Loading...
HomeMy WebLinkAbout05/02/2017 Booster Station 11 Tank Repairs5/11/2017 BoardDocs® Pro IN Agenda Item Details Meeting May 02, 2017 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 13. VILLAGE MANAGER'S REPORT Subject 13.2 Motion to reject Matrix Services bid for Booster Station 11 Tank Repairs as non-responsive and accept bid from Jetco, LTD in an amount not to exceed $201,715. Access Public Type Action Preferred Date May 02, 2017 Absolute Date May 02, 2017 Fiscal Impact Yes Dollar Amount 201,715.00 Budgeted Yes Budget Source Water and Sewer Enterprise Fund Recommended Reject the lowest cost bid for Booster Station 11 tank repairs submitted by Matrix Services of Action Catoosa, OK as non-responsive to the bid documents and accept the second lowest cost bid submitted by Jetco, LTD., of Lake Zurich, Illinois in an amount not to exceed $201,715. Public Content Information The water storage tank at Booster Station 11 is a 1 -million gallon, ground -level, welded steel reservoir situated in the middle of the Mount Prospect Golf Course (600 See Gwun Avenue). This tank, in conjunction with its adjacent booster pumping station, helps satisfy peak water demand and fire flow requirements. The attached map (Attachment A) depicts this location. This tank is one (1) of seven (7) in the Village -owned water distribution system. In total, these tanks provide 8.8 million gallons of water storage capacity. The Village's average daily demand for water 3.5 million gallons. Each of these tanks is routinely inspected by a qualified engineer to assess, structural condition, corrosion control, coating adhesion, and safety compliance. Tank 11 was inspected in 2015 by engineers from Tank Industry Consultants (TIC) of Indianapolis, Indiana. TIC is an engineering consulting firm that specializes in the maintenance and repair of steel storage tanks. TIC's complete report is enclosed as Attachment B. In summary, the TIC report finds that both interior and exterior coatings are in good overall condition and should not require painting for another 5 to 7 years. However, repairs to the interior rafters of the tank are needed to maintain structural integrity of the roof. The rafter repair work primarily involves replacing the welded steel purlins that provide lateral support for the rafter system. After the repairs are made; touch-up coating of affected work areas is required. To facilitate this work, a detailed set of technical specifications and bid documents were prepared. A complete set of these documents is enclosed as Attachment C. The project is expected to last 6-7 weeks. Site coordination and access has been discussed with the Mount Prospect Park District. The bid documents were distributed to 14 area firms and an advertisement was placed in a local newspaper. In addition, the bid documents were also made available at the Onvia On Demand bid website. Bids were opened and publicly read aloud at 1:00 PM on April 24, 2017. Four (4) firms submitted bids. The results are indicated in Table 1 below: Table 1 Bidder Bid hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 1/3 5/11/2017 BoardDocs® Pro Matrix Services, Inc., Catoosa, Oklahoma $176,332 Jetco, LTD., Lake Zurich, Illinoois $201,715 Tecorp, Joliet, Illinois $218,800 TMI Coatings, St. Paul, Minnesota $426,800 The apparent lowest cost bid was submitted by Matrix Services, Inc. of Catoosa, Oklahoma. However, Matrix' bid submittal contained a written exception that coating of repaired or new steel was not included in their bid price. For reference, Matrix' bid is enclosed as Attachment D. It is the opinion of staff that Matrix' exception is significant because the bid documents clearly identified re -coating of repaired areas as required work. Furthermore, proper preparation and coating of new or repaired steel is essential to prevent corrosion and maintain long-term structural integrity of the tank. In addition, Matrix did not include required bid security with their bid. Therefore, it is staff's recommendation that Matrix's bid be considered non-responsive to the bid request. The second -lowest cost bid was submitted by Jetco, Limited (Jetco) of Lake Zurich, Illinois. Jetco has previously performed tank repair and painting work of similar scale and scope for the Village. All of their work has been satisfactory. They have been a tank repair and painting firm in the northern Illinois area since 1966. The firm is presently performing tank work for the communities of Arlington Heights, North Aurora, Riverwoods, Berkeley, Lakewood, and Lisle, Illinois. All references indicate that their work has been satisfactory. Jetco's bid is enclosed as Attachment E. The contract documents include a 60 -hour allotment for unanticipated additional work. Therefore, staff is not requesting a contingency addition to the bid award. Alternatives 1. Reject lowest cost bid as non-responsive to the bid documents and accept second -lowest cost bid. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board reject the lowest cost bid for Booster Station 11 Tank Repairs submitted by Matrix Services, Inc., of Catoosa, OK, as non-responsive to the bid documents and accept the second -lowest cost bid submitted by Jetco, LTD., of Lake Zurich, Illinois in an amount not to exceed $201,715. ATTACHMENT A _ STATION 11 MAP.pdf (1,219 KB) ATTACHMENT B —TANK EVALUATION REPORT.pdf (59,770 KB) ATTACHMENT C _ STATION 11 TANK REPAIRS BID DOCUMENTS.pdf (598 KB) ATTACHMENT D _ MATRIX BID.pdf (9,104 KB) ATTACHMENT E _ JETCO BID.pdf (33,747 KB) Administrative Content Executive Content Motion & Voting Reject the lowest cost bid for Booster Station 11 tank repairs submitted by Matrix Services of Catoosa, OK as non- responsive to the bid documents and accept the second lowest cost bid submitted by Jetco, LTD., of Lake Zurich, Illinois in an amount not to exceed $201,715. hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 2/3 5/11/2017 BoardDocs® Pro Motion by Paul Hoefert, second by Michael Zadel. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel hftps://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login 3/3 r EVALUATION OF THE 1,000,000 GALLON STEEL GROUND STORAGE TANK "STATION 11 TANK" MOUNT PROSPECT, ILLINOIS .am VILLAGE OF MOUNT PROSPECT MOUNT PROSPECT, ILLINOIS July 8, 2015 15.119.H373.007 I C TANK July 20, 2015 INDUSTRY CONSULTANTS INC. SUBJECT: 7740 West New York Street The subject of this report is the field evaluation of the 1,000,000 gallon steel Indianapolis, Indiana 46214 ground storage tank in Mow -it Prospect, Illinois. The tank was owned by the 317 / 271-31.00 - Phone Village of Mount Prospect and was known as the "Station I I Tank." The field 317 / 271-3300 - FAX evaluation was performed on July 8, 2015 by James A. Peyer, Kyle M. Spaulding, and Anthony R. Turpin of Tank Industry Consultants. The Owner's representative on the site at the time of the field evaluation was Dan Murphy. The sphericon, knuckle roof tank was of welded steel construction. According infon-nation on the tank nameplate, the tank was built in 1.968 by Chicago Plainfield, Illinois Bridge and Iron Company under contract number 68-3225. The tank Bridge 915 / 556-8335 nameplate also stated that the tank diameter was 98 ft, and the high water level Pittsbut-gh, Pennsylvania was 18 ft2In. 412 / 262-1586 El Paso, Texas OBJECTIVE: 915 / 790-0790 The purpose of this washout and evaluation was to determine the condition of Houston, Texas 281 367-3511 the tank interior, exterior, exposed. foundation, and accessories. The purpose of this report is to present the findings of the evaluation and to make recommendations for recoating, repairing, corrosion protection, and maintenance. Budget estimates for the work, anticipated life of the coating and the structure, and the replacement cost of the tank are also included. AUTHORIZATION: This washout, evaluation, disinfection, and report were authorized in P.O. No. 2015-00000428 dated April 30, 2015. EXECUTIVE SUMMARY: The coating on the interior and exterior of this tank were in good overall condition and should not require repainting within the next 5 to 7 years. The tank should be re-evaluated in 3 to 5 years as recommended by AWWA. Structural calculations should be performed to determine if the purlins in the interior roof support structure are required, and if so, how many are Deeded. The deteriorated purlins should be removed and replaced. Until such time as the purlins can be removed or replaced, personnel should not access the tank interior due to the potential for the purlins to fall. An Employee -Owned Company 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 2 Village of Mount Prospect, Illinois 15.119.H373.007 ANSUOSHA and Safety -Related Deficiencies: There were OSHA and safety-related deficiencies on this tank. These deficiencies included: ♦ the purlins on the interior roof support structure were deteriorated and in danger of falling, and ♦ the roof safety railings were not equipped with toe bars (29 CFR 1910.23(e)(4)). If the Owner wishes to fully comply with OSHA and safety-related standards, it is recommended that these deficiencies be rectified. The deficiencies listed above are not intended to be a complete list of deficiencies on this tank. The Owner should refer to the complete report text and accompanying photographs for a complete account of all observed deficiencies. This evaluation and the reporting of the condition of this tank do not warrant the original structural condition of the tank or any of the original design for seismic loadings. Likewise, recommendations for this tank do not include modifications which may be required for compliance with present structural codes. PHOTOGRAPHS: Color photographs were taken of the visible portions of the foundation, the tank interior and exterior and are included as a part of this report. The significant photographs are keyed to the observations. NOMENCLATURE: The terms used in describing the various components of water tanks are unique to the industry. In fact, the terms vary from firm to firm and from person to person. In an attempt to define the terms used in this report, a sketch of the general type of tank covered is included at the end of the narrative portion of this report. Each horizontal row of steel plates on the tank is referred to as a "shell ring" or "ring." To aid in referencing the shell rings, the bottom ring is referred to as shell ring 1 and the top ring is shell ring 2. Warning: Some appurtenances on this tank may be referred to as erection or rigging attachments, lugs, or brackets. This does not mean that they are safe for rigging. Each attachment for each tank should be evaluated on an individual basis by a structural engineer or an experienced rigger before being used. These devices may have been intended for only the original erectors and painters to use with specialized equipment. ADHESION TESTS: All adhesion tests performed during this evaluation were done in general accordance with ASTM D3359. The results are reported herein using the ASTM scale. The ASTM scale is a relative scale to rate adhesion from 0 to 5 with 5 being the best. A table of adhesion test results classification is included with this report following the sketch of the tank. 1, 000, 000 Gallon Ground ,Storage Tank, ",Station 11 Tank" Page 3 Village of Mount Prospect, Illinois 15.119.H373.007 HEAVY METALS TESTS: Samples of the exterior and interior coating systems were sent to a laboratory for inductively coupled plasma -atomic emission spectrometry analyses. The test results were as follows: Cadmium mg/kg percent Chromium mg/kg percent Lead mg/kg percent Exterior <25 <0.0025% <250 <0.025% 806 0.0806% Interior <25 <0.0025% <250 <0.025% <250 <0.025% Tank Industry Consultants performs this test only to determine if there is lead, cadmium, or chromium present in the coating samples. To limit damage to the existing coating, only small areas were tested. The small number of samples taken and the difficulty of retrieving all primer from the steel profile may cause the tests performed to not accurately represent the total coating system. Variations in thickness, types of coatings applied, and the interim cleaning and painting operations will also affect the actual readings. The reliability of the results is also dependent on the amount of primer included in the sample. Additional testing to determine the amount of leachable contaminants present in the spent cleaning debris will need to be performed following cleaning operations at the time of repainting. Results from the laboratory analysis are included following the adhesion tables. ULTRASONIC THICKNESS MEASUREMENTS: Roof Plates: Sheets: Knuckle Shell: Ring #2: Ring #1: Bottom Plate: (all readings were taken through coating) 0.247 in. to 0.265 in. 0.304 in. to 0.329 in. 0.291 in. to 0.298 in. 0.464 in. to 0.468 in., bottom 0.243 in. to 0.261 in. OBSERVATIONS: A. Foundation and Site SITE: Size: undefined Fence: none Nearest Strictures: Type: pump house Direction: south Distance: approx. 7 ft 4 in. 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 4 Village of Mount Prospect, Illinois 15.119.H373.007 Type: building Direction: east Distance: approx. 29 ft Nearest Overhead Power Lines: none near FOUNDATION: Type: concrete ringwall Projection Above Grade: North: 3 in. to 4 in. South: 5 in. to 6 in. East: 5 in. to 10 in. West: 10 in. to 11 in. Grout: none visible Sealant: polyurethane Fiberboard: approx. 3/8 in. thick VALVE VAULT: Location: south of tank Size: 6 ft 8 in. deep Access: Size: 30 in. square Locked: yes Ladder: none 1. Site Location: The tank was located on the grounds of the Mount Prospect Golf Course at 600 South See Gwun Avenue in Mount Prospect, Illinois. There no residences within the vicinity of the tank. Access to the site was via an 8 ft wide asphalt drive. (See photos 1-7) 2. Site Conditions: The tank site was covered with grass and was graded to provide adequate drainage away from the foundation. On the east side of the tank, the perimeter was asphalt, and on the west side of the tank the perimeter of the tank was grass. The site was not fenced. There was a pump house on the site, and several poles were adjacent to the site. A cathodic protection control cabinet for the tank was located in the pump house, and it housed the system's rectifier. Piping extended from tank into pump house. The pipe was supported by concrete blocks. Trailers, landscaping equipment, stone/rock barriers, brush piles, and gravel mounds were located within 3 ft of the tank on the north and east sides. A cellular antenna tower was located north of the tank on the site on the opposite site of a building. (See photos 1-8, 13, 22-23, 25-26, 29) 3. Foundation: The tank foundation appeared to be a concrete ringwall with a beveled edge. Except for minor cracking and some spalled areas, the exposed surface of the foundation appeared to be in nearly its original structural condition at the time of this field evaluation. The foundation did not consistently exhibit the AWWA recommended 6 in. to 12 in. projection above grade. White coating was visible on the exposed concrete surfaces at the time of this field evaluation. The ground was eroded on the west side of the tank directly at the foundation. (See photos 1, 8, 13-21, 24-26) 4. Fiberboard and Sealant: There was a sealant located around the bottom plate -to - foundation interface. The sealant had randomly disbonded from both the foundation and the baseplate. 1, 000, 000 Gallon Ground ,Storage Tank, ",Station 11 Tank" Page S Village of Mount Prospect, Illinois 15.119.H373.007 Fiberboard was observed between the bottom plate and the concrete foundation. Vegetation had grown at voids in the fiberboard and sealant. (See photos 16-20) 5. Valve Vault: There was a valve vault located approximately 1 ft south of the tank. The valve vault was part of the pump house basement. The exterior access into the valve vault was locked prior to or after this field evaluation. There was a 16 in. diameter outlet pipe and a 10 in. diameter inlet pipe were located in the vault. The coating on the riser pipes at the penetration to the tank floor had peeled, and corrosion was noted. (See photos 8-11) B. Exterior Surfaces DESCRIPTION: Construction: welded steel Diameter: approx. 98 ft Shell Height: approx. 16 ft Shell Rings: 2 Roof Type: sphericon knuckle NAMEPLATES: Number: 2 Location: above shell manhole HORTON TANK 68-3225 1968 CONTRACT NO YEAR 98-0� X 18'-2" H.W.L. RESERVOIR CHICAGO BRIDGE & IRON COMPANY STEEL TREATED BY HORTON PICKLING PROCESS BOTTOM PLATE PROJECTION: 1-3/4 in. to 3 in. from shell SHELL MANHOLES: Number: 2 Location: southeast and northwest sides of shell ring 41 Type: flanged and bolted Size: 36 in. diameter Neck: 7-5/8 in. to 7-7/8 in. projection from shell x 1/2 in. thick Flange: 3-3/4 in. x 1/2 in. thick Bolts: Number: 42 Size: 3/4 in. diameter x 2 in. long Cover Plate: Size: 44-1/2 in. x 1/2 in. thick Hinged: yes 1, 000, 000 Gallon Ground ,Storage Tank, ",Station 11 Tank" Page 6 Village of Mount Prospect, Illinois 15.119.H373.007 OVERFLOW PIPE: Size: 10 in. diameter Visible Air Break: yes Protective Screen: elastomeric check valve Brackets: Size: 4 in. x 5 in. x 3/8 in., flat bar Spacing: approx. 5 ft 2 in. SHELL, KNUCKLE, AND ROOF LADDER: Number of Rungs: Shell: 8 Knuckle: 6 Roof: 4 Distance From Ground to Lowest Rung: 9 ft 4 in. Width: 16 in. Side Rails: 2-1/2 in. x 3/8 in., flat bar Rung Size: 3/4 in. diameter Spacing: 12 in. on center Toe Room: 9-3/4 in. Brackets: Construction: welded Size: 3 in. x 3/8 in., flat bar x 81/2 in. long Spacing: approx. 8 ft 2 in. Safe -Climbing Device: none Vandal Deterrent: Size: 32 in. wide x 8 ft high aluminum Locked: yes ROOF SAFETY RAILING: Location: at roof access Handrail: Height: 42 in. Size: 2-1/2 in. x 2-1/2 in. x 3/8 in., angle Uprights: 2-1/2 in. x 2-1/2 in. x 3/8 in., angle Mid -Rail: Number: 2 Size: 2-1/2 in. x 3/8 in., flat bar Toe Bar: none Access Opening: Width: 19-1/2 in Closure Chains: yes 1, 000, 000 Gallon Ground ,Storage Tank, ",Station 11 Tank" Page 7 Village of Mount Prospect, Illinois 15.119.H373.007 Location: at two other roof manholes Handrail: Height: 42 in. Size: 2-1/2 in. x 2-1/2 in. x 3/8 in., angle Uprights: 2-1/2 in. x 2-1/2 in. x 3/8 in., angle Mid -Rail: Number: 2 Size: 2-1/2 in. x 3/8 in., flat bar Toe Bar: none ROOF OPENINGS: Manhole 41: Location: south side of roof Size: 24 in. diameter Type: hinged Curb: 4 in. x 3/16 in. thick Welded: exterior only Overlap: 2 in. x 3/16 in. thick Locked: yes Manhole 42 and 43: Location: east and west sides of roof Size: 30 in. diameter Type: hinged Curb: 6 in. x 1/4 in. thick Welded: interior and exterior Overlap: 2 in. x 1/4 in. thick Locked: yes Roof Vent: Type: clog -resistant Neck Height: 5 in. Neck Diameter: 24 in. Cover: 55 in. diameter 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 8 Village of Mount Prospect, Illinois 15.119.H373.007 EXTERIOR COATING AND METAL CONDITION: Key to Table Adhesion 5 (very good) T = Topcoat to Underlying Coating Neg. = negligible 4 (good) 3 (fair) S = Primer to Steel 2 (poor) 1 (very poor) 0 (very poor) 1. Exterior Coating Condition: The beige coating on the exterior of the tank appeared to be in good condition and was providing adequate protection from corrosion to most of the steel. The exterior coating exhibited very good adhesion to the underlying steel. The coating appeared to be a polyurethane coating system. The Owner reported that the tank had been repainted in 2011. 