes and states that he or she is (sole owner, partner, joint ventured, President, Secretary, etc..) of (hereinafter referred to as Vendor) (Name of Company) and has the authority to make all certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section II Bid Rigging and Rotating The undersigned hereby certifies the Vendor is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. 20 Page 2 - AFFIDAVIT — BID CERTIFICATION FORM Section III Illinois Drug Free Workplace Act The undersigned further states that the Vendor provides a drug free workplace pursuant to Illinois Statues, 30 ILCS 580/1, et seq and provides compliance with necessary requirements. Section IV Tax Payment The undersigned further states that the Vendor is not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned 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 civil action. It is expressly understood 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 V SEXUAL HARASSMENT POLICY Pursuant to Public Act 87-1257, effective July 1, 1993, 775 ILCS 5/2-105 (A) has been amended to provide that every party to a public contract must: "Have written sexual harassment policies that shall include, at a mini -mum, the following information: (1) the illegality of sexual harassment; (11) 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 ( of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act). (emphasis added) Pursuant to 775 ILCS 5/1-103 (M) (2002), a "public contract" includes: 21 Page 3 - AFFIDAVIT — BID CERTIFICATION FORM ...every contract to which the State, any of its political subdivisions or any municipal corporation is a party." , having submitted a bid for (Name of Company) Water Meters and Accessories to the Village of Mount Prospect, hereby certifies that said Vendor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: (Name) (Title) Signed and sworn to before me this day of , 201_ My commission expires: Notary Public 22 EXHIBIT 4 VILLAGE OF MOUNT PROSPECT STATEMENT OF NO BID We, have declined to bid on your Bid for for because of the following reason(s): Specifications are too "tight" i.e. geared toward brands or manufacturers only. Insufficient time to respond to the invitation to bid/request for quotation. We do not carry this product or equivalent. Our schedule would not permit us to perform. Unable to meet required specifications. Specifications unclear. (Use remarks) Other. (Use remarks) Vendor: Signature: Title: Date: 23 0 LO 0 LO 0 0 0 CD 0 C CV) c 0 c WIT (0 0') Cl� 0� A . 0) (0 ... ta ............. .... 64 ....... ...... . . . .. . ............... ......... 00 0 r- CY) 0 0 0 LO 6 C -i 'i a. w 0 C C\� rl- C' cy) r- 0-) C,4 c) C-14 04 r i r CN CY) 0) - - - - ------ . v) . . ... ..... (A . .......... . ......... 6q u .v m W W W� w w ui w . . ................ . . . . . ............... . . ........ (D < 0 LO Ln IT LO (D o 0 n IT qt V* q — W M m E m r- C> (D (0 0 0 m m 4.j 0 CC m U') Nf 0 LO It in 'IT m It m IrT m NT m r- w 0 U*) Z m 0 co 0 0 0 0 0 0 . ..... . ..... . . ........ ------------- ---- - ---- ------------ ............ . - :3 uj C) 0 (D m .2 a) LO CD C-0 > m > a) 0 E ui CL .r (1) CL m W V) qa < CL CfJ N V- bo 112 M > - -i6 > C: m U) m x -p ry 0 0 C: 0 -FD 01 Z u7 ur in m 0) N tU E 2t . . ........ . ..... . x W ...... . ........... . x W -- x UJ ............. ... .. . . CO (o > (D CL w w w m m m m m m C. . . . ... . ............. ...................... . . ...... . .... - 1-1-1 . . ........ �W... -.4 >4 :R U) D LO U") LO (0 (0 (0 0 0 0 w—Cy --- — ----- -- 25 - — - - ---------- ---- ----- f E 2 Met Lo 'D QUOTE IS VALID FOR MINIMUM 180 DAYS (unless otherwise noted - as _ days) I understand that the Village reserves the right to waive any irregularities, technicalities, and informalities, contained in any bid and to reject any and all bids. The Village will award on one or more items, based on lowest responsible price/bid for that specific individual item. By signing this bid, I certify that I have the authority to submit this bid on behalf of the named Bidder. Date 2/28/17 1'2 Signature Printed Name Thomas M Teske Title Vice President, General Manager RAWAIM Telephone 1-800-874-4100 Firaps W_ em EXHIBIT 3 VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM EJ USA, Inc. Name 301 Spring Street, PO Box. 439, East Jordan, MI 49727 Address As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract right and debarment, the undersigned, Thomas M Teske -, being first duly sworn on oath, deposes and states that he or she is Vice President, General (sole owner, partner, joint ventured, President, Secretary, etc..) of EJ USA, Inc. ________-w_._ (hereinafter referred to as Vendor) (Name of Company) and has the authority to make all certifications required by this affidavit. Section I Non Collusion The undersigned ceres that this bid r and not collusive or sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any tither bidder, or to secure any advantage against any other bidder or any persom interested in the proposed contract. Section 11 Bid Rimj-• and Rotating ing The undersigned hereby certifies the Vendor is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4, K#J "I "I III Iiii F� Section III Illinois Drug Free Workplace Act The undersigned further states that the Vendor provides a drug free workplace pursuant to Illinois Statues, 30 ILCS 580/1, et seq and provides compliance with necessary requirements. Section IV Tax Payment The undersigned further states that the Vendor is not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned 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 civil action. It is expressly understood 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 V SEXUAL HARASSMENT POLICY Pursuant to Public Act 87-1257, effective July 1, 1993, 775 ILCS 5/2-105 (A) has been amended to provide that every party to a public contract must: "Have written sexual harassment policies that shall include, at a mini -mum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) 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 ( of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act). (emphasis added) Pursuant to 775 ILCS 5/1-103 (M) (2002), a "public contract" includes: 21 Page 3 - AFFIDAVIT — BID CERTIFICATION FORM ...every contract to which the State, any of its political subdivisions or any municipal corporation is a party." EJ USA, Inc. having submitted a bid for (Name of Company) Water Meters and Accessories to the Village of Mount Prospect, hereby certifies that said Vendor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: (Name) Vice President, General Mana (Title) Signed and sworn to before me this day of , 201_. My commission expires: ZMEIGM W We, for reason(s): EXHIBIT 4 VILLAGE OF MOUNT PROSPECT STATEMENT • NO BID Qfl,-e�-7Ce UMM I I I , 77711,76TIM171 because • the following Specifications are too "tight" i.e. geared toward brands or manufacturers only. Insufficient time to respond to the invitation to bid/request for quotation. We do not carry this product or equivalent. Our schedule would not permit us to perform. Unable to meet required specifications. Specifications unclear. (Use remarks) Other. (Use remarks) Ison"UMM Vendor: Signature: Title: Village of Mount Prospect Public VTorks Request for Bids For Bid due date/time: March 6th, 2017 - 1:00 p.m. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 1 Village of Mount Prospect Public Works Request for Bids Description: Fire Hydrants and Accessories �-#�_ / E =. Sealed bids will be received for Fire Hydrants and Accessories. Bids will be received no later than 1:00 p.m. local time on March 6th, 2017 at the office of Village Manager, Village of Mount, 31d Floor, 50 South Emerson Street, Mount Prospect, Illinois 60056, and then publicly read aloud. Please place your bid in a sealed envelope clearly marked "SEALED BID — Fire Hydrants and Accessories" and with the following information: company's name, ?,ddress, item bid, date and time of opening. Bid deposit is waived and not required. No payment/performance bond or insurance is required, Plans and specifications may be obtained at the Village of Mount Prospect's Oinvia DemandStar website by using the following link: www.mountprospect.org/ bids. The Village of Mount Prospect reserves and affirms the right to reject any or all bids, have pre -determined pre -qualifications, to waive any and all informalities, technicalities and irregularities in the bids, and to make an award based on the best interests of the Village. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 2 r, 1 * •-w w •" �► r • • rr i � i rr • � • � s i� r i • � r � r '* � rr • �• • � �• � • rr N • • � � 1.0 BIDDING PROCEDURES 1.01 PROPOSAL•" Proposals shall be submitted on i provided properly completed in ink, signed in the appropriate places,• submitted in a sealed envelope. All information required by the Bid Documents must be supplied to constitute a responsive• • person • • the proposal must initial all erasures or • to the proposal. ii"" to qualify • M or i'cial stipulations thereto, such qualifications or • . • be stated on i. • letterhead size sheets of paper,`•. from proposal i but i'i with the sealed • iii 1.03 SUBMISSIONr bid/proposals must be delivered to the Office of Village Manager,• floor,i i Prospect, 600 All bids submitted must be received in an envelope by the Manager'soffice before the time specified for opening the bid. Bids must be identified as such on the outside of the sealed envelope. This can be done by label as may be provided i .i' or by marking the envelope BID "" HYDRANTS"and with the following information: caddress,date • time of opening. Bids received prior to the opening will be securely kept, unopened. The Village Clerk or his/her agent will decide when the specified time for the bid opening has arrived, and bids will be opened as soon as practical after the • '• time. Formal"• bids,• • or '• for withdrawalof bids received after the time specified for the • i opening will notbe non - opening of • • not properly addressed and identified in a sealed envelope, exceptotherwise provided • • faxed or • bids will be allowed or •• '• 1.04 ADDENDUM: Bidders shall acknowledge the receipt of any addendum interpreting the Specificationsri Village of Mount Prospect Public Warks Department Fare Hydrants and Accessories 1.05 SAMPLES: Requested samples or drawings shall be delivered at no cost to the Village, The Village will not be responsible for damages to samples. Samples will be removed by the Bidder within (30) thirty days after notification. Samples must be submitted prior to the time set for the opening of the bid, 1.06 NO BID RESPONSE: In the event you do not submit a bid, return the Statement of No Bid, attached hereto as Exhibit 4, with an explanation as to why you are unable to submit a bid and clearly mark the proposal "No Bid". Failure to submit a bid or correspondence indicating why a bid is not being Submitted may result in your company being removed from the Village Bid List. 1.07 QUESTIONS: General inquiries concerning the bid may be submitted