2. Bottom Plate: The tank bottom plate extension appeared to be in nearly its original condition at the time of the field evaluation. Light debris and minor coating failures were observed on the bottom plate projection. Previous metal loss was observed on the bottom plate edge. The bottom plate overhung the beveled edge of the foundation in areas. Grass clippings were observed on the bottom plate projection. (See photos 13-21, 23-25, 29) 3. Shell Condition: The contour of the tank shell was good with significant discontinuities observed at the time of this field evaluation. The coating appeared to be in good overall condition as no significant coating failure and corrosion were observed. The coating exhibited very good adhesion to the steel. Small stone nicks and grass clippings were observed on the shell. Two tank nameplates were located on the southeast side of shell ring Al above the shell manhole. There was a 2 in. diameter cathodic protection coupling on shell ring 41. Two boxes and associated conduit and brackets were attached to the shell. (See photos 1-3, 8, 13-21, 23-27, 29-38) 4. Shell Manholes: The tank was equipped with two flanged and bolted circular manholes. One of the manholes was located on the southeast side of the tank, and the other manhole was located on the northwest side of the tank. The shell plate around each of the manholes was equipped with a reinforcing plate. There were open weep holes in the reinforcing plates. The manhole covers were equipped with davit arms. The bolts on the manhole covers appeared to be stainless steel. (See photos 1,30-33) 5. Overflow Pipe: The overflow pipe exited through the top shell ring and extended down the shell and discharged above a drainage catch basin. The discharge end was equipped with an elastomeric check valve. The pipe was equipped with welded steel brackets that appeared to be in their original structural condition at the time of this field evaluation. No significant coating failure was observed on the overflow pipe. The concrete block overflow catch basin was spalled and in poor condition. (See photos 25-28) Coating Thickness Approx. % Failure to Adhesion Metal Loss Range Typical Underlying Coating Rust Typical Deepest Shell 13.3 mils to 27.3 mils 17.5 mils Neg. Neg. 5S Neg. Neg. Roof 14.4 mils to 25.2 mils 20 mils Neg. Neg. 5S Neg. Neg. Key to Table Adhesion 5 (very good) T = Topcoat to Underlying Coating Neg. = negligible 4 (good) 3 (fair) S = Primer to Steel 2 (poor) 1 (very poor) 0 (very poor) 1. Exterior Coating Condition: The beige coating on the exterior of the tank appeared to be in good condition and was providing adequate protection from corrosion to most of the steel. The exterior coating exhibited very good adhesion to the underlying steel. The coating appeared to be a polyurethane coating system. The Owner reported that the tank had been repainted in 2011. 2. Bottom Plate: The tank bottom plate extension appeared to be in nearly its original condition at the time of the field evaluation. Light debris and minor coating failures were observed on the bottom plate projection. Previous metal loss was observed on the bottom plate edge. The bottom plate overhung the beveled edge of the foundation in areas. Grass clippings were observed on the bottom plate projection. (See photos 13-21, 23-25, 29) 3. Shell Condition: The contour of the tank shell was good with significant discontinuities observed at the time of this field evaluation. The coating appeared to be in good overall condition as no significant coating failure and corrosion were observed. The coating exhibited very good adhesion to the steel. Small stone nicks and grass clippings were observed on the shell. Two tank nameplates were located on the southeast side of shell ring Al above the shell manhole. There was a 2 in. diameter cathodic protection coupling on shell ring 41. Two boxes and associated conduit and brackets were attached to the shell. (See photos 1-3, 8, 13-21, 23-27, 29-38) 4. Shell Manholes: The tank was equipped with two flanged and bolted circular manholes. One of the manholes was located on the southeast side of the tank, and the other manhole was located on the northwest side of the tank. The shell plate around each of the manholes was equipped with a reinforcing plate. There were open weep holes in the reinforcing plates. The manhole covers were equipped with davit arms. The bolts on the manhole covers appeared to be stainless steel. (See photos 1,30-33) 5. Overflow Pipe: The overflow pipe exited through the top shell ring and extended down the shell and discharged above a drainage catch basin. The discharge end was equipped with an elastomeric check valve. The pipe was equipped with welded steel brackets that appeared to be in their original structural condition at the time of this field evaluation. No significant coating failure was observed on the overflow pipe. The concrete block overflow catch basin was spalled and in poor condition. (See photos 25-28) 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 9 Village of Mount Prospect, Illinois 15.119.H373.007 6. Exterior Ladder: The exterior ladder was welded to brackets on the shell. The brackets appeared to be in good overall structural condition. The ladder side rails at the shell -to -knuckle were bolted, and one of the bolts was loose. The ladder was equipped with an aluminum hinged vandal deterrent that was locked. (See photos 30, 35-38, 40-42) 7. Roof Safety Railing: There was a safety-related deficiency noted: the roof safety railings were not equipped with toe bars. The roof was equipped with a safety railing at the roof access adjacent to the roof manholes. The safety railing was constructed from welded angle and flat bar members. The safety railing opening at the roof access was equipped with a closure chain. The closing mechanism in the closure chain had deteriorated. (See photos 1, 3, 30, 40-43, 46-49) S. Roof Condition: The contour of the roof was adequate at the time of this evaluation. The coating on the roof had very good adhesion to the steel. There were no significant areas of coating failure observed at the time of this field evaluation. Three or four minor rust spots and a few small areas of peeled coating were observed. (See photos 39-56) 9. Roof Manholes: The roof was equipped with three manholes. All of the manholes were equipped with hinged and locked covers. Previous metal loss was observed on the interior of the neck of one of the manholes. The roof manhole at the roof access was welded on the exterior only, but the other two manholes appeared to be welded on the interior and exterior. An interior rafter partially obstructed one of the manhole openings. (See photos 40-42, 44-49) 10. Roof Vent: The roof was equipped with a clog -resistant vent. The vent was equipped with pallets that would facilitate ventilation during filling or draining of the tank. The proper operation or design of the pallets was not verified during this evaluation. The vent pallets and screen appeared to be in good condition at the time of this evaluation. (See photos 54, 56-59) C. Interior Surfaces ROOF SUPPORT SYSTEM: Main Rafters: Number: 45 Size: 12 in. x 4 in. I-beam Purlins: approx. 1-1/2 in. x 1-1/2 in., angle Center Hub: Size: approx. 8 ft diameter Spokes: Number: 8 Size: approx. 12 in. x 3 in., channel Center Column: Size: 14 in. diameter pipe Base: Length: 12 in. x 2-7/8 in. x 6 ft 6 in. Width: 15 in. x 3 in. x 4 ft x 9 in. Guides: 5 in. x 1/2 in. x 6 in. long 1, 000, 000 Gallon Ground ,Storage Tank, ",Station 11 Tank" Page 10 Village of Mount Prospect, Illinois 15.119.H373.007 KNUCKLE PERIMETER ANGLE: 5 in. x 2-1/2 in. x 1/4 in. CATHODIC PROTECTION: Anodes: submerged wire w/ floats Manufacturer: Harco Model Number: TASCA 30-082 Serial Number: C-96507 Brackets: Number: 12 Size: 3/8 in. diameter Reference Electrodes: near tank center at column base OVERFLOW: Inlet Type: funnel Location: above bottom of rafters BAFFLE WALL: Height: 5 ft x 1/4 in., plate Length: approx. 45 ft Vertical Braces: Number: 10 Size: 3 in. x 1/2 in., channels Diagonal Braces: Number: 4 Size: 3 in. x 3 in. x 1/4 in., angles INTERIOR PIPING: Inlet/Outlet Pipe: Size: 16 in. diameter Projection: 5-1/2 in. above floor Protective Cover: none Recirculating Pipe: Size: 10 in. diameter Projection: 47 in. above floor 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 11 Village of Mount Prospect, Illinois 15.119.H373.007 INTERIOR COATING AND METAL CONDITION: Key to Table Adhesion 5 (very good) T = Topcoat to Underlying Coating Neg. = negligible 4 (good) 3 (fair) S = Primer to Steel 2 (poor) 1 (very poor) 0 (very poor) 1. Interior Coating Condition: The white coating on the interior surfaces of the tank appeared to be in good condition and was providing adequate protection from corrosion to most of the underlying steel. Coating adhesion tests were only performed on the roof to avoid destructive testing of the coating below the water level. 2. Roof Condition: The coating on the roof plates appeared to be in good to fair overall condition. Rust staining was noted along the tops of the roof rafters, along the roof plate lap seams, along the rafter edges. The interior roof support structure consisted of radial roof rafters, a center column spokes, two sets of purlins, and a knuckle perimeter angle. The inner ends of the roof rafters rested on a center hub that was located at the top of the center column. The outer ends of the rafters were equipped with clips at the knuckle perimeter angle. The clips appeared to be approximately 4 in x 3 in., flat bar. Previous pitting was observed on the rafter clips. Some of the purlins were larger than the others, approximately 2-1/2 in. x 2-1/2 in., and some of the purlins were oriented diagonally. Some of the purlins were in poor condition and in danger of falling. The center hub was equipped with eight radial spokes and 2 ft square top plates under an approximately 3 ft diameter ring. The knuckle perimeter angle was intermittently welded to the knuckle. Thick caulking was observed on some of the rafters, and it appeared that the caulking was trapping moisture against the steel. Corrosion was observed on the tops of the roof support members, and corrosion and previous metal loss were observed on the roof surfaces. It is the opinion of Tank Industry Consultants that personnel should not access the tank until the roof purlins have been secured. (See photos 60-82, 85-90) 3. Shell Condition: The coating on the shell interior appeared to be in very good overall condition. There was no significant coating failure or corrosion observed on the interior shell surface at the time of this field evaluation. (See photos 62, 65-66, 85-86, 91-95, 97, 99, 10 1) 4. Overflow Pipe: The overflow pipe was equipped with a fiunnel-type inlet. The location of the overflow inlet was such that the top capacity level was above the bottoms of the roof rafters; however, it did not appear that the tank was operated at full capacity and the typical water level was approximately 6 in. below the bottoms of the rafters. (See photos 82-84) 5. Baffle Wall: The tank was equipped with an interior baffle wall adjacent to the shell manhole. The wall extended approximately 30 ft out from shell, and then angled and extended an additional 15 ft. The baffle wall was approximately 5 ft tall and equipped with vertical and diagonal Coating Thickness Range Typical % Failure to Primer Rust Adhesion Metal Loss Typical Deepest Roof 8 mils to 15 mils - Neg. < 1/2% 5S Neg. Neg. Shell 13.7 mils to 19.7 mils 17 mils Neg. Neg. - Neg. Neg. Floor 16.1 mils to 19.3 mils 16.5 mils Neg. Neg. - Neg. Neg. Key to Table Adhesion 5 (very good) T = Topcoat to Underlying Coating Neg. = negligible 4 (good) 3 (fair) S = Primer to Steel 2 (poor) 1 (very poor) 0 (very poor) 1. Interior Coating Condition: The white coating on the interior surfaces of the tank appeared to be in good condition and was providing adequate protection from corrosion to most of the underlying steel. Coating adhesion tests were only performed on the roof to avoid destructive testing of the coating below the water level. 2. Roof Condition: The coating on the roof plates appeared to be in good to fair overall condition. Rust staining was noted along the tops of the roof rafters, along the roof plate lap seams, along the rafter edges. The interior roof support structure consisted of radial roof rafters, a center column spokes, two sets of purlins, and a knuckle perimeter angle. The inner ends of the roof rafters rested on a center hub that was located at the top of the center column. The outer ends of the rafters were equipped with clips at the knuckle perimeter angle. The clips appeared to be approximately 4 in x 3 in., flat bar. Previous pitting was observed on the rafter clips. Some of the purlins were larger than the others, approximately 2-1/2 in. x 2-1/2 in., and some of the purlins were oriented diagonally. Some of the purlins were in poor condition and in danger of falling. The center hub was equipped with eight radial spokes and 2 ft square top plates under an approximately 3 ft diameter ring. The knuckle perimeter angle was intermittently welded to the knuckle. Thick caulking was observed on some of the rafters, and it appeared that the caulking was trapping moisture against the steel. Corrosion was observed on the tops of the roof support members, and corrosion and previous metal loss were observed on the roof surfaces. It is the opinion of Tank Industry Consultants that personnel should not access the tank until the roof purlins have been secured. (See photos 60-82, 85-90) 3. Shell Condition: The coating on the shell interior appeared to be in very good overall condition. There was no significant coating failure or corrosion observed on the interior shell surface at the time of this field evaluation. (See photos 62, 65-66, 85-86, 91-95, 97, 99, 10 1) 4. Overflow Pipe: The overflow pipe was equipped with a fiunnel-type inlet. The location of the overflow inlet was such that the top capacity level was above the bottoms of the roof rafters; however, it did not appear that the tank was operated at full capacity and the typical water level was approximately 6 in. below the bottoms of the rafters. (See photos 82-84) 5. Baffle Wall: The tank was equipped with an interior baffle wall adjacent to the shell manhole. The wall extended approximately 30 ft out from shell, and then angled and extended an additional 15 ft. The baffle wall was approximately 5 ft tall and equipped with vertical and diagonal 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 12 Village of Mount Prospect, Illinois 15.119.H373.007 braces. There was a 20 in. wide sliding gate access adjacent to the shell wall. The coating on the baffle wall and braces was in good overall condition. (See photos 91-96) 6. Bottom Plate Condition: The coating on the tank bottom appeared to be in good overall condition. Previous pitting up to 0.08 in. deep was observed. (See photos 85-87, 89, 91-98, 100-107) 7. Interior Piping: The inlet/outlet pipe was located in the tank floor. The inlet/outlet pipe projected approximately 5-1/2 in. above the bottom plates. The inlet/outlet pipe was not equipped with a protective cover. The tank was equipped with dished drain sumps at each of the shell manholes, approximately 3 ft from the shell. The sumps were 32 in. in diameter and the center depth was approximately 8-1/2 in. The tank was equipped with a recirculating pipe. The recirculating pipe was approximately 39 ft from the tank shell, projected approximately 47 in. above the bottom plate, and was equipped with an elbow. The tank was also equipped with a pressure sensor pipe that projected approximately 5 in. above the bottom plate. The inlet/outlet pipe, the recirculating pipe, and the pressure sensor pipe were all equipped with a reinforcing pad. (See photos 94, 103-107) 8. Cathodic Protection: The tank was equipped with a cathodic protection system. The system consisted of a wire anode and floats. The cathodic protection anode system anchored from the lower portions of the shell. The wiring appeared to be intact. It appeared as though the cathodic protection system was operating properly as no significant corrosion was observed at the areas of coating failure below the high water line. The reference anode was located near the center of the tank adjacent to the center column base. The cathodic protection equipment cabinet was located in the pump house which housed an automatically controlled potential rectifier. (See photos 12, 85-86, 91- 94,97-104) RECOMMENDATIONS: A. Foundation and Site I. Site Maintenance: The site should be regraded so that the top of the foundation projects a minimum of 6 in. to a maximum of 12 in. above grade and so that proper drainage away from the foundation occurs. Site maintenance should be performed with the mower discharge directed away from the base of the tank to prevent rock chips in the coating and the accumulation of grass on the bottom plate. Vegetation on the bottom plate and on or near the shell should be removed and should not be allowed to encroach on the foundation or steel in the future. The equipment and debris around the tank should be removed to prevent it from coming in contact with the tank or foundation and causing damage. 2. Site Access and Restoration: Provisions should be included in the specifications for the restoration of any paving, curbing, sidewalks, fences, sod, or other surfaces and structures disturbed by the contractor's work. 3. Tank and Site Security: Water tanks have been defined by some courts under certain circumstances as attractive nuisances. As such, there may be a significant potential liability to the Owner for injury to persons on the tank and tank site, even if access is not authorized. Recent events have prompted the entire water industry to consider measures that inhibit intentional acts that could threaten the water supply. A review of the security requirements for the tank and site is recommended 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 13 Village of Mount Prospect, Illinois 15.119.H373.007 to confirm that the existing measures are consistent with the Owner's security requirements for their water system. Primary tank and site security should be focused on eliminating, preventing, and detecting unauthorized access to the tank. Such security measures might include routinely and periodically verifying all manholes and the ladder vandal deterrent are locked. Other security measures might include installing no -trespass signs, cutting the vegetation away from the tank to improve visibility, or installing a fence, installing barbed wire, upgrading the existing site lighting, adding motion detectors on the site, installing surveillance cameras, installing alarms on tank manholes, and arranging more frequent site visits by law enforcement agencies. 4. Foundation: If the foundation should deteriorate prior to performing other tank rehabilitation operations, any unsound concrete should be chipped to sound material and the concrete should be brush-off blasted. Any deteriorated areas or voids found should have a bonding agent and a vinyl emollient modified concrete patching mortar applied to build up the surface to its original contour. The concrete should then be painted with a concrete sealer. 5. Sealant Maintenance: When the exterior repainting is performed, the existing sealant and any vegetation located between the bottom plate and the foundation should be removed and replaced with a flexible polyurethane sealant. 6. Valve Vault: The piping and valves located in the valve vault should be cleaned and painted in accordance with the interior coating recommendations at the time of the tank cleaning and coating. The exterior concrete surfaces should be cleaned to the equivalent of a brush-off blast cleaning and painted with a concrete sealer. The valve vault access should continue to be locked at all times in order to limit liability to the Owner and to protect water system security. Freeze protection should be provided for on all control piping and static water lines. B. Exterior Surfaces 1. Life of the Exterior Coating: The exterior coating system appeared to be providing good protection to the majority of the steel surfaces. Tank Industry Consultants believes that the exterior of the tank should not need to be painted within the next 5 to 7 years from a corrosion standpoint. However the exterior should be reevaluated in 3 to 5 years, in accordance with AWWA recommendations, to determine a more precise recoating schedule. The exterior coating system should be evaluated immediately prior to preparing specifications to determine if the coating adhesion is still adequate to accept a topcoat. 2. Coating Testing: Prior to preparation of specifications for the cleaning and coating of the exterior of the tank, samples of the exterior coating system should be subjected to laboratory analysis to test for ingredients which may at that time be subject to regulations concerning their handling and disposal. 3. Cleaning: When the exterior is to be cleaned, all varieties of containment should be investigated. Containment of the wind-blown debris will be required, and containment of paint droplets will be required due to the proximity of the adjacent golf course and buildings. 4. Recommended Coating System: 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 14 Village of Mount Prospect, Illinois 15.119.H373.007 a. Spot Clean and Topcoat: If the exterior is to be repainted within the next few years, then spot cleaning and topcoating the tank appears to be the recommended option. The typical life of a spot cleaned and topcoated system is approximately 7 to 8 years, but is highly dependent on previous surface preparation and the condition of the underlying coating system. b. Coating Application: The entire exterior surfaces of the tank should be high- pressure washed to remove chalked coating, mildew, and contaminants. After washing, the damaged and rusted areas should be spot cleaned to the equivalent of an SSPC-SP 6, Commercial Blast Cleaning, or SSPC-SP 11, Power Tool Cleaning to Bare Metal. All areas of excessive coating thickness and runs in the coating should be cleaned to the equivalent of an SSPC-SP 7, Brush -Off Blast Cleaning, to remove the excessive mils. The spot cleaned areas should receive a spot prime coat compatible with the present coating system. The entire exterior surfaces should then be topcoated with a compatible coating system. 5. Alternative Coating System: a. Complete Cleaning and Repainting: The optimum long -life coating system presently available for this site is an epoxy -polyurethane coating system. Properly formulated and applied polyurethanes have good resistance to condensation, mildew, and chipping. The polyurethanes also have excellent color and gloss retention and the longest expected service life of any of the common exterior tank coatings. The typical life of a properly applied [zinc -]epoxy - polyurethane coating system is approximately 15 to 20 years. These coatings are also presently manufactured to meet current VOC requirements. b. Coating Application: The entire tank exterior should be cleaned to the equivalent of an SSPC-SP 6, Commercial Blast Cleaning and have an epoxy -primed, epoxy intermediate and polyurethane finish coating system applied. However, care must be taken during the application of this particular coating system because this coating does have poor dry -fall characteristics, and potential damage to the surrounding property must be taken into consideration. The polyurethane coatings also require close monitoring of temperature and humidity during application. 6. Effective Service Life: Tank Industry Consultants defines the life of a coating as the amount of time before repainting becomes necessary due to coating failure and corrosion. During the coating life the Owner should expect the coating to lose its gloss, start to chalk, show signs of weathering, and possibly some rust staining. Future touch-up may be required on isolated coating failures. If aesthetics are a concern, the Owner may have to topcoat the repainted tank prior to the end of the expected service life. However, future topcoating would be less expensive than complete cleaning and recoating and could delay the next complete cleaning and repainting for many years. 7. Other Systems: With air emission volatile organic compounds (VOC) restrictions being put in place around the nation, alternative coating systems may become available which would be viable options for this tank. The Owner should review the available systems prior to preparing specifications for the recoating project. S. Coating Curing: It would be more economical to paint the tank exterior at the same time the interior is painted, since the tank must be drained while the exterior is painted, and the applied coatings cure. This will also reduce mobilization and observation costs. 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 15 Village of Mount Prospect, Illinois 15.119.H373.007 9. Rehabilitation Schedule: To obtain the lowest possible prices for the work outlined in the recommendations, the Owner should have the specifications prepared and the work bid in the spring, with the work scheduled to start in early summer (if possible). 10. Grinding and Bracket Removal: Any unused brackets or erection hugs should be removed prior to the exterior repainting. Any weld burrs, weld spatter, or erection scars should be ground off to provide a smooth surface for the application of the coating. 11. Nameplates: The tank nameplates should be removed for the cleaning and coating of the tank. The nameplates should be cleaned and reattached to the tank using the existing brackets. 12. Electrical Apparatus: All unused electrical conduit, antennas, fixtures, electrical metering equipment, cathodic protection apparatus, and control cabinets should be removed from the tank and tank site. All required equipment should be repaired and maintained in accordance with the National Electric Code (NEC). 13. Shell Manholes: The weep holes in the shell manhole reinforcing plates should be tapped and plugged. 14. Overflow Pipe: The overflow pipe catch basin should be repaired or replaced. 15. Exterior Ladder: The bolted connection between the shell ladder and roof knuckle ladder should be removed and the ladder side rails welded together. 16. Roof Safety Railing: The existing safety railings should be equipped with toe bars. The deteriorated closing mechanism on the closure chain should be replaced. 17. Clog -Resistant Vent: The proper operation of the vacuum and pressure relief pallets should be routinely verified. C. Interior Surfaces 1. Life of the Interior Coating: The interior coating system appeared to be in generally good condition and providing adequate corrosion protection. Tank Industry Consultants recommends that the interior surfaces of this tank should not need to be recoated in 5 to 7 years. However, the interior recoating schedule will be dictated by the coating failure observed above the top capacity level. It is recommended that when the interior is completely cleaned and repainted, an epoxy coating system should be used. 2. Coating Testing: Prior to preparation of specifications for the cleaning and coating of the interior of the tank, samples of the interior coating system should be subjected to laboratory analysis to test for ingredients which may at that time be subject to regulations concerning their handling and disposal. 3. Recommended Interior Coating System: a. Epoxy Coating System: The optimum long -life coating system presently available for the interior of water tanks is a two -component epoxy coating system. A three -coat epoxy 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 16 Village of Mount Prospect, Illinois 15.119.H373.007 system is recommended for the interior of this tank. This coating system should meet the certification criteria of ANSVNSF 61 and state department of health regulations. b. Coating Application: When the interior is to be repainted, the entire tank interior should be cleaned to the equivalent of an SSPC-SP 10, Near -White Blast Cleaning and an epoxy coating system applied. C. Service Life: The typical life of a properly formulated and applied epoxy coating system is approximately 12 to 15 years in immersion service. Tank Industry Consultants defines the life of a coating as the expected service life before repainting becomes necessary due to coating failure and corrosion. The Owner could extend the service life of the coating by installing, properly maintaining and operating a cathodic protection system to help protect the steel surfaces in areas which have experienced coating failure. 4. Roof Support Structure: The deteriorated purlins should be removed from the roof and replaced. At the time of the interior cleaning and painting, the tops of the roof rafters should be carefully cleaned and coated. 5. Cathodic Protection: Cathodic protection, if used and maintained properly, will control active corrosion below the water level and extend the useful life of a coating system. It should be noted that maintenance as recommended by the cathodic protection manufacturer is required for the cathodic protection system to work properly. Without proper monitoring, the cathodic protection system may operate too high and cause the coating to blister, or the system may operate too low and not adequately protect the exposed steel surfaces. 6. Pit Welding and Pit Filling: After initial cleaning, all significant pitting which is found should be welded, and all pitting with rough edges that would make the pitting difficult to coat properly should be filled with a solventless epoxy seam sealer. 7. Seam Sealing: The existing roof manhole and existing roof vent intersections should be sealed with an epoxy seam sealer at the time of the interior recoating. S. Flexible Sealant: The perimeter ring -to -roof interface and the unwelded lapped roof seams should be sealed with a flexible sealant at the time of the interior recoating. 9. Rough Edges: All unused brackets should be removed from the interior and exterior surfaces at the time of the next recoating. Any weld burrs, spatter, scars or rough edges in the steel should be ground smooth to provide a better surface for coating. 10. Overflow Inlet: The overflow inlet should be lowered so that the high water line is below the bottom of the rafter ends. 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 17 Village of Mount Prospect, Illinois 15.119.H373.007 ECONOMIC FACTORS: Item Replacement of tank with a new one Cost Life in Years $ 1,600,000' 75+ The following is a complete list of repairs and estimated costs for their respective recommendations found in the RECOMMENDATION section of this report. Item Sanitary & Safety Scheduled Maintenance Repairs Clean and Paint Exterior: Fowidation Repair 3,000 Spot Repair and Topcoat 2,000 $ 150,000 Containment Lower Overflow Inlet 90,000 SP 6, Complete Clean, Epoxy/Polyurethane System 60,000 225,000 Containment Total of Engineer's Recommendations 120,000 Clean and Paint Interior: SP 10, 3 -Coat Epoxy System 420,000 Miscellaneous Chipping and Grinding 2,000 Seam Sealing 20,000 Foundation Repair 3,000 Replace Deteriorated Roof Purlins $ 50,000 Repair Shell -to -Roof Knuckle Ladder Connection 2,000 Install Toe Bars on Roof Safety Railing (3) 8,000 Lower Overflow Inlet 2,000 Contingency Items 8,000 10,000 Estimates are believed to be a high average of bids that would be received in 2015. I The replacement estimate includes costs associated with new tank fabrication and erection, foundation, painting, and engineering. The budget estimate given does not include costs associated with tank demolition, site acquisition, and distribution interruptions. The following economic factors include only those work items that the Engineer believes to be the minimum to properly maintain this tank from an operational standpoint. Other items related to safety and risk management should be evaluated by the Owner. Item Cost Replace Deteriorated Roof Purlins $ 50,000 Fowidation Repair 3,000 Repair Shell -to -Roof Knuckle Ladder Connection 2,000 Install Toe Bars on Roof Safety Railing (3) 8,000 Lower Overflow Inlet 2,000 Contingency Items and Touch -Up Coating Damaged by These Items 60,000 Total of Engineer's Recommendations $ 125,000 Tank Industry Consultants has no control over the cost of labor, materials, or equipment, or over the contractors' methods of determining prices, or over competitive bidding, or the market conditions. Opinions of probable cost, as provided for herein, are to be made on the basis of our experience and qualifications and represent our best judgment as design professionals familiar with the design, 1, 000, 000 Gallon Ground ,Storage Tank, "Station 11 Tank" Page 18 Village of Mount Prospect, Illinois 15.119.H373.007 maintenance, and construction of concrete and steel plate structures. However, Tank Industry Consultants cannot and does not guarantee that proposals, bids, or the construction cost will not vary from opinions of probable cost prepared for the Owner. Due to the numerous potential scopes of work which exist, the Owner should obtain an updated budget estimate once the final scope of work has been determined. This would enable the Owner to accurately budget monies for additional mobilization costs and damaged coating rehabilitation costs. Engineering and resident observation costs are not included in the Total of the Engineer's Recommendations because these fees are dependent upon the scope of work to be performed. Tank Industry Consultants performs all facets of the engineering services which would be required for this project. Estimated fees for engineering and resident observation will be furnished upon request. CLOSURE: Brief Summation: The Village of Mount Prospect, Illinois owns and operates a 1,000,000 gallon ground storage tank that was in good overall condition at the time of this evaluation with the exception of deteriorated purlins in the interior roof support structure. Proper maintenance after completing the recommendations herein would include periodic washouts and evaluations approximately every 3 to 5 years in accordance with AWWA recommendations, and the proper maintenance of the existing ice - resistant cathodic protection system with long -life anodes. Contractor Selection: The work should be performed by a competent bonded contractor, chosen from competitive bids taken on complete and concise specifications. The coatings used should be furnished by an experienced water tank coating manufacturer, supplying the field service required for application of technical coatings. Standards for Repairs and Coatings: All work done and coatings applied should be applied in accordance with NACE, ANSI/NSF Standard 61, the manufacturer's recommendation, AWWA D100 and AWWA D102 (latest revisions), and the SSPC: The Society for Protective Coatings. Observation of Work: Observation of the work in progress by experienced personnel will offer additional assurance of quality protective coating application. Observations can be performed on a continuous basis or spot (critical phase) basis. The actual cost of observation may be less using spot as opposed to full-time resident observation; however, with spot observation it is often necessary for work to be redone to comply with the specifications. This somewhat lowers the quality of the finished product, lengthens the job, and is frequently a cause of conflict between the contractor, Owner, and field technician. Resident full-time observation minimizes the amount of "rework" required. Anniversary and Maintenance Evaluations: An anniversary evaluation should be conducted prior to the end of the one year bonded guarantee. Washouts and coating, structural, sanitary, safety, and corrosion evaluations should be conducted not less than every three years. Time Frame: If the work is not performed within the next 6 months, the structure should be reevaluated prior to the preparation of specifications and solicitation of bids. 1,000,000 Gallon Ground Storage Tank-, "Station 11 Tank Page 19 Village of Mount Prospect, 15.119,H373.007 Specifications and Bidding Documents: The recommendations in this report are not intended to be specifications on which a contractor can bid. Complete bidding documents must include general and special conditions, detailed technical specifications, and other information necessary for the competitive bidding process. To properly protect the interests of the Owner, Contractor, and Engineer; the initial evaluation, the technical specifications, legal portions of the contract documents, and the observation should be perl-brmed by the same firm or with close coordination of all parties involved. Limitations of Evaluation: It is believed that the conditions reported herein reflect the condition of the tank as observed on the date of the evaluation, using reasonable care in making the observations, and safety in gaining access to the tank. Should latent defects be discovered during the cleaning of the structure, they should be brought to the attention of the Owner and the Engineer. Seismic and Wind Loadings: This tank is located in or near a region of low seismic activity. This evaluation and the reporting of the condition of this tank do not warrant the structural condition of the tank or any of the original design for seismic loadings. Likewise, recommendations for this tank do not include modifications which may be required for compliance with present structural codes. It is possible the tank was erected in compliance with pre-existing industry standards which have since been replaced by more restrictive standards. Hazardous Materials in Coatings: It should be taken into consideration that Federal, State, and local environmental agencies have placed stricter controls on the removal of lead-based and other heavy- metal based coatings from steel structures by the use of conventional abrasive blasting techniques. The paint and blast residue may be considered to be hazardous waste depending on the concentration of lead or other particles in residue. Please contact Tank Industry Consultants if you have any questions or comments. Respectfully submitted, Tank Industry Consultants Penni Snodgrass Technical Editor Gregory R. "Chip" Stein, P.E. Managing Principal R 0 �, Copyright @ 2015, Tank Industry Consultants All Rights Reserved Of w F- Z O_ H U- Q O J d J W d z `t O O O Ll F- 0 1-1 af O O J Y Z Q LL O O Z H � Z 7 Ca 0 O QO C)G w � w � w Q Z � � � � o Ld o J J 2 V) C p�p C O U T L J a � bi O 2 Y 47 W V) J LL O LL O J w � �m O FY O 2 aL t0) e Classification of Adhesion Test Results Method A — X Cut Tape Test Surface Clossl-tication Approx. 1.5 in. long cuts at 30 deg. to 45 deg. apart The edges of tho cuts are completely smooth; No Fallure 5 No peelirig or removal. X5 Small flakes of the coating are detached at Trace peeling or removal along incisions. 