to Matt Overeem, Public Works Water Superintendent, 1700 W. Central Road, Mount Prospect, Illinois 60056, phone # 847-870-5640, fax # 847-253-9377 or e-mail to movereem@mountprospect,org, Questions requiring a clarification or interpretation of the Specifications, as described in Section 4.00 of these Instructions, shall be submitted to the Public Works Water Superintendent, at the address above, in writing at least five business days prior to the bid opening. If necessary, a written response will be issued to all bidders in the form of an addendum. Whenever the answer to the question is contained in the bid documents, the Bidder shall be directed to the provision within the general conditions which responds to the question. The Village will not be responsible for any other explanation of the Specifications made prior to the bid opening. 1.08 BIDS BINDING FOR 180 DAYS: Unless otherwise specified, all formal bids submitted shall be binding for one hundred eighty (180) calendar days following the date of the bid opening unless otherwise specifically noted by the vendor on the Bid Sheet, attached hereto as Exhibit 2. Bids submitted that are noted to be binding for less than 180 days may be deemed non-responsive at the sole discretion of the Vill.•- « '• ge bmitted for all of the work or items for which the bids are requested, 1.10 ALTERNATE PROPOSALS: The Specifications describe the goods and/or service which the Village deems to be necessary to meet its performance requirements. Bidders desiring to bid on items which deviate from the stated Specifications, but which they believe to be equal, may do so, but all Specification deviations must be clearly noted on the Bid Sheet. The Village reserves the right to rule upon Specification deviation in a manner that best meets the needs of the Village. If a Bidder wishes to submit more than one bid, each bid after the first is to be considered an ALTERNATE, These bids must be placed in SEPARATE envelopes. The envelopes and Bid Sheet must be plainly marked, "ALTERNATE 1.11 WITHDRAWAL OF BIDS: A written request for withdrawal of a bid will be granted if the request is received by the Village prior to the specified time of the bid opening. After the opening, the Bidder may not withdraw or cancel its bid for a period of one hundred and eighty (180) calendar days, or such longer time as stated in the Bid Documents. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 4 1.12 BID OPENING: Bids will be received in the office of the Village Manager, 3rd floor, Village of Mount Prospect, 50 South Emerson Street, Mount Prospect, Illinois, 60056, until the date and time set for the bid opening; the bids will be opened and read aloud. Bidders are encouraged to attend all openings and to offer constructive suggestions for improvements to bid format. 1.13 BID CERTIFICATION: All bid submittals must include a signed Affidavit - B Certification, a copy of which is attached hereto as Exhibit 3, certifying, amo other things, that the Bidder is in compliance with Sections 33E-3 and 33E-4 the Illinois Criminal Code regarding bid rotating and bid -rigging. I* Illinois State Law Article 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify that they are not barred from bidding on the Contract as a result of a violation of State Law 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. It is necessary that this be done under oath. Therefore, the affidavit must be notarized. 1.14 CONSIDERATION OF BID: No bid will be accepted frorn or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or failed to perform faithfully any previous contract with the Village. The bidder, if requested, shall present, within 48 hours, evidence satisfactory to the Village of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of the Bid and Contract Documents. 1.15 Bid Documents: For purpose of this bid, the Bid Documents shall inclu•- "" i eRequest for Bids for Water Meters and Accessories, including the General Conditions to Bidders and Instructions to Bidders and attachments, as well as any addenclums that may be issued. 2.00 A11ARDIRG THE BID 2.01 CRITERIA FOR AWARDING BID/RESERVATION OF RIGHTS: Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid, No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village of the compensation to the Bidder. Any exceptions not taken by the Bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible Bidder complying with the Bid Documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Bid Documents and reserves the right to accept or reject any and/or all bids or parts thereof, have pre- determined pre -qualifications, to waive any and all informalities, technicalities and irregularities in the bids, and to make an award based on the best interests of the Village. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 2.02 NOTICE OF AWARD: 2.03 AWARD OF ALL OR PART: Unless otherwise specified by the Village, the Village reserves the right to make an award on all items, or on any of the items according to the best interests of the Village 2.04 ACCEPTANCE: After the Village's acceptance and award of the bid, the successful Bidder will enter into a written contract with the Village that will include the requirements of this General Conditions and Instructions to Bidders, and all other portions of the Bid Documents, including the Specifications (hereinafter collectively the "Contract"), For purposes of this bid, the successful Bidder, who enters into a Contract with the Village, shall be the "Vendor". 