4 Jagged removal along incisions up to 1/16 in. 3 (1.6mm) on either We. HULL Jagged removal along most of incisions up to 1/8 in. 2 (3.2mm) on either side_ Removal from most of the area of the X under the A LULL70 Ery -F 1 tape. 2 - to 35% of the lattice. to Removal beyond the area of the X. O Method 5 — Lattice Cut Tape Test Surface Classlfcation Six parallel cuts at 2mm apart The edges of tho cuts are completely smooth; No Fallure 5 none of the squares of the lattice are detached_ Small flakes of the coating are detached at intersections; less than 5% of the lattice is 4 affected. Small flakes of the coating are detached along HULL edges and at intersections of cuts. The area 3 affected Is 'S% to 15% of the lattice_ The coating has flaked along the edges and on A LULL70 Ery -F parts of the squares. The area affected is 15% 2 - to 35% of the lattice. to The coating has -faked along the edges of cuts in large ribbons and whole squares have detached_ � The area affected is 35% to 65% of the lattice. Flaking and detachment worse than grade 1. d ASTM 3359 Standard Test Methods for Measuring Adhesion by Tope Test Tank Industry Consultants 7740 West New York Street Indianapolis, Indiana 46214 Telephone — 317/271-3100 FAX -- .317/271-3300 - CERTIFICATE OF ANALYSIS - Client ID: TANK INDUST Tank Industry Consultants 7740 West New York Street Indianapolis, Indiana 46214 Attn: Julie White Our Lab # 15009958-001 Your Project # 15.119.H373.007 Your Project Name: Paint Samples Sample Type: Paint Chips Report Date: 14 -Jul -15 06.16 PM Phone: (317) 271-3100 FAX: (317) 271-3300 Your Sample ID: Exterior Shell Sample Composition: Grab Collection Date: 07/08/15 Collected By: Client Receipt Date: 07/10/15 10:30 Total Metals, ICP -AES Analytical Method Prep Method Prep Date By SW846 6010B SW846 3050B 7/13/2015 amyers Quant. Analysis Parameter Result Units Qual Limit CAS # Date By Cadmium, Cd < 25.0 mg/kg 25.0 7440-43-9 07/13/15 spotts Chromium, Cr < 250 mg/kg 250 7440-47-3 07/13/15 spotts Lead, Pb 806 mg/kg iiiiiiiiiiiiiiiiiiiiilillillillillillilI 11 250 7439-92-1 07/13/15 MEN= spotts Our Lab # 15009958-002 Your Project # 15.119.H373.007 Your Project Name: Paint Samples Sample Type: Paint Chips Your Sample ID: Interior Manhole Neck Sample Composition: Grab Collection Date: 07/08/15 Collected By: Client Receipt Date: 07/10/15 10:30 ICP-AESTotal Metals, Date By SW846 6010B SW846 3050B7/13/2015 amyers Quant. Analysis Parameter Result Units Qual Limit CAS # Date By Cadmium,. < 25.0 mg/kg 25.0 1 1spotts Chromium, Cr < 1 mg/kg 250 1 1spotts Lead, Pb < 250 mg/kg 250 1spotts Lab 4 15009958-002 Sample 1 ' • •1 - Laboratories -1471 FAX (317) 290-1670 1 WEST RAYMOND... . - -how,INDIANAPOLIS, 7/14/2015 Lab Manager Date Lab # 15009958-002 Sample ID: Interior Manhole Neck ESG Laboratories 5940 WEST RAYMOND STREET INDIANAPOLIS, INDIANA 46241 Page 2 (?f2 PHONE (317) 290-1471 FAX (317) 290-1670 www.ESGLaboratories.com 1. Tank, pump house, and site. In 2. Brush pile and gravel mound on tank site. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 3. Equipment and debris stored on site. 4. Antenna pole adjacent to tank. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 5. Buildings adjacent to tank. 6. Poles adjacent to tank. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 7. Wooded area adjacent to tank. Valve vault cover. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 9. Interior of valve vault. 10. Piping and valves in vault. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 11. Vault pipe penetration. 12. Cathodic protection rectifier cabinet. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 13. Equipment stored near tank. 14. Vegetation growing between bottom plate and foundation. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 15. Corrosion on bottom plate edge. 16. Sealant and voids at bottom plate -to -foundation. Note dried vegetation clippings on foundation and shell. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 17. Bottom plate overhangs beveled foundation. 18. Corrosion and metal loss on bottom plate edge. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 bW'IV�VI ""'vwn 19. Voids in sealant. 20. Voids in sealant and corrosion on bottom plate edge. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 21. Corrosion on bottom plate edge. 22. Water being discharged from tank. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 23. Tank shell. 24. Conduit and boxes attached to tank shell. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 25. Overflow pipe and catch basin. 26. Elastomeric check valve on overflow discharge. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 27. Overflow pipe bracket. 28. Interior of overflow catch basin. Village ofMount Prospect "Station llTank" Mount Prospect, Illinois 29. Piping between tank and pump house. 30. Tank shell, shell manhole, ladder, and roof safety railing. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 31. Shell manhole, cover, and tank nameplates. 32. Tank nameplates. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 33. Shell manhole and cover. 34. Spot coating failure and corrosion on shell. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 35. Shell ladder vandal deterrent. 36. Shell ladder and hinged vandal deterrent. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 37. Shell ladder bracket and rung. 38. Loose bolt on shell -to -knuckle ladder connection. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 39. Roof knuckle. 40. Roof access, ladder, safety railing, and roof manhole. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 41. Roof ladder. 42. Closure chain on roof safety railing. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 43. Corroded closing mechanism on safety railing closure chain. 44. Roof manhole and cover. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 45. Previous pitting on roof manhole neck. 46. Roof manhole, cover, and safety railing. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 47. Roof manhole and ladder. Note interior rafter limits access opening. 48. Roof manhole, cover, and safety railing. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 49. Roof manhole and cover. 50. Roof exterior coating. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 51. Roof exterior coating. 52. Spot coating failure and corrosion on roof exterior. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 53. Spot coating failure to underlying coating on roof exterior. 54. Roof and roof vent. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 55. Irregular roof contour. 56. Clog -resistant roof vent. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.H373.007 57. Vent cover. 58. Vent pallets. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 59. Vent screen. 60. Interior roof support structure. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 61. Rust staining on interior roof support structure. 62. Interior roof support structure. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 63. Interior roof support structure. 64. Rust staining on roof rafters and purlins. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 65. Rust staining on roof knuckle and perimeter ring. 66. Roof perimeter ring, rafters, and purlins. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 67. Rust staining on roof plate edges, rafters, and purlins. 68. Surface rust on roof plate edges and rafters. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 69. Surface rust on roof plate edges and rafters. 70. Surface rust on roof plate edges and rafters. Note intermittent caulking at roof -to -rafter junction. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 71. Corrosion on top of roof rafter. 72. Corrosion on top of roof rafter and perimeter ring. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 73. Corrosion on top of roof rafter and perimeter ring. 74. Corrosion on top of roof rafter and perimeter ring. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 75. Corrosion on top of roof rafter. 76. Previous metal oss on rafter edge. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 77. Cracked coating and corrosion on rafter. 78. Corrosion on roof plates and purlin. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 79. Corrosion on top of roof rafters and purlin. 80. Corrosion on top of roof rafters and purlin. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 81. Corrosion on top of roof rafters and purlin. 82. Overflow funnel. Note that overflow level is above bottom edge of roof rafter. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 iir(( A' r14 83. Overflow pipe penetration and funnel. 84. Overflow pipe penetration and funnel. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 85. Cathodic protection system on tank interior. 86. Interior shell, floor, and base of center column. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 87. Center column base. 88. Corrosion and rust staining on center column base. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 89. Corrosion and rust staining on center column base at floor. 90. Corrosion on center column at base. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 91. Baffle wall on tank interior. 92. Baffle wall on tank interior. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 93. Cathodic protection equipment in tank. 94. Shell manhole opening. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 95. Sediment being removed from tank floor. 96. Sliding gate access door at base of baffle wall. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 97. Cathodic protection reference anode in tank. 98. Cathodic protection equipment in tank. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 99. Cathodic protection system bracket on shell wall. 100. Cathodic protection reference anode in tank. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 1r/ ii i ii� vo i „moi r 1 %% %�>J�f�rGi�r�iisw%rt... 10 1. Tank floor. 102. Sediment on tank floor. Village of Mount Prospect "Station I I Tank" Mount Prospect, Illinois 15.119.1-1373.007 103. Recirculating pipe penetration in tank floor. 104. Recirculating pipe. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 105. Pressure sensor pipe in floor. 106. Inlet/outlet pipe penetration in floor. Village of Mount Prospect "Station 11 Tank" Mount Prospect, Illinois 15.119.1-1373.007 Village of Mount Prospect Public Works Request for Bids for Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Tank, Station 11 Mount Prospect, Illinois Bid due date/time: April 24, 2017 at 1:00 PM Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 1 NOTICE TO BIDDERS Request for Bids for Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Tank, Station 11 Mount Prospect, Illinois Official notice is hereby given that sealed bids for the Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Tank, Station 11 in Mount Prospect, Illinois will be received in the Village Manager's Office, Mount Prospect Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056 until 1:00 pm, local time on April 24, 2017 in a separate, sealed envelope. Please submit bid clearly marked "Sealed Bid for Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Tank, Station 11". The project includes, but is not limited to the following bid items: roof rehabilitation and the touch-up coating of areas damaged by the repairs. The Work shall be constructed in accordance with the enclosed Detailed Technical Specifications and Bidding Documents. Plans and specifications for the Mount Prospect Project may be obtained from Tank Industry Consultants, 7740 West New York Street, Indianapolis, Indiana 46214-2988, telephone (317) 271-3100, FAX (317) 271-3300 for a non-refundable sum of sixty dollars ($60) each. Color copies of the photographs contained in the evaluation report may be obtained from Tank Industry Consultants by United States Priority Mail Service for a non- refundable sum of one hundred dollars ($100) per set. Next day delivery service by United States Express Mail Service, Federal Express, or UPS Next Day Mail will be available from Tank Industry Consultants for a non-refundable surcharge of fifty dollars ($50). All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. 2 Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael Cassady 3 Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Station 11 Tank Table of Contents Section Page Notice to Bidders 2 Table of Contents 4 Instructions to Bidders 5 General Conditions 11 Scope of Work and Specifications 32 Bid Form 33 Affidavit — Bid Certification Form 37 Bid Security 40 Bid Sheet 41 Disqualification of Certain Bidders 54 Contract 55 Labor and Material Payment Bond 61 Performance Bond 64 Statement of No Bid 66 Detailed Technical Specifications DTS 1-34 4 INSTRUCTIONS TO BIDDERS 1) Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 PM on April 24, 2017. Envelopes shall be plainly marked, "Sealed Bid for Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Tank, Station 11" and with the following information: company's name, address, date and time of opening. Bids must be signed by an authorized official of the organization submitting the bid with the name of the official and his/her title typed below the signature. 2) Bid Deposit; Surety. A bid deposit in the amount of ten percent (10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package. The deposit must be in the form of a bid bond, certified check, or a bank cashier's check. All bid performance deposit checks will be retained by the Village until the bid award is made, at which time the checks will be promptly returned to the unsuccessful bidders. The bid performance deposit check of the successful bidder will be retained until surety bonding requirements have been satisfied and proof of insurance coverage is provided. 3) Alternate Multiple Bids/Specifications. The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder from bidding because of minor deviations, alternates or changes. Bidders desiring to bid on services which deviate from these Specifications, but which they believe are equivalent, are requested to submit alternate bids. However, alternate bids must be clearly indicated as such, and deviations from the applicable Specifications should be plainly noted. The bid must be accompanied by complete Specifications for the services offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. There is to be only one bid per envelope. The Village shall be the sole and final judge unequivocally as to whether any substitute is of equivalent or better quality. This decision is final and will not be subject to recourse by any person, firm or corporation. 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, all attached to the bid form. 4) Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. 5 5) Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 6) Late Bids. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 7) Bids by Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 8) Error in Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation. 9) Withdrawal of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel his bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 10)Bidders Qualifications. All bidders must submit the following information on or before the time at which the bid is required to be submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 11)References: Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all information necessary to complete these investigations. s The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 12) Consideration of Bid and Contract. 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 had failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 13)Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit the site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the successful bidder for failure to inform or familiarize itself prior to bidding. 14) Interpretation of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 15)Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. 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. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 16)Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. 7 c. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. d. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. e. The quality of performance of previous contracts of services. f. The previous and existing compliance by the bidder with laws and ordinance relating to the contract or service. g. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. h. The quality, availability, and adaptability of the supplies or contractual service to the particular use required. i. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. j. The number and scope of conditions attached to the bid. k. Whether the bidder has a place of business in the Village. I. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 17) Award or Resection. The Village, at its sole discretion, reserves the right to reject any and all bids or parts thereof, to waive any irregularities, technicalities and informalities, and to award a bid in the best interests of the Village. Any bid submitted will be binding for ninety (90) calendar days after the date of the bid opening. 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 or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. 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 conditions of 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 Specifications. s 18)Other Requirements. a. New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material, Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. c. Data; Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the bid itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, and Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 19)Requirement of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 20)Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended. Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, under oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. 21)Interpretation of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to Matt Overeem, 1700 West Central Road, Mount Prospect, IL 60056 or to movereem(a�-mountprospect.org no later than five (5) calendar days prior to the 9 date set for the opening of the bid. Any questions received after that time may be answered at the discretion of the Village. In the event that the Village finds a question to be adequately addressed in the existing bidding documents, the question may be answered in writing by directing the requesting bidder to the applicable provision(s) in the existing bid documents. No further clarifications or interpretations will be issued. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. Questions about this Request for Bids should be directed to: Matt Overeem "., peri �����, .�ii�m� °�� °. 'u,�„:fir ,u.,�lunim. errll \ou i i11 III !11ro!:3p e ct \Iorks III e IIS ,. a urf�ni e u t 1700 West Central Road Mount Prospect, IL 60056 Phone: 847-253-9377 Email: MOvereem@mountprospect.org 10 GENERAL CONDITIONS A. Definition of Terms. In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris. The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, Bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of credit. The term "Contractor," as successful bidder, shall mean the individual, firm or corporation who shall have entered into an agreement or contract to furnish all necessary labor, equipment, tools and materials for the performance of the work under its bid and the Bid Documents. The phrase "Director of Public Works" shall mean the Director of Public Works representing the Village of Mount Prospect. The term "EPR" shall mean the Village's Engineering Project Representative. The phrase "Final Performance Date" shall mean the date that Substantial Performance and the punch list items must be completed. 11 The term "Inspector" shall mean the authorized representative of the Director of Public Works assigned to make detailed inspection of any or all portions of the work or materials therefore. The phrase "Notice of Award" shall mean the written notice of award of the contract given by the Village to the successful bidder. The phrase "Notice to Bidders" shall mean the official notice included in the bid inviting bids for the proposed improvements. The phrase "Notice to Proceed" shall mean the official notice to the contractor that will start the performance period. The phrase "Performance Period" shall mean the time allotted for contractor to perform the contract from start to Substantial Performance. The term "Owner" shall mean the Village of Mount Prospect. The phrases "Payment and Performance Bond" and "Letter of Credit" shall mean the approved form of security furnished by the contractor and its financial institution as a guarantee that it will execute the work and pay all material providers and subcontractors. The terms "Plans" or Contract Drawings" shall mean all official drawings or reproductions of drawings pertaining to the work provided in the contract. The phrase "Project Schedule" shall mean the critical path schedule submitted by Contractor to the Village, which includes targeted dates of completion through the Substantial Completion Date. The term "Punch list" shall mean a list of items to be completed after Substantial Performance. The phrase "Special Provisions" shall mean any special directions and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract which are not covered herein. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other 12 executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. The term "Subcontractor" shall mean any individual, firm or corporation other than the contractor supplying labor, equipment, tools and materials for use in the work of the contract. The phrase "Substantial Performance" shall mean the date that the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. The phrase "Substantial Performance Date" shall mean the date that substantial performance must be completed. The term "Village" shall mean the Village of Mount Prospect, Illinois. The terms "Village Manager" or "Manager" shall mean the Village Manager of the Village of Mount Prospect, Illinois or his duly appointed representative. The terms "Work" and "Project" are used interchangeably and shall mean the improvement advertised for letting, described in the bid form, indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials and incidentals necessary for the satisfactory completion of the project. B. Award of Contract; Performance; Payment. 1. Award of Contract. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) days of delivery of the Notice of Award, by personal service or registered or certified U.S. mail, posted prepaid and receipt requested, Contractor shall execute the Contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. 2. Notice to Proceed. Upon the Village's receipt of the executed Contract, required bonds and certificate of insurance, the Village will issue and send to Contractor a Notice to Proceed, which will start the performance period. 3. Substantial Performance; Final Completion. a. The Contract shall be substantially performed within Fifty (50) days after the Notice to Proceed is effective (the Substantial Performance Date"). Substantial Performance is when the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. b. Final completion shall be within ten (10) days after the Substantial Performance Date (the "Final Performance Date"). 13 4. Project Schedule. Within ten (10) days after the Contractor executes the Contract, Contractor shall submit to Village a Project Schedule to include targeted dates of completion of all construction and other requirements of the Contractor through the Substantial Completion Date. Contractor shall monitor schedule progress and provide monthly updates and revisions of the Project Schedule, as needed to Village. a. The Park District shall be given the opportunity to list any specific dates that they do not want the Contractor on site due to scheduled events and/or activities. If there are no specific dates then there are no known restrictions. If, however, during the Work, the Park District has an unknown planned event occur the Contractor shall agree to work with the Park District to meet their needs at no additional cost to the Village of Mount Prospect or the Park District. It may add a delay to the schedule, but no additional cost will be incurred. 5. Liquidated Damages for Inexcusable Delay. a. Time is of the essence. The Contractor agrees that all work included in connection with this project must be completed by the Final Performance Date, or sooner, after receipt of Notice To Proceed. It is hereby acknowledged and agreed by both parties that the damages to the Village are not readily ascertainable but that the failure to timely complete this Work will materially and significantly damage the safety and well-being of the Village, its staff and the public, and that therefore a sum of 1,000.00 per day is a fair and reasonable damage estimate to compensate the Village for any such delay. If the Contractor fails to fully complete the Work in that time, then and in this event, the Contractor further expressly agrees that, for each day this Work and this contract shall remain uncompleted after that date, the Village may deduct the sum of $1,000.00 per day after the Final Performance Date, from the contract price as payment to the Village, by the Contractor of the liquidated damages sustained by reason of failure of the Contractor to complete the Project on or before the time aforesaid. b. Provided, however, that if the completion of this contract is delayed by the Village, by general strikes, acts of God, or casualty beyond the control of the Contractor, then and in such event, the time of completion of this contract shall be extended for such additional time as shall be caused by such delay. c. Provided, always, however, that the Contractor shall, at the time of such delay, if any, demand of the Village, in writing, such additional time within which to complete the performance of the Contract. The Contractor will be required to notify the Village within three (3) days of such delay, stating the reason for same. If the Contractor does not notify the Village in writing, within three (3) days of the delay, no request for extension of time will be approved. 6. Measurement of Quantities. All work completed under the contract will be measured by the Village according to United States standard measures. 14 7. Payment. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. 8. Payment for Items Omitted when Partially Completed. Should the Village cancel or alter any portion of the contract which results in the elimination or non - completion of any portions of the work partially completed, the contractor will be allowed a fair and equitable amount covering all items of work incurred prior to the date of cancellation, alteration, or suspension of such work. A written change order may apply. 9. Partial Payment. When requested, the contractor will make an approximate estimate, in writing, of the materials in place completed, the amount of work performed, and the value thereof, at the contract unit prices. From the amount so determined, there shall be deducted ten percent (10%) to be retained until after completion of the entire Work to the Village for payment, except that no amount less than $500 will be so certified unless the total amount of the contract is less than $500. In addition, an estimate may, at the discretion of the Village and upon presentation of receipted invoices and freight bills, be made for payment of the value of acceptable materials delivered on the Work or in acceptable storage places and not used at the time of such estimate. Ten percent (10%) shall be retained from the value of such materials until final payment. Such materials, when so paid for by the Village, shall become the property of the Village, and in the event of default by the Village, shall become the property of the Village, and in the event of default by the contractor, the Village may use or cause to be used such materials in the construction of the work provided for in the contract. The amount thus paid by the Village shall be deducted from estimates due the contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provisions of the contract. Partial payment will only be granted if in the opinion of the Village sufficient labor and materials have been expended to warrant it. If partial payments are requested, the Contractor shall submit with each payment request a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and for every party listed a full or partial waiver of lien, as appropriate. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit Contractor's Affidavits and partial waivers of lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. 15 10. Acceptance and Final Payment. Whenever the Work shall have been completely performed on the part of the contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the contractor as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the contractor as soon as practicable after the final acceptance, provided the contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance bond prior to Final Payment and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Work or for any act or neglect on the part of the Village relating to or connected with the Work. 11. Punch list. The Contractor shall notify the Village when it believes substantial performance of the entire Project has been achieved. The Village, and/or any independent consultant engaged by the Village, shall then inspect the Project site with the Contractor, and prepare and deliver to the Contractor within five (5) days thereafter, a written Punch list indicating items of construction which are not in material conformity with the Contract Documents. The Punch list items shall be completed by the Final Performance Date. Pending completion of Punch list items, the Village may withhold from amounts due to the Contractor an amount equal to but not greater than one and one-half (1'/2) times the estimated cost to complete Punch list items. 12. Final Policing of the Sites. Before the completed work will be ready for the Village's final inspection, the contractor shall have removed from the project sites all surplus 16 equipment, machinery, materials, debris, barricades, and signs. The contractor shall leave said project sites in the best possible condition to the complete satisfaction of the Village. 13. Final Inspection. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time of such inspection, the Village shall inform the contractor as to the particular defects to be remedied before final acceptance can be made. 14. Alterations, Cancellations, Extensions and Deductions. The Village reserves the right to alter the plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A written change order may apply. All Work shall be done under the supervision of the Village's Director of Public Works, or a designated representative who shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between contractors under the specifications. 15. Change Orders. The Village may from time to time require changes in the Work. Such changes shall comply with Section 33-E9 of the Criminal Code, 720 ILCS 5/33E-9. 16. Right of the Village to Terminate the Contract. a. If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. b. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract 17 or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. c. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. C. Performance of the Work. 1. Accident Prevention. The contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous, in the opinion of the Director of Public Works or his authorized representative, shall be immediately discontinued by the contractor upon his receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. 2. Barricades and Warning Signs and Lights. The contractor shall erect substantial lighted barricades to protect its work at all points deemed necessary by the Director of Public Works; said contractor shall place at such points the necessary warning signs, amber lights, caution tape, and other suitable devices to protect his work properly and to provide for the convenience and safety of the public at all times. The contractor shall maintain such barricades, signs, lights and protective devices until the need for them, in the judgment of the Public Works Director or an authorized representative, has passed. Contractor shall provide warning signs and barricades to safely mark any hazards or detours caused by the work. All such warning signs and barricades for work in, or affecting Village of Mount Prospect streets, access roads, and state highways shall meet all applicable requirements as stipulated in the latest edition of the Manual for Uniform Traffic Control Devices published by the U.S. Department of Transportation. All costs for barricades, signs including all labor and other associated materials shall be incidental to the fixed unit price bid for the specific repair or pay item. 18 3. Cooperation with Utilities. It is understood and agreed that the contractor has considered in its bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by it due to any interference from the said utility appurtenances either by the utility company or by it, or on account of any special construction methods required in prosecuting its work due to the existence of said appurtenances either in their present or relocated positions. The contractor shall insure that prompt repairs are, to the approval of the inspector, made to any utility appurtenances damaged by it without compensation from the Village. During performance of the work, Contractor shall protect all utilities and property from damage. Contractor shall spot all utilities prior to any excavation work. Contractor shall call J.U.L.I.E. one Call System (1-800-892-0123), and request utility locations as soon as possible for emergency repairs and within forty- eight (48) hours for non -emergency work prior to excavation in strict accordance with J.U.L.I.E. one Call System operation procedures. 4. Cooperation with Park District. The CONTRACTOR shall coordinate with the Village and Park District regarding site access, equipment layout and noise. The CONTRACTOR shall also coordinate with the Village and Park District so as not to interfere with Park District events and other activities. 5. Clean-up. After all work under each task phase of the work is completed, the Contractor shall remove all loose debris and other materials not incorporated in the work from the site of the work. Any clean up or restoration to private property will be the responsibility of the Contractor. 6. Construction Noise Restriction. All construction activities or alteration operations within the Village shall be performed only between the hours of 8:00 a.m. and 7:00 p.m. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way. Working hours outside these times must receive prior approval from the Village. 7. General. The work to be performed under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary for construction, in accordance with the Contract Documents. 8. Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such 19 information and assistance by the contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. The contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the contractor shall restore said portion of the work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the contractor. 9. Materials and Equipment. Except where the Specifications indicate otherwise, the Village is not responsible for providing any tools, equipment or storage under the contract in order to permit its completion of any contractual obligations under the contract, which may be awarded as the result of the bid. 10. Personnel and Equipment. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and contractor shall provide identification of its personnel if requested by the Village. Any contractor's employee whose employment is reasonably detrimental or objectionable to the Village shall be immediately transferred from the work -site upon the Village's request. The exercise of this option shall not be construed as placing the Village in charge of the Work or making the Village responsible for safety. All on the road vehicles or equipment shall be identified by the contractor's name for purpose of identification. All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Contractor, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The Village reserves the right to inspect the equipment that will be used prior to award of Bid. 11. Property Protection. No vehicles of any kind shall be placed, parked or operated upon or over any sodded areas. 12. Protection and Restoration of Property. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to 20 trees, shrubbery, fences or other plants or structures adjacent to the locations of the Work, and that it may be necessary to restore certain of such plants or structures by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder except as otherwise herein provided, shall do the Work necessary for such restoration, and repair and shall bear and pay all of the cost and expense of such restoration and/or repair of, and all damage done to any and all such plants and other structures to as good condition as the same existed at the time of the commencement of any such Work or relocation. It is further agreed that the owners of any plants or structures, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the restoration or repair, and other Work required by reason of any interference with and/or damage to such plants or structures, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Bidder for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the Village, upon demand by said owners, or upon demand made by the Village upon the Bidder for the payment thereof. 13. Public Convenience and Safety. The contractor shall notify the Director of Public Works at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the contractor shall at all times conduct the work in such a manner as to insure the least obstruction to vehicular and pedestrian traffic. Whenever possible, the contractor shall provide and maintain at his own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. In no case will the contractor obstruct entrance ways into private property without first seeking the Village and private property owner's approval. 14. Public Relations. The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property and business owners along the project route. Contractor will distribute written public work notices to businesses and residences as required by the Village. 15. Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the contractor in a manner approved by the Village at the contractor's expense. Upon failure of the contractor to comply promptly with 21 any order of the Village made under this provision, the Village shall, after giving written notice to the contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the contractor. 16. Scheduling. The contractor shall consult with the Village's Public Works Director or an authorized representative and the Park District concerning the details and scheduling of the work contemplated herein, and shall be governed by the decisions of said Director or representative. 17. Supervision. The contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be authorized to accept and act upon such directives. Such person shall be fluent in the English language. 18. Traffic Control. Contractor shall maintain traffic flow(s) and accessibility to private property(s) as close to normal condition as possible. Contractor shall notify residents, Village of Mount Prospect and state/county officials, as appropriate, of any driveway or road closure. The contractor shall abide with the Illinois Department of Transportation's Standard Specifications for Road and Bridge Construction, latest edition. The Contractor shall also abide with the Manual on Uniform Traffic Control Devices, latest edition. Contractor shall also provide sufficient flag persons to assist with traffic control during operation. Traffic control costs to close the street or ROW is to be included in the "all- inclusive" unit price of the pay item and considered as incidental to that pay item and will not be considered an extra line item. 19. Tree Protection. All tree protection shall be incidental to the contract and shall be installed and maintained in accordance with the Tree Protection Ordinance and plan as specified by the Village. REMOVAL PROHIBITED UNLESS AUTHORIZED: All trees shall be maintained, saved, and protected from damage unless removal is approved by the Village. CRITICAL ROOT ZONE: To prevent unnecessary damage to existing public trees during construction, proper tree protection guidelines must be followed, particularly in the root zone where major support roots securely hold the tree in the soil. This Critical Root Zone (CRZ) is defined as the entire ground area within the vertical projection of the crown of a tree. This is also commonly referred to as the area within the drip line of a tree. 22 Power equipment may not be used to excavate soil, change grades, or dig trenches in the Critical Root Zone. All soil excavation done within the CRZ must be done by hand, except as authorized in these specifications. Exceptions to the above shall be granted only with written permission from the Director of Public Works. FENCING: All unpaved ground on public property within the Critical Root Zones (CRZ) of existing trees subject to construction damage shall be fenced before any work is started. This Tree Protection Fencing will be paid for as specified in these contract documents. Once assembled, no fencing shall be removed without prior approval of the Engineer, and there shall be no construction activity or material including storage, stockpiling, and equipment access within the enclosure. Fencing material shall be orange polypropylene snow fence supported with metal posts, and installed according to the detail which will be provided by the Forestry Division. CHANGES TO EXISTING GRADE: No changes to original grade shall be allowed inside the CRZ. ROOT PRUNING DURING CONSTRUCTION: All tree roots greater than two inches (2") in diameter that are encountered in any construction process shall be cut cleanly with an appropriate saw or pruning shear or other tool specifically designed for cutting wood. Axes or other such chopping tools shall not be used. Shovels or other tools designed for digging shall not be used. Contractor shall contact Forestry for a root inspection before backfilling. ATTACHMENTS TO TREES: No signs, placards or other objects may be nailed or stapled to trees. BRANCH REMOVAL: Tree branches shall not be cut, pruned or trimmed by the Contractor. If parkway tree branches interfere with the Contractor's work, he should contact the Forestry Division to request pruning. If Forestry deems the request reasonable they will endeavor to promptly prune the branches at the Village's expense. PENALTIES FOR TREE DAMAGE: Where limbs, trunks or roots of trees not approved for removal are damaged, the Village shall determine whether the tree can be repaired or must be removed. Repairs may include, but are not strictly limited to, pruning of broken limbs, removal of loose bark and proper shaping of wounds, thinning of the crown to compensate for root loss, fertilization, straightening and staking. Repairs shall be performed by the Village. The cost of such repairs shall be paid for by the Contractor to the Village, using rates listed in the current edition of the Village's Equipment and Labor Rate Charges. Additionally, the Village may fine 23 the contractor for unnecessary tree damage according to the schedule listed in Appendix A, Division III of the Village Code. If in the opinion of the Village, the amount of damage warrants removal of the tree due to safety or aesthetic concerns, the Contractor shall remove the tree, along with its stump to a depth of 12 inches below grade. The Contractor shall pay the Village for replacement of the tree. Replacement cost will be determined by multiplying the diameter of the damaged tree, as measured 4-1/2 feet above the ground, by the rate of $150.00/inch. The Contractor shall be responsible for being familiar with and complying with all aspects of the Village of Mount Prospect Tree Protection ordinances and Arboricultural Standards Manual as they relate to the various site locations. Any questions regarding tree protection shall be directed to the Village Forestry Division and their response or direction shall be considered as the final word/decision on tree protection issues. Any costs for tree protection fencing, posts, labor or other associated labor or material shall be incidental to the fixed cost per unit bid. 20. Work in Street Right—of—Way. All of contractor's construction work in street rights- of-way shall be done in strict accordance with the applicable controlling public agency's construction specifications, permitting, bonding, rules, and regulations. All costs for necessary permits and bonds shall be borne by the Contractor and considered incidental to the fixed item price of the applicable work. Contractor shall coordinate with the proper public officials and receive approval from said officials prior to any street closings or detouring required due to the work to be performed. Contractor shall protect existing vegetation from removal or damage wherever possible. Contractor shall confine construction work to specified construction limits as shown on the drawings or defined in the specifications. Should Contractor damage or remove any vegetation outside the construction limits, Contractor shall restore the affected area to its original state at no expense to the Village. D. BOND; INSURANCE; INDEMNIFICATION. 1. Performance and Labor and Material Payment Bond. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against loss. The Contractor shall also furnish a labor and materials bond in the amount one hundred and ten percent (110%) of the bid to ensure payment for all labor and materials, including compliance with the provisions of law relating to the payment of the prevailing rate of wages. The premium of such bonds is to be paid by the 24 Contractor. The surety must be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company. All payment and performance bonds shall name the Village of Mount Prospect as Obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the Contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid bond/Letter of Credit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. 2. Insurance Requirements. In submission of a bid, the bidder is certifying that it has all insurance coverages required by law or that would normally be expected for bidder's type of work. In addition, the bidder is certifying that, as successful bidder/Contractor, upon execution of the Contract, it will provide Insurance of such types and in such amounts as may be necessary to protect itself and the interests of the Village against all hazards or risks of loss contemplated by the Contract. The Village shall be named as additional insured on all applicable insurance policies. Satisfactory certificates of insurance shall be filed with the Village upon execution of the Contract. The certificates shall state that thirty (30) days advance written notice will be given to the Village before any policy covered thereby is changed or canceled. Insurance coverage shall be in the following minimum amounts: Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability Bodily Injury $1,000,000 $3,000,000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $1,000,000 $3,000,000 Automobile Liability Bodily Injury $1,000,000 $1,000,000 Property Damage $1,000,000 $1,000,000 Workers Compensation Employee Claims Employers Liability Statutory for Illinois $1,000,000 per accident 3. Indemnification. The Contractor shall indemnify_and save harmless the Village, its officers and employees from any and all liability, losses or damages, including attorney 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 workers' 25 compensation claims, in any way resulting from or arising out of the operations of the Contractor under the Contract, including operations of subcontractors; and the Contractor shall, at his own expense, appear, defend, and pay all fees of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Contractor shall, at his own expense, satisfy and discharge same. The Contractor expressly understands and agrees that any bonds, letters of credit or insurance protection required by the Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village as herein provided. Contractor agrees to defend and hold harmless the Village from and against all demands, claims, suits, costs, expenses, damages and adjustments based upon any infringement of any patent relating to goods specified in the contract, and on account of the Village's use of any copyrighted or uncopyrighted, composition, trade secrets, secret process, proprietary rights, patented of unpatented invention, article or appliance furnished or used under the bid Specifications. E. Compliance with Laws. 1. Collusion. If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any bid or bids, unlawfully colluded with any other party or parties, then the Contract so awarded shall be null and void and the Consultant and his sureties shall be liable to the Village for all loss or damage which the Village may suffer thereby, and the Village may advertise for new bids for said work. 2. Observance of Laws, Ordinances, and Regulations; Certifications of Compliance with Applicable Laws. The contractor shall, at all times during the life of this contract, observe and abide by all federal, state and local laws which in any way affect the conduct of the work and with all decrees and orders of courts or agencies of competent jurisdiction. Likewise, said contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The contractor shall indemnify and save harmless the owner, its officers, agents, and employees against any claim or liability arising from or based on his violation of any law, ordinance, regulation, decree or order. The bidder and contractor, as successful bidder, shall comply with all applicable state, federal and local laws, including, but not limited to the following: a. Bid Rigging/Rotating. By submitting a bid, the Contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. b. Tax Payment. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILCS 5/11-42.1-1) 26 c. Drug Free Workplace Act. The Contractor will comply with the requirements of the Drug Free Workplace Act if the contract is $5,000 or more and it has more than 24 employees at the time of entering into the contract (30 ILCS 580). d. Preference to Veterans Act. The Contractor will comply with the Preference to Veterans Act (330 ILCS 55). e. Substance Abuse Prevention Program. By submitting a bid, the Contractor certifies that the company has in place, to the extent not covered by a collective bargaining agreement that deals with the subject of the Act, a substance abuse prevention program that meets or exceeds the requirements of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq. f. Non -Discrimination. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) g. Equal Employment Opportunity. The Contractor will comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), including establishment and maintenance of a sexual harassment policy as required by Section 2-105, and the Rules and Regulations of the Illinois Department of Human Rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, which is a material term of all public contracts, as follows: EQUAL EMPLOYMENT OPPORTUNITY In the event of the contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Act, 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 cancelled or voided in whole or in part, and 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: 1) That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 2) That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas from which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by him or her or on his or her behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, 27 national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 4) That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the contractor's obligations under the Act and this Part. If any labor organization or representative fails or refuses to cooperate with the contractor in his or her efforts to comply with the Act and this Part, the contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5) That he or she will submit reports as required by this Part, 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 Act and this Part. 6) That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 7) That he or she will include verbatim or by reference the provisions of this clause in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, h. Prevailing Wage. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website, www.state.ii.us/agency/idol/rates/rates.HTM. The Contractor and all subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. 28 All bonds provided by the Contractor under the terms of this Contract shall include such provisions as will guarantee the faithful performance of the Contractor's obligations under this clause and under the Prevailing Wage Act, 820 ILCS 130/1 et. seq. Contractor shall comply with all applicable provisions of the Prevailing Wage Act, including, but not limited to, the requirements of Section 5 of the Prevailing Wage Act, 820 ILCS 130/5. The Contractor, and all Subcontractors and Sub - Subcontractors participating on the Project, shall make and keep those records required under Section 5 of the Prevailing Wage Act in paper or electronic format. In conformance with the Act, each contractor and subcontractor, or other entity performing work on the project, shall maintain records of all laborers, mechanics and other workers employed by them on the project, including the following information on each worker: (1) name; (2) address; (3) telephone number when available; (4) social security number; (5) classification or classifications; (6) gross and net wages paid in each pay period; (7) number of hours worked each day; (8) starting and ending times of each day; (9) hourly wage rate; (10) hourly overtime wage rate; (11) hourly fringe benefit rates; (12) the name and address of each fringe benefit fund; (13) the plan sponsor of each fringe benefit, if applicable; and (14) the plan administrator of each fringe benefit, if applicable. These records shall be kept by the participating contractor and subcontractor for a period of not less than five (5) years from the date of last payment on the contract or subcontract. No later than the 15th day of each calendar month, each participating contractor and subcontractor shall submit a monthly certified payroll to the Village consisting of the above - referenced information as well as a statement signed by the participating contractor or subcontractor that certifies: (a) the records are true and accurate; (b) the hourly rates paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act; and (c) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. Compliance with Freedom of Information Act Request. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILCS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village of Mount Prospect 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 bidder/contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/contractor agrees to indemnify and hold 29 harmless the Village of Mount Prospect from all claims, costs, penalties, 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 public records to the Village of Mount Prospect under the contract. j. Work Guaranty. Maintenance Bond. A maintenance bond or a maintenance letter of credit is required. This maintenance bond or maintenance letter of credit amount shall consist of ten percent (10%) of the final project cost; it shall be posted by the contractor with the Village upon completion of all Work; and it shall be valid and effective for a period of two (2) years after the final acceptance of such Work by the Village for the purpose of guaranteeing against and securing the correction of any defect in material or workmanship furnished for such improvements, latent in character and not discernible at the time of final inspection or acceptance by the Village of Mount Prospect. 2. General Guaranty. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work 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 contractor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those contract documents. Unless otherwise expressly provided in the Specifications, in the event any defects or imperfections in the materials or workmanship to be furnished by the contractor herein appear within the period of two (2) years from the date of completion of all the Work and acceptance thereof by the Village, the contractor will, upon notice from said Village (which notice may be given by letter to said contractor to the business address of the contractor shown in the bid), repair and make good at his own cost any such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to said Village, and furnish all such new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of said workmanship or materials said Village may do so or have same done by others, and said contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay. All details of warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. 30 k. Miscellaneous Contract Requirements 1. Contract Alterations. No amendment of a contract shall be valid unless made in writing and signed by the Village President, Village Manager, or their authorized representative. 2. Licenses and Permits. The Contractor shall procure at its own expense all necessary licenses and permits in connection with the work under the Contract. 3. Nonassignability. The contractor shall not assign the contract, or any part thereof, to any other person, firm or corporation without the previous written consent of the Village. Such assignment shall not relieve the contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 4. Notices. All notices required by the contract shall be given in writing. 5. Taxes. The contractor shall pay all federal, state and local taxes as may be applicable on all materials, labor and services furnished by it under the contract, and the amounts of such taxes shall be included in the unit prices bid. 31 SCOPE OF WORK AND SPECIFICATIONS Bids will be solicited for the roof rehabilitation, and the touch-up coating of areas damaged by the repairs. Additional Work items include other miscellaneous repairs and incidental items such as coordination with the OWNER, first anniversary evaluation, disposal of debris, site restoration, etc. The above description shall serve as general information only and shall not be construed to limit the contractor's responsibility or obligation to comply with the Contract Documents and Detailed Technical Specifications. The Bidder is referred to the Detailed Technical Specifications for the complete scope of Work. Statement of No Bid The Contractor is requested to submit the Statement of No Bid if they will not be returning a bid for the work. The information will be used by the Village to consider improvements or changes to our bid practices, documents or specifications. Contract Period This contract shall be performed within 60 days of Board award date, unless otherwise terminated or amended by the Village. 32 BID FORM Roof Rehabilitation and Spot Coating for Station 11 Village of Mount Prospect Department of Public Works FROM: (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: Roof Rehabilitation and Spot Coating for Station 11 The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions Scope of Work Bid Form Affidavit — Bid Certification Form Bid Sheet — Roof Rehabilitation and Spot Cleaning for Station 11 Bid Security Contract Document Labor and Materials Payment bond form Performance Bond Form Detailed Technical Specifications Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: 33 Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all member sizes and dimensions prior to the ordering of materials. The Bidder Will complete and provide all labor, equipment, materials, and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful Bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bidding Documents and comply with the requirements of the Bidding Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. 