4.00 SPECIFICATIONS 4.01 SPECIFICATIONS: The items subject to this bid are water meters and accessories. The Specifications for Such meters and accessories, including quantity, are described on the Specifications and Bid Sheet, which are attached hereto as Exhibits 1 and 2 (the "Specifications"). All equipment and material bids shall be in accordance with all applicable Federal, State and local laws, rules and regulations in effect at the time of bid. 4.02 BRAND NAME; WARRANTY: The brand name and/or manufacturer of each item proposed must be clearly stated. Guarantee and/or warranty information must be included with the bid. 03 NEW GOODS, FRESH STOCK: Unless otherwise specifically stated, new commodities, fresh stock, latest model, design or package, shall be provided. 4.04 TRADE NAME USED BY VILLAGE: Unless otherwise stated, any reference in the Specifications to a detailed manufacturer is for descriptive, not restrictive purposes, indicating articles that are satisfactory. Bids on other makes and catalogs will be considered, provided the Bidder clearly states exactly what the Bidder proposes to furnish,- or forwards with the bid, a cut, illustration, or other descriptive matter which will clearly indicate the character of the article covered by the bid and that it meets the intended requirements. 4.05 TRADE NAME USED BY BIDDER: Where the Bidder identifies an item by manufacturer's name, trade name, catalog number, or reference, the Bidder shall furnish the item so identified and shall not propose to furnish an "equal" unless the proposed "equal" is definitely indicated within the bid. 4.06 PROPOSED EQUIVALENTS: The manufacturer and model specified is provided to indicate the quality minimums expected by the Village. Where Specifications provide detailed information regarding certain manufacturers and models, equivalent products shall be accepted for consideration. Equivalent products shall be equivalent as to quality, function, design, features and overall warranty Village of Mount Prospect Public Works Depattinent Fire Hydrants and Accessories of products proposed. It shall be the determination of the Village's user department or designee to judge and conclude if a product is acceptable as an equivalent. All products proposed as part of this purchase shall be designed specifically for the intended use. If no particular brand, model, or make is specified, and if no data are required to be submitted with the bid, the Specifications may require the Bidder to • working drawings or detailed descriptive data sufficient for the Village to determine if each requirement of the Specifications is being complied with prior to manufacture or shipment. 4.07 SPECIAL CONDITIONS: Wherever special conditions/requirements are written into the Specifications or Special Provisions which are in conflict with conditions stated in these Instructions to Bidders, the conditions stated in the Specifications or Special Provisions/Requirements shall take precedence. 4.08 PERMITS AND LICENSES: The successful Bidder shall obtain, at its own expense, all permits and licenses that may be required to complete the Contract (where applicable), Section 7 of the Illinois Freedom of Information Act (FOIA) applies to public records in the possession of a party with whom the Village has contracted. The Village will have only a very short period of time from receipt of a FOIA request to comply with the request, and there is a significant amount of work required to process a request including collating and reviewing the information. The successful Bidder/Vendor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village for public records (as that term is defined by Section 2(c) of FOIA) in its possession and to provide the requested public records to the Village within two (2) business days of the request being made by the Village. The undersigned agrees to indemnify and hold harmless the Village from all claims, costs, penalty, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the Village under the Contract. 5.00 PRICE 5.01 NET PRICES: Bid prices, unless otherwise specified in the Specifications, must be net, including transportation and handling charges fully prepaid by the Vendor to delivery point. Unit prices shall not include any local, state or federal taxes. 5.02 PRICE REDUCTION: If at any time after the date of the bid or offer, the Vendor makes a general price reduction in any material covered by the Contract, an equivalent price reduction shall apply to the contract for the remaining Contract period (or until the price is further reduced). Such price reduction shall be effective at the same time and in the same manner as the reduction in the price to Vendor's customers generally. For purpose of this provision, a "general price reduction" shall mean any horizontal reduction in the price of an article or service offered (1) to Vendor's customers generally, or (2) in the Vendor's price schedule Village of Mount Prospect Public Works Departinent Fire Hydrants and Accessories for the class of customers, i,e,, wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this contract. An occasional sale at a lower price would not be considered a "general price reduction" under this provision, The Vendor shall invoice the Village at such reduced prices indicating on the invoice that the reduction is pursuant to the "Price Reduction" provision of the Contract documents. The Vendor, in addition, shall within ten calendar days of any general price reduction notify the Village of such reduction by letter. Failure to do so may result in termination of the Contract. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation, 5.03 TAX EXEMPTION: Illinois Retailers Occupation Tax, Use Tax and Municipal Retailer's Occupation Tax do not apply to materials or services purchased by the Village. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful Bidder with its tax exemption number, 5.04 ERRORS IN BID PRICES: When an error is made in extending total prices, the unit bid price will govern. Erasures or changes in bids must be initialed by the Bidder. 6.00 QUANTITIES 6.01 SPECIFIC BID QUANTITIES: Where quantities are specifically stated, acceptance will bind the Village to order and pay for, at Contract prices, all such supplies or services delivered that meet the Specifications and conditions of the Contract. 6.02 REQUIREMENTS OR ESTIMATED BID QUANTITIES: On "Requirements or Estimated Bid Quantities," acceptance will bind the Village to pay for, at unit bid prices, only quantities ordered and delivered. Any reference to forecasted or estimated quantities within the bidding documents is intended to inform the bidder of approximate annual requirements. 7.00 DELIVERY PROVISIONS 7.01 PLACING OF ORDER: Orders against Contracts will be placed with the Vendor on a purchase order executed and released by the Village. Telephone, facsimile or electronic orders placed directly with the Vendor by the Public Works Department may be authorized by the Village only after execution of a blanket purchase order. 7.02 RESPONSIBILITY FOR MATERIALS SHIPPED: The Vendor shall be responsible for the materials or supplies covered by this Contract until they are delivered at the designated point. Rejected materials or supplies must be removed by and at the expense of the Vendor promptly within (5) five calendar days after notification or rejection. The Vendor shall be responsible for rejected goods after notice of rejection. 7.03 DELIVERY FAILURES//DEFAULT: In the event of the Vendor's nonperformance or breach of the Contract terms, the Contract may be canceled, in whole or in part, upon the Village's written notice of default and the Vendor's failure to cure Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 8 such default within ten (10) calendar days of the notice. The Vendor shall be liable to the Village for all costs incurred in completion of the Contract. In the event any defects or imperfections in the materials or workmanship to be furnished by the Vendor appear within the period of one (1) year from the date of completion of all the work or delivery of all the materials or supplies contemplated by the Contract, and acceptance by the Village, the Vendor will, upon notice from the Village (which notice may be given by letter to the Vendor at its business address shown on the bid or Contract), repair and make good at its own cost and such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to the Village, and furnish all such new materials and labor as may be necessary to do so. In the event of the failure, refusal or delay of said workmanship or materials, the Village may do so or have same done by others, and the Vendor and surety or sureties on its bond given for the faithful performance of the Contract shall be liable to the Village for all damages and expense occasioned by such failure, refusal or delay. The Vendor may not be liable in damages for delay in performance when such delay or failure is the result of fire, flood, strike, the transporting carrier, act of God, or by any other circumstances which are beyond the control of the Vendor. Under such circumstances, however, the Village may, at its option, cancel the Contract. 7.04 INSPECTION OF GOODS: Inspections and acceptance of materials or supplies will be made after delivery. Final inspection shall be conclusive except as regards latent defects, fraud, or such gross mistakes as to amount to fraud. Final inspection and acceptance or rejection of the materials or supplies will be made as promptly as practicable. All delivered materials shall be accepted subject to inspection and physical count. 7.05 PACKING SLIPS OR DELIVERY TICKETS: All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered: (a) Purchase order number (b) Name of the article and stock number (c) Quantity ordered (d) Quantity shipped (e) Quantity back ordered (f) Name of the Vendor 8.00 GENERAL RESPONSIBILITY PROVISIONS 8.01 REQUIREMENT OF BIDDER: The successful Bidder shall, within fifteen (15) days after notification of the award: a) enter into a contract in writing with the Village covering all matters and things as are set forth in these General Conditions and Instructions to Bidders, the Specifications and its bid; and b) carry insurance as described in Section 8.07 of these Instructions. 