34 Upon award of the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within fifty (50) consecutive calendar days after the Notice to Proceed with final completion ten (10) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet — Roof Rehabilitation of One 1,000,000 Gallon Ground Storage Station 11 Tank 4) Required BIDDER'S most recent twelve-month financial statement 5) Required Non -Collusion Affidavit 7) All items and questions in this Bid Form shall be answered completely and accurately prior to submitting this Bid. Failure to provide the information requested in this Bid Form may entitle the OWNER to reject the Bid. Respectfully submitted: SUBMITTED on 120. Name of Firm/Bidder: la (Signature) Title: Contact Information Official Address: 35 Telephone: ��imi m ONE (1) SIGNED COPY OF THIS BID FORM (Pages 33-36) AND BID SHEETS (Pages 41-53) ALONG WITH THE AFFIDAVIT— BID CERTIFICATION FORM, BID SECURITY, REQUIRED BIDDER'S MOST RECENT TWELVE-MONTH FINANCIAL STATEMENT, AND REQUIRED NON -COLLUSION AFFIDAVIT SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE TO THE VILLAGE OF MOUNT PROSPECT 36 AFFIDAVIT — BID CERTIFICATION FORM Bidder: Company/Firm Name: 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 rights 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 (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 a 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 further states that (Name of Company) 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. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. 37 L.��3I i 11°-1', w��������,� w,�1:'a���p ��,..���:�����w��'q�;����wrv�� III �°���:",ww��� a ",ry�",��„��,p le AFFIDAVIT — BID CERTIFICATION FORM (CONTINUED) Section IV Tax Payment The undersigned further states that (Name of Company) 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. Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, 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).” A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002) The undersigned further states that (Name of Company) has a written sexual with 775 ILCS 5/2-105 (A) (4). harassment policy in place in full compliance 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. 38 The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Signed and sworn to before me this day of 20_ My commission expires: Notary Public 39 Title: BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of , being ten percent (10%) of the total amount bid by the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS DAY OF SEAL (if corporation) Bidder: Bidder's Agent and Agent's Title Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of 40 BID SHEET PROJECT IDENTIFICATION: Roof Rehabilitation and Spot Coating for One 1,000,000 Gallon Ground Storage Tank Station 11 in Mount Prospect, Illinois. The BIDDER is referred to the following Detailed Technical Specifications for the complete Scope of Work. CONTRACT IDENTIFICATION AND NUMBER: THIS PROPOSAL IS SUBMITTED TO: Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTENTION: Mr. Matt Overeem 1.01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices indicated in this Bid and within the times indicated in the Contract and in accordance with the other terms and conditions of the Bidding Documents. 2.01 BIDDER accepts all of the terms and conditions of the Notice to Bidders, and Instruction to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: A. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. B. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. C. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified. 41 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 D. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures or construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bid Documents to be employed by Bidder, and safety precautions and programs incident thereto. E. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bid Documents. F. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. G. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. H. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 In submitting this bid, BIDDER provides the following history of BIDDER company experience. A. What year did the Bidder start operating under its present name? 42 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 B. What similar public works projects has your organization completed? CONTRACT CLASS OF WHEN COMPLETED NAME, ADDRESS & AMOUNT WORK PHONE # OF OWNER C. What similar public works projects is your organization now in process of construction? CONTRACT CLASS OF WHEN COMPLETED NAME, ADDRESS & AMOUNT WORK PHONE # OF OWNER D. Have you ever failed to complete any work awarded to you? If so, where and why? E. List references from private firms for which you have performed similar work. 43 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 6.01 BIDDER will supply sufficient and detailed information to the following statements and questions on the pages supplied. A. Explain your plan or layout for performing proposed work. Describe crew size and equipment necessary to complete project in required time. 44 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 B. If you intend to sublet any portion of the Work, state the name and address of each Subcontractor, equipment to be used by the Subcontractor, and whether you expect to require a performance bond. 45 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 C. What equipment do you intend to use for the proposed project? C.1 Repair/replacement of existing tank roof framing components: C.2 Spot coatings on tank: 46 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 D. Have you made contracts or received offers for all materials within prices used in preparing your bid? (CIRCLE ONE) YES NO 7.01 Attachment of BIDDER'S most recent twelve-month financial statement is mandatory. Any bid submitted without said financial statement as required shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the BIDDER'S capability for completing the project if awarded. 8.01 Bidder will complete the Work for the following listed Work items for the prices listed on the BIDDER'S PROPOSAL: Bid Item 1: (Base Bid for 1,000,000 Gallon Ground Storage Tank Station #11) (Lump Sum) The roof rehabilitation and spot coating for One 1,000,000 Gallon Above Ground Storage Tank for the Village of Mount Prospect. Additional Work items include: foundation repair, repair shell -to -roof knuckle ladder connection, install toe plates on roof safety railing, lower overflow inlet, cathodic protection; first anniversary evaluation, disposal of debris, site restoration, etc. All of this Work shall be in accordance with the Detailed Technical Specifications. Bid Item 2: (Unit Price) (Add or Deduct from the Total Amount Proposed) Additional Work: It is felt that the Detailed Technical Specifications adequately describe the work to be performed; however in the event that during the course of the work it is found that additional work is required and it is authorized in writing by the ENGINEER and the OWNER, this work shall be paid for at the following price per single man-hour, including all welding, equipment, normal rigging, labor, supplies, overhead, insurance, and profit. The number of unanticipated additional work man-hours shall be paid for by the unit price per man-hour listed on the BIDDER'S PROPOSAL. 47 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 BIDDER'S PROPOSAL Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Station 11 Tank Statement of Estimated Quantities and Proposal Prices Item $ Est. SUMMARY OF PRICES: No. Item Description Qty. Unit Unit Price Bid Amount 1 Base Bid — Roof Rehabilitation of 1 Lump N.A. $ WORK): Tank, including Tank Coatings Dollars and Sum (In writing) (In writing) 2 Additional Work If Required 60 man-hour $ $ TOTAL AMOUNT BID $ (Items 1 through 2 inclusive) SUMMARY OF PRICES: CONTRACT PRICE (the sum of extensions of the Schedule of Prices — BASE BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE WORK): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — TOTAL BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) 48 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 Note: The BIDDER shall use either black or blue ink or typewriter (black ribbon) in completing the Bid Form. Each line item amount must be given. Failure to do so will result in disqualification of BIDDER. Bidders are reminded that they must bid on the issued plans and specifications, as amended. Any deviation, conditions or attachments made by the BIDDER himself thereto may render the Bid nonresponsive and be cause for its rejection. Bid Security to be based on the TOTAL AMOUNT BID and shall be the percentage indicated in the Instructions to Bidders. 49 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 The proposed REPAIR SUBCONTRACTOR is: �FiiT Street City State Zip The proposed DISPOSAL SUBCONTRACTOR is: Name Street City State Zip 9.01 Bidder agrees that the Work will be substantially completed, and completed and ready for final payment on or before the dates and within the number of calendar days indicated in the General Conditions. 10.01 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the time specified in the General Conditions. 11.01 The following documents are attached and made part of this Bid: A. Bid Form B. Required Bid Security; C. Required BIDDER'S most recent twelve-month financial statement; D. Required Non -Collusion Affidavit; E. All items and questions in this Bid Form shall be answered completely and accurately prior to submitting this Bid. Failure to provide the information requested in this Bid Form may entitle the OWNER to reject the Bid. 50 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 12.01 Communications concerning this Bid shall be addressed to: Matt Overeem, Superintendent Village of Mount Prospect Public Works 1700 West Central Road Mount Prospect, Illinois 60056 847-870-5640 move reem6C�mountprospect.orq 13.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders and the General Conditions. SUBMITTED on 120. State Contractor License No. If Bidder is: An Inrlivirli ml Name (typed or printed): Doing Business as: Business Address: Phone No.: (Individual's signature) FAX No.: 51 (If applicable) (SEAL) TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 A Partnership Partnership Name: (SEAL) (Signature of general partner— attach evidence of authority to sign) Name (typed or printed): Business Address: Phone No.: A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): Bv: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest: (SEAL) (SEAL) (Signature of Corporate Secretary) Business Address: Phone No.: Date of Qualification to do business is 52 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 A Joint Venture Joint Venturer Name: By: (SEAL) (Signature of joint venturer partner— attach evidence of authority to sign) Name (typed or printed): Title: Business Address: Phone No.: Joint Venturer Name: By: y_1:M►raw (SEAL) (Signature of joint venturer partner— attach evidence of authority to sign) Name (typed or printed): Title: Business Address: Phone No.: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) 53 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 DISQUALIFICATION OF CERTAIN BIDDERS PERSONS AND ENTITIES SUBJECT TO DISQUALIFICATION No person or business entity shall be awarded a contract or subcontract, for a stated period of time, from the date of conviction or entry of a plea or admission of guilt, if the person or business entity, (A) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bribery or attempting to bribe an officer or employee in the State of Illinois, or any State in the United States in that officer's or employee's official capacity; (B) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bid rigging or attempting to rig bids under the laws of the State of Illinois, or any state in the United States; (C)has been convicted of bid rigging or attempting to rig bids under the laws of the State of Illinois, or any state in the United States; (D)has been convicted of bid rotating or attempting to rotate bids under the laws of the State of Illinois, or any state in the United States; (E) has been convicted of an act committed, within the State of Illinois or any state in the United States, of price-fixing or attempting to fix prices as defined by the Sherman Anti -Trust Act and Clayton Act 15 U.S.C. Sec. 1 et seq.; (F) has been convicted of price-fixing or attempting to fix prices under the laws of the State of Illinois, or any state of the United States; (G)has been convicted of defrauding or attempting to defraud any unit of state or local government or school district within the State of Illinois or in any state in the United States; (H)has made an admission of guilt of such conduct as set forth in subsection (A) through (G) above which admission is a matter of record, whether or not such person or business entity was subject to prosecution for the offense or offenses admitted to; (1) has entered a plea of nolo contendere to charges of bribery, price fixing, bid rigging, bid rotating, or fraud; as set forth in subparagraphs (A) through (G) above. Business entity, as used herein, means a corporation, partnership, limited liability company trust, association, unincorporated business or individually owned business. (Please sign bid form indicating compliance) 54 CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this —day of , 2017, by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , an (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its "Roof Rehabilitation and Spot Coating of Station 11 "; and WHEREAS, the Contractor submitted a bid to perform the work associated with the Roof Rehabilitation and Spot Coating of Station 11 (hereinafter the "Bid"); and WHEREAS, upon its review of the submitted bids, the Village has awarded the contract to perform the work associated with the Roof Rehabilitation and Spot Coating of Station 11 Tank Project to the Contractor, subject to the execution of this Contract; NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertakings and agreements, the parties agree as follows: ARTICLE I – CONTRACT DOCUMENTS This Contract is subject to the terms and conditions set forth in the Contract Documents, which are incorporated herein as if fully set forth, and include the following Bid Documents with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: 1. Notice to Bidders 2. Table of Contents 3. Instructions to Bidders 4. General Conditions 5. Scope of Work 6. Bid Submittals, including Bid Form, Affidavit – Bid Certification Form, Bid Security, Bid Sheet, Non -Collusion Affidavit (*Bidder's/Contractor's completed Bid Submittals) 7. Other materials or standards provided or noted by the Village 8. Contract 9. Applicable performance and labor and materials payment bonds, or letter of credit. (Collectively the "Contact Documents") 55 ARTICLE II — PERFORMANCE BY CONTRACTOR 1. The Contractor agrees to perform the work, including all labor, materials, equipment and services, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the "Work"). 2. The Contractor acknowledges that the Village reserves the right to add to or subtract from the estimated quantities. 3. The Contractor certifies that it will comply with all state and federal laws and regulations, and county and municipal ordinances, as set forth in the General Conditions. ARTICLE III — PERFORMANCE BY VILLAGE The Village agrees to pay the Contractor for its performance of the Work in the manner and amount provided in the Contract Documents. ARTICLE IV - CONFLICT BETWEEN CONTRACT DOCUMENTS In the event of a conflict between any Contract Document and the terms of this Contract, the Contract shall control to the extent of the conflict. In the event of any other conflict between Contract Documents, the preceding Document shall govern to the extent of the conflict based upon the order of priority set forth in Article I of this Contract, unless otherwise specifically stated. ARTICLE V — COMMENCEMENT AND COMPLETION OF WORK After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieve substantial performance within fifty (50) consecutive calendar days after the Notice to Proceed has been issued with final performance ten (10) days thereafter. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE VI — NOTICE Unless otherwise provided, all notices required under this Contract shall be made in writing and addressed or delivered as follows: TO THE VILLAGE OF MOUNT PROSPECT - The Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTN: Director of Public Works 56 TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deemed effective when received by personal service or registered or certified U.S. mail, postage prepaid and receipt requested, to the address so specified. Either Party may, by written notice to the other, change its own mailing address. ARTICLE VII — PRIOR AGREEMENTS; SUCCESSORS This Contract supersedes all previous agreements, understandings and representations of any nature whatsoever, whether oral or written, and constitutes the entire understanding between the Parties. The terms of this Contract shall be binding upon and inure to the benefit of the parties and the partners and officials, successors in interest, executors, administrators, assigns and representatives and their respective successors and assigns, provided, however, that the Contractor shall not assign, sublet or transfer any rights or interest in this Agreement in whole or in part without the prior written approval of the Village, except to the extent that the Contract Documents provide otherwise. ARTICLE VIII - DEFAULT BY CONTRACTOR If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is 57 less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. ARTICLE IX - DEFAULT BY VILLAGE In the event of a material default by the Village under this Contract, the Village shall have sixty (60) days, from notice thereof by Contractor, to cure the default prior to Contractor's termination of this Contract. The failure to pay a contested invoice shall not be considered a material default. Upon termination, the Village shall be responsible to pay any uncontested payments due for work performed. ARTICLE X — VENUE The parties hereto agree that for purposes of any lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. ARTICLE XI - SEVERABILITY OF CONTRACT If any term of this Contract is held by a court of competent jurisdiction to be void or unenforceable, the remainder of the Contract terms will remain in full force and effect and will not be affected. ARTICLE XII - CUMULATIVE REMEDIES The exercise or failure to exercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture of any other rights and remedies, and will be without prejudice to the enforcement of any other right or remedy available by law or authorized by this Contract. ARTICLE XIII - COMPLIANCE WITH LAWS Each party to this Contract will comply with all applicable state and federal laws and regulations, and county and municipal ordinances and regulations. ARTICLE XIV - DISPUTE RESOLUTION Should a dispute arise between the Village and the Contractor as to the terms and conditions of the Contract, or the responsibilities, limitations, or working relations of either Party, the designated project personnel will make every reasonable effort to resolve the difference in accordance with the terms and conditions of the Contract. If a dispute continues despite these efforts, it shall be referred to the Parties' Project Managers. If the above action fails to resolve the dispute, the Parties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting mediation, except that the costs, if any, of the actual mediation proceeding shall be shared equally by the Parties. The mediation process is defined as follows: 58 The Parties shall select a mutually agreeable mediator from American Arbitration Association lists or any other agreeable list to aid the Parties in resolving the dispute. The mediator shall not be an employee or former employee of either Party. The first meeting shall be held at a location chosen by the Village. At the meetings, each Party may present materials and/or arguments to the mediator. The mediator's decision shall not be binding upon either Party. In the event that the foregoing steps fail to resolve the dispute, either Party may bring suit in the Circuit Court of Cook County, Illinois. ARTICLE XV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided by Contractor to the Village and the Village's written approval. The Village shall not unreasonably withhold its approval of such assignment. In the event of an assignment, the Contractor shall not be relieved of its obligations under the Contract unless agreed to by the Village, at its sole discretion. ARTICLE XVI - RECRUITING The Parties shall not, without the consent of the other Party, entice, encourage, offer special inducements, or otherwise recruit employees of the other Party during the period of this Contract and for a period of one (1) year thereafter. This clause is not intended to restrict any individual's right of employment but rather is intended to preserve the relationship intended under this Contract and to prevent the Parties from actively recruiting the employees of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in counterparts, each of which shall be an original and all of which together shall constitute one and the same agreement. ARTICLE XVIII - ENFORCEABILITY If any provision of this Contract is found to be invalid, illegal or unenforceable, that provision shall be severable from the rest of this Contract and the validity, legality and enforceability of the remaining provisions will in no way be affected or impaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall be the date of the last signature executing the Contract (hereinafter referred to as the "Effective Date"). ARTICLE XX - ADVERTISEMENT Contractor shall not use, in its advertising, marketing programs, or other promotional efforts, any data, pictures, or other representation of the Village, except with the specific written authorization in advance by the Village. ARTICLE XXI - CAPTIONS; HEADINGS The paragraph headings which appear herein are included solely for convenience and shall not be used in the interpretation of this Contract. 