8.02 COMPLIANCE WITH ALL LAWS: All work under the Contract must be executed in accordance with all applicable federal, state and local laws, ordinances, rules and regulations. Village of Mount Prospect Public Works Departn7ent Fire Hydrants and Accessories 8.03 CONTRACT ALTERATIONS: No amendment of a Contract shall be valid unle made in writing and signed by both parties. i 8.04 GENERAL GUARANTY: Bidder/Vendor agrees to: (a) Save the Village, its agents, and employees harmless from liability of any nature or kind for the use of any copyrighted or un -copyrighted composition, secret process, patented or unpatented invention, article, or appliance furnished or used in the performance of the Contract which the Bidder is not the patentee, assignee, licensee, or owner; and (b) Protect the Village against latent defects in materials or workmanship and to repair or replace any articles damaged or marred in transit or during delivery; and (c) Neither the final certificate of payment, nor any provision in the Contract, nor partial or entire use of the equipment/product embraced in the Contract by the Village or the public shall constitute an acceptance of work not done in accordance with the contract, or relieve the Bidder/Vendor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those Contract Documents; and (d) By submitting a bid, Bidder expressly warrants that materials furnished under the Contract will be of good quality, 8.05 NOTICES: All notices required under the Contract shall be given in writing. Notices to the Village shall be as follows: Notice shall be effective upon the date of receipt by personal service or as evidenced by a valid return receipt. The name and/or address to which notice is required may be amended at any time by written notice to the other Party as provided herein. 8.06 ASSIGNMENT: Assignment of the Contract or any part thereof, or any funds to be received thereunder by the Vendor shall be subject to the written approval and sole discretion of the Village. Such assignment shall not relieve the Vendor from its obligations or change the term of the Contract, 8.07. INSURANCE: Waived 8.08 INDEMNITY: The Bidder (Vendor), throughout the duration of the Contract, shall indemnify and save harmless the Village of Mount Prospect, its officers, agents Village of Mount Prospect Public Works Departroerit Fire Hydrants and Accessories 10 and employees from any and all liability, losses or damages, including attorney's fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including worker's compensation claims, in any way resulting from or arising out of the operations of Vendor under the Contract, including operations of subcontractors; and the Vendor shall, at its own expense, appear, defend and pay all fees of attorneys and all costs and other expenses arising there from or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Vendor shall, at its own expense, satisfy and discharge same. 8.9 MATERIAL SAFETY DATA SHEETS: Federal law requires that chemical manufacturers and importers must develop an MDS for each hazardous chemical they produce or import, and must provide the MSD S automatically at the time of the initial shipment of a hazardous chemical to a downstream distributor or user, or anytime the chemical makeup of the product is changed. Distributors must also ensure that downstream employers are similarly provided an MSD. If the above paragraph applies to this bid, the Vendor must submit Material Data Sheets which include information regarding the specific chemical identity of the hazardous chemical(s) involved and the common names. In addition, information must be provided on the physical and chemical characteristics of the hazardous chemical; known acute and chronic health effects and related health information; exposure limits; whether the chernical is considered to be a carcinogen by NTP, IARC, or OSHA; precautionary measures; emergency and first-aid procedures; and the identification of the organization responsible for preparing the sheet. 8.10 EQUAL EMPLOYMENT OPPORTUNITY: The Equal Employment Opportunity Clause, 44 IL, Adm. Code 750 Appendix A, which is set forth below, is incorporated by reference into every bid specification and contract. Every Vendor (contractor) and subcontractor shall comply with the provisions of the Equal Employment Opportunity Clause. In the event of the contractor's noncompliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Illinois Department of Human Rights Rules and Regulations, the contractor may be declared 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 voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: (a) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental disability unrelated to ability, or an unfavorable discharge from military service; 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) of minorities and women in the area(s) Village Of MOU17t Prospect PUb1iC Works Department Fire Hydrants and Accessories 19 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 disability 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, 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 Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations there under. (e) That it will submit reports as required by the Illinois Department of Human Rights Rules and Regulations, 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. (f) That it will 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) an internal complaint process including penalties; (v) legal recourse, investigative and process available through the Illinois Department of Human Rights and the Illinois Human Rights Commission; (vi) directions on how to contact the Department and Commission; (vii) protection against retaliation. A copy of the policies shall be provided to the Department upon request. (g) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. (h) That it will include verbatim or by reference the provisions of this 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 each subcontractor. In the same manner as with other provisions of the 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 Illinois Department of Human Rights in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the commission to be ineligible for contracts or Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 12 subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 9.00 PAYMENT 9.01 INVOICES: Unless otherwise authorized by the Village, Vendor must submit single invoice copies for each purchase order immediately upon completion of shipment, or services. Partial payments may be acceptable if previously approved. If shipment is made by freight or express, original bill of lading, properly receipted, must be attached to invoice. ffiail all invoices to: VILLAGE OF MOUNT PROSPECT Public Works DeFartment Accounts PaWable 1700 W. Central Road Mount Prospect, IL 60056 The Village provides payment in compliance with the Illinois Prompt Payment Act (50 ILCS 505/1 et seq.). Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 13 EXHIBIT I • and • Conditions Failure to comply with any of these requirements is sufficient cause for rejection of proposed hydrants. The Village of Mount Prospect reserves the right to accept only those materials that are in full compliance with the specifications and deemed most advantageous to its interests. Delivery shall be FOB to the Village of Mount Prospect Public Works facility, 1700 West Central Road, Mount Prospect, Illinois 60056. Delivery Shipments shall consist of five (5) hydrant assemblies each every two (2) weeks ARO for a total of five (5) deliveries. Fire Hydrants Fire hydrants purchased shall meet or exceed all applicable requirements and tests of ANSI and the latest revisions of AWWA Standard 0502 (latest version). Fire hydrants shall meet all test requirements and be listed by Underwriters Laboratories Inc. Fire hydrants shall meet all test requirements and have full approval of Factory Mutual. Fire hydrants shall meet the following requirements 1. Fire hydrants shall be rated for a working pressure of 250 Psig. (1725 kPa). 2. Hydrant and valve to be delivered as an assembled unit. 3. Fire hydrants shall be of the compression type, opening against the pressure and closing with the pressure. 4. Fire hydrants shall have a minimum 5-1/4" main valve opening and a minimum inside lower/upper barrel diameter (I.D.) of 7" to assure maximum flow performance. 5. Fire hydrants shall be three-way in design, having one pumper nozzle (size — 4.5") and two 2-1/2" hose nozzle(s). Nozzle thread type shall be National Standard. Nozzles shall thread counterclockwise into hydrant barrel utilizing too" ring seals. A suitable nozzle lock shall be in place to prevent inadvertent nozzle removal. 6. The operating nut shall be a one-piece design, manufactured of ASTM B-584 bronze. It shall be pentagon in shape and the nut dimensions shall be 1-1/2". hold down nut, for the purpose of protecting the operating mechanism from the elements. a rtl IN OD&W, R-1 &$]I a I (OR I AN I [W-1 OR I or -M Or-l"I 11;14 a*] ev-4 2 111 to JLR 1= V111age of Mount Prospect Public Works Department Fire Hydrants and Accessories 14 8. The hydrant bonnet shall be attached to the upper barrel by bolts and nuts, minimum four (4). 9. Hydrants shall be a "traffic -model" having upper and lower barrels joined at the ground line by a separate and breakable "swivel" flange providing 360 degree of rotation of upper barrel for proper nozzle facing. This flange shall employ at least four (4) bolts. The proper ground line shall be cast clearly on the lower barrel and shall provide not less than 18 of clearance from the centerline of the lowest nozzle to the ground. 10. The operating stem shall consist of two pieces and shall be connected by a safety coupling. The safety coupling shall have an integral internal stop to prevent the coupling from sliding down into the lower barrel when the hydrant is struck. Screws, pins, bolts, or fasteners used in conjunction with the stem couplings shall also be stainless steel. The top of the lower stem shall be recessed 2" below the face of the safety flange to prevent water hammer in the event of a "drive over" where a vehicle tire might accidentally depress the main valve. 11 The lower barrel shall be an integrally cast unit. The use of threaded on or mechanically attached flanges is deemed unacceptable. The hydrant bury depth shall be clearly marked on the hydrant lower barrel. 12. Hydrants shall be equipped with (2) two drain valves that drain the barrel when the hydrant is closed and seal shut when the hydrant is opened. They shall operate without the use of springs, toggles, tubes, levers or other intricate synchronizing mechanisms. 13.The interior of the shoe including the lower valve plate and stem cap nut shall have a protective coating that meets the requirements of AWWA C-550. If a stem cap nut is utilized, a stainless steel lock washer or similar non -corrosive device that will prevent the cap nut from backing -off during normal use must lock it in place. 14. Hydrants shall be warranted by the manufacturer against defects in materials or workmanship for a period of ten years (10) from the date of manufacture. The manufacturing facility for the hydrant must have current ISO certification. 15. Color — Yellow 16. Manufacturer: Hydrants shall be Mueller(& Super Centurion 250, A423, or EJ 5CD 250. Village of Mount Prospect Public Works Deparlment Fire Hydrants and Accessories 15 Resilient Wedge Gate Valve 1. The resilient seat gate valves shall fully comply with the latest revision of AWWA 0515, and shall also be UL listed and FM approved. The valves shall be tested and certified to ANSI/NSF 61. a; Il I•rmm•mwl• •�� 3. The valve type shall be NRS (non -rising stem). 4. The valve shall have an arrow cast on the operating nut showing opening direction. The direction of opening shall be open left (counter -clockwise). 5. The NRS valves shall be provided with a 2" square operating nut. The bolt that attaches the operating nut to the stem shall be recessed into the operating nut so as not to interfere with valve wrench operation, 6. The valves shall have bolts and nuts for the stuffing box and bonnet with one of the following compositions: a. Steel, ASTM A-307, Grade B zinc plated, b. Type 304 stainless steel. c. Type 316 stainless steel. 7. The valve stem shall be made of bronze ASTM B-132 alloy 067600 bar stock material. The stem shall have at least one "anti -friction" thrust washer above and below the stem collar to reduce operating torque. The design of the NRS valve stem shall be such that if excessive input torque is applied, stem failure shall occur above the stuffing box at such a point as to enable the operation of the valve with a pipe wrench or other readily available tool. The stem material shall provide a minimum 70,000psi tensile strength with 15% elongation and yield strength of 30,000psi. Valves with cast stems or two- piece stem collars are not acceptable. 9. The valves shall have all internal and external ferrous surfaces coated with a fusion bonded thermosetting powder epoxy coating of 10 mils nominal thickness. The coating shall conform to A\/VWA C550. 10. The valves shall be warranted by the manufacturer against defects in materials or workmanship for a period of ten (10) years from the date of manufacture. The manufacturing facility for the valves must have current ISO certification. Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 16 11 The valve shall be delivered assembled to the hydrant by flange joint. The inlet connection to the valve shall be MJ (mechanical joint). 12. Manufacturer: The NRS valves shall be MUELLERO A2360 series A- 2360-20, EJ FlowMaster or approved equal. 1 . Valve boxes shall be two-piece cast-iron, screw-type to allow for an extension range of 39-60 inches below grade. Valve box can be delivered assembled in box or in crates, not assembled. Lids may be delivered as separate item. Bidder to identify which method is being proposed. 5. Manufacturer: The valve Boxes shall be Tyler/Union@ 664-S cast iron two-piece valve box with lid, EJ or approved equal. Miscellaneous Parts and Accessories Any accessory items shall be as provided by manufacturer and designed for t Mueller(i�t Super Centurion 250, A423 or for the EJ 5CD250 Hydrants or approved equal. I Village of Mount Prospect Public Works Department Fire Hydrants and Accessories 17 5/11/2017 EJ USA FIRE HYDRANT.JPG (311X515) https://www. boarddocs.com/i I/vom p/Board.nsftfi I es/AKFR W W 70OA88/$file/EJ%20U SA°/o20F IRE%20HYD RANT.J PG 1/1 5/11/2017 BoardDocs® Pro IN Agenda Item Details Meeting Mar 21, 2017 - REGULAR MEETING OF THE VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.5 Motion to concur with Illinois Department of Transportation (IDOT) bid award recommendation Martam Construction Company, Inc. for the construction of covered bike shelters in downtown Mount Prospect in an amount not to Kovilic Construction, Inc. exceed $181,694.80. Access Public Type Action Preferred Date Mar 21, 2017 Absolute Date Mar 21, 2017 Fiscal Impact Yes Dollar Amount 14,130.00 Budgeted Yes Budget Source Capital Improvement Fund Recommended Concur with the Illinois Department of Transportation (IDOT) recommendation to award the Action contract for the construction of covered bike parking shelters in downtown Mount Prospect to Sumit Construction of Chicago, Illinois for an amount not to exceed $181,694.80. The Village share of this award obligation will not exceed $14,130. Public Content Information In 2016 the Village of Mount Prospect was awarded $134,800 in Congestion Mitigation and Air Quality (CMAQ) Improvement Program funds and $33,700 in Access to Transit Improvement Program funds for the construction of covered bike shelters in the downtown. We also received an additional $16,400.00 in CMAQ funds to cover the cost of engineering inspection during construction. The project includes construction of three (3) covered bike shelters, 30 bike racks (for 60 bikes), decorative brick pavers, and landscaping. One shelter will be located in the west commuter lot, one in the east commuter lot, and one on the north side of Prospect Avenue east of Emerson Street. The attached map denotes these locations. Last month the Village signed a Local Agency Agreement (the Agreement) with the Illinois Department of Transportation (IDOT) establishing the division of cost for the project. The Agreement also stipulated that the construction contract would be awarded by IDOT through their competitive bidding process. IDOT will pay the construction contractor directly and the Village will reimburse IDOT for our share of the construction cost. IDOT opened bids on March 3, 2017. Eight (8) contractors bid on the project and Sumit Construction Company of Chicago, IL was the low bidder with a bid of $181,694.80. The complete bid results are: Bidder Bid Sumit Construction Company $181,694.80 Vixen Construction, Inc. 11$193,810.75 Martam Construction Company, Inc. $197,034.51 Kovilic Construction, Inc. $202,450.00 Landmark Contractors, ............... ..........................I....n......c...... . $209,655.90 MYSLncorporatea $216,118.50 Alliance Contractors $219,130.84 hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 1/2