59 ARTICLE XXII — ENTIRE AGREEMENT This Contract, consisting of the Contract Documents, constitutes the entire agreement between the Parties for the subject matter hereof and supersedes all prior arrangements, agreements, representations and undertakings, written or oral. This Contract may not be changed or modified except by a written instrument duly executed by each of the Parties hereto. IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: 3-1 Title: Date: ATTEST: Title: VILLAGE OF MOUNT PROSPECT -31 Title: Date: ATTEST: Title: Date: Date: 60 VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to as Principal (hereinafter "Contractor"), a written agreement with the Village dated , (hereinafter "Contract"), for Roof Rehabilitation and Spot Coating of one 1,000,000 Gallon Ground Storage Station 11 Tank in accordance with the drawings and specifications prepared by: Tank Industry Consultants, which Contract is incorporated herein and made a part hereof; and WHEREAS, the Contractor is required to furnish a bond in connection with the Contract to secure the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons as provided by law; NOW, THEREFORE, we, the undersigned Contractor and , with main office at , as Surety, are held and firmly bound unto the Village in the penal sum of Dollars ($ ), lawful money of the United States, for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly pay for all laborers, workmen and mechanics engaged in the work under the Contract, and not less than the general prevailing rate of hourly wages as required by the Contract and the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., and for all material used or reasonably required for use in the performance of the Contract, and all duly authorized modifications, alterations, changes or additions to said Contract as may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject to the following conditions: 61 1. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of business within the State, the principal place of business of the corporation, and in the case of partnership, the names and residences of each of the partners; 3) the name of the Contractor for the Village; 3) the name of the person, firm or corporation by whom the claimant was employed or to whom such claimant furnished materials; 4) a brief description of the public improvement for the construction or installation of which the Contract is to be performed; and 5) a description of Claimant's contract as it pertains to the public improvement describing the work done by the claimant and stating the total amount due and unpaid as of the date of the verified notice. No defect in the notice herein provided for shall deprive the claimant of its right of action under the terms and provision of this Bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same. 3. No action shall be brought on this Bond later than one year after the date of the last item of work or of the furnishing of the last item of materials. Such suit shall be brought only in the circuit court of the State in the judicial district in which the Contract is to be performed. 4. The Village shall not be liable for the payment of any costs or expenses of any such lawsuit, and the Village does not have any obligations to any Claimants who make claims on this Bond. Surety will pay for all such claims, and for all costs and expenses of any such lawsuit, up to a maximum of the amount of this Bond. Surety hereby expressly agrees that no extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this Bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder. 62 Surety's obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. Signed and sealed this day of , 2017. Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF Surety By: Officer Of The Surety Title Address: NOTARY I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of , 2017. Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 63 VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND IY.T1010no 5 Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that Contractor , as Principal (hereinafter "Contractor"), and with main office at , a corporation of the state of , as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated , (hereinafter "Contract"), for the construction of Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Station 11 Tank in Mount Prospect, Illinois in accordance with the drawings and specifications prepared by: Tank Industry Consultants, which Contract is incorporated herein and made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village; or (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete the improvements at Surety's expense. The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 64 additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, or, if no liquidated damages are provided for in the Contract, actual damages caused by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor under the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any suit under this Bond must be filed before the expiration of two years from the date on which final payment under the Contract is due or the applicable statute of limitations, whichever is longer. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Village or its heirs, executors, administrators or successors. Any proceeding, legal or equitable, under this Bond may be instituted in a court of competent jurisdiction in the location in which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of time in the Contract. Signed and sealed this day of 12017. Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF Surety By: _ Title Officer Of The Surety Address: NOTARY I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this Notary Signature: 65 day of , 201_ My Commission expires: We VILLAGE OF MOUNT PROSPECT STATEMENT OF NO BID have declined to bid on your Bid for: Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Steel Station 11 Ground Storage Tank in Mount Prospect, Illinois Because of the following reason(s): Specifications are too "tight", i.e., geared towards 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: Vendor: Signature: Title: Date: 66 TABLE OF CONTENTS Detailed Technical Specifications prepared by Tank Industry Consultants Detailed Technical Specifications........................................................................... DTS 1-34 A. Description of Tank................................................................................................ DTS 2 B. Scope of Work........................................................................................................ DTS 2 C. Definition of Parties............................................................................................... DTS 3 D. Evaluation Report and Site Inspection by Bidder .................................................. DTS 4 E. Additional Insured.................................................................................................. DTS 4 F. General Specifications for Repairing & Repainting the Tank ................................. DTS 4 G. General Health, Safety, & Environmental Requirements ...................................... DTS 18 H. Specifications for Repairs & Additions to the Tank ............................................... DTS 25 I. Specifications for Spot Cleaning and Spot Painting the Tank Interior ................... DTS 28 J. Specifications for Spot Cleaning and Spot Painting the Tank Exterior .................. DTS 30 K. Disinfection of the Tank and Piping....................................................................... DTS 33 L. Unanticipated Additional Work............................................................................. DTS 34 Summarized Tank Information Sheet................................................................................. 1 Application for Payment Form............................................................................................ 1-3 JobSafety Analysis Form..................................................................................................... 1-2 Contractor Safety Checklist................................................................................................. 1-4 Daily Jobsite Safety Survey Report..................................................................................... 1-2 SubmittalCheck List............................................................................................................ 1 Submittal Cover Sheet.................................................................................................. SCS DTS 1 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 DETAILED TECHNICAL SPECIFICATIONS Copyright © 2017 Tank Industry Consultants All rights reserved Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois A. Description of Tank The 1,000,000 gallon steel above ground storage tank is located in Mount Prospect, Illinois. The tank is approximately 98 ft in diameter. It is an above ground storage tank of welded steel construction. The tank was erected by Chicago Bridge & Iron Company in 1968 under contract number 68-3225. B. Scope of Work Bids will be solicited for the roof rehabilitation, and the touch-up coating of areas damaged by the repairs. The above description shall serve as general information only and shall not be construed to limit the contractor's responsibility or obligation to comply with the Contract Documents and Detailed Technical Specifications. The Bidder is referred to the following Detailed Technical Specifications for the complete scope of Work: 1. Roof Repairs: The 45 (Contractor to verify number) deteriorated purlins shall be removed from the roof and replaced with new members of equivalent size and material. At the time of the interior cleaning and painting, the tops of the roof rafters shall be carefully cleaned and coated. 2. Foundation Repair: Any unsound concrete shall be chipped to sound material and the concrete should be brush-off blasted. Any deteriorated areas or voids found should have a bonding agent and a vinyl emollient modified concrete patching mortar applied to build up the surface to its original contour. The concrete shall then be painted with a concrete sealer. 3. Exterior Ladder: The bolted connection between the shell ladder and roof knuckle ladder shall be removed and the ladder side rails welded together. 4. Roof Safety Railing: The existing safety railings shall be equipped with toe bars of 4 in. minimum by 1/4 in. steel plate. The toe bars shall be such that the top of each toe bar is at least 4 in. above the roof and so that the gap between the DTS 2 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois bottom of the toe bar and the roof does not exceed 1/4 in. The deteriorated closing mechanism on the closure chain shall be replaced. 5. Overflow Inlet: The overflow inlet shall be lowered so that the high water line is below the bottom of the rafter end. 6. Cathodic Protection: The removal of the existing Cathodic Protection System and furnishing and installation of a new cathodic protection system shall be paid for by the lump sum in Bid Item 1. 7. Grinding and Bracket Removal: Any unused brackets or erection lugs shall be removed prior to the touch-up repainting. Any weld burrs, weld spatter, or erection scars shall be ground off to provide a smooth surface for the application of the coating. 8. Touch -Up Coating: Touch up coating of repair to roof and areas damaged by work described above. 9. Complete Washdown on Interior and Exterior: At the conclusion of the project a complete washdown of the interior and complete washdown of the exterior with Biocide 100 (or equal) manufactured at BioCide Laboratories in Cumming, Georgia (678-971-4388). Apply Biocide 100 (or equal) to outside of tank and roof using paint sprayer or power washer sprayer in accordance with manufacturer's recommendations. C. Definition of Parties The term OWNER in this specification shall mean the Village of Mount Prospect, 1700 West Central Road, Mount Prospect, Illinois 60056, 847-870-5640. The term PROJECT REPRESENTATIVE in this specification shall mean Mr. Matt Overeem, Water and Sewer Superintendent, telephone 847/870-5640; FAX 847/253-9377. The term ENGINEER in this specification shall mean Tank Industry Consultants - Headquarters: 7740 West New York Street, Indianapolis, Indiana 46214-2988, telephone 317/271-3100, FAX 317/271-3300; and Chicago Office: 24402 W. Lockport Street, Suite 223, Plainfield, Illinois 60544, telephone 815/556-8335, FAX 815-556-8346. The term FIELD OBSERVER in this specification shall mean Tank Industry Consultants - Headquarters: 7740 West New York Street, Indianapolis, Indiana 46214-2988, telephone 317/271-3100, FAX 317/271-3300; or another designated representative of the OWNER. DTS 3 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois The term CONTRACTOR'S COMPETENT PERSON(S) in this specification shall mean a representative of the CONTRACTOR who is capable of identifying existing and predictable hazards in the surroundings or working conditions that are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. The name(s) of the CONTRACTOR'S COMPETENT PERSON(S) shall be submitted for review prior to performing any Work. D. Evaluation Report and Site Inspection by Bidder A Summarized Tank Information Sheet shall be made available to all Bidders. An evaluation report of the 1,000,000 gallon steel tank dated July 20, 2015, complete with color photographs, may be reviewed at the office of the PROJECT REPRESENTATIVE; or at the office[s] of the ENGINEER, by appointment. Although reasonable care was used in making and reporting this evaluation and the Summarized Tank Information Sheet, conditions may be encountered which vary from those as reported therein. Submitting a Bid on the forms bound with the Contract Documents shall acknowledge that the tank and site have been inspected by the Bidder and the evaluation report has been reviewed by the Bidder or that the right to do so has been waived. Persons desiring to access the tank must provide evidence of insurance coverage to the OWNER. E. Additional Insured The CONTRACTOR shall list 1) Village of Mount Prospect; 2) Tank Industry Consultants; and each of their officers, agents, and employees as additional insured on all insurance policies (except worker's compensation and employers' liability) and coverage which are required by the OWNER as specified in the Contract Documents. F. General Specifications for Repairing and Repainting the Tank 1. Submittals: Five sets of Submittals shall be submitted to the OWNER for review at least two weeks prior to performing any Work. Submittals shall at a minimum include the items listed on the Submittal Check List included with these Specifications. A separate cover sheet such as the form bound in these Specifications, including the Item Number from the Submittal Check List, the Specification Section of reference for each submittal, and a brief description of each submittal included, shall be provided by the CONTRACTOR for each separate item submitted. Review of these submittals shall not relieve the CONTRACTOR from responsibility for compliance with the specifications or for the adequacy of the repair, cleaning, and/or painting methods. The CONTRACTOR shall incorporate the submittal review process time and make the DTS 4 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois necessary scheduling adjustments so that completion of the Work within the Contract Time is not affected. 2. Repair Standards: All design and repairs shall be in accordance with the local building code. All design and welding shall be done in accordance with AWWA D100-05 Standard for Welded Carbon Steel Tanks for Water Storage. Where tolerances, stresses, details, and modifications are not limited or provided by the AWWA Standard, the applicable sections of the following American Petroleum Institute (API) Standards shall apply. Unless otherwise specified, all steel structural and bar components shall be fabricated from new ASTM A-36 material, all steel plate components shall be fabricated from new ASTM A-36 material, and all steel pipe shall be fabricated from new ASTM A-53 material. Unless otherwise specified, Contractor is responsible for all nuts, washers, bolts and gaskets for the manway covers. All nuts, washers and bolts shall be in accordance with ASTM A325. If a construction opening is made and a new door sheet is needed, the new door sheet shall be fabricated from ASTM A-516, Grade 70, A-573, Grade 70, A-588, or A-662, Grade C material. a. API Standard 650, 12th Edition (March 2013) — "Welded Tanks for Oil Storage" b. API Standard 653, 5th Edition (November 1, 2014) — "Tank Inspection, Repair, Alteration, and Reconstruction" 3. Painting Standards: All Work shall be done in accordance with the following requirements. The SSPC-Vis 1-02, the SSPC-Vis 3-04, and the SSPC-Vis 4-01 shall also be used taking into account staining from prior paint applications. The SSPC Standards SSPC-SP 6, Commercial Blast Cleaning and SSPC-SP 10, Near -White Blast Cleaning shall be modified to apply to each square inch instead of the approximately 9 square inch area indicated in paragraph 2.6 of each of these standards and shall be referred to hereinafter as SSPC-SP 6, Commercial Blast Cleaning (modified) and SSPC- SP 10, Near -White Blast Cleaning (modified). Where the foregoing standards, recommendations, and specifications are conflicting, said conflicts shall be brought to the attention of the ENGINEER. Manufacturer's published product data shall be adhered to unless changed in writing by the home office of the manufacturer. a. SSPC: The Society for Protective Coatings (SSPC) (1) Steel Structures Painting Manual (Volume 1, 4th Edition and Volume 2, 2012 Edition, including Commentary Sections and Appendices). (2) SSPC-AB 1 "Mineral and Slag Abrasives" (3) SSPC-AB 2 "Specification for Cleanliness of Recycled Ferrous Metallic Abrasives" (4) SSPC-AB 3 "Newly Manufactured or Re -Manufactured Steel Abrasives" DTS 5 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois (5) SSPC-VIS 1-02 "Visual Standard for Abrasive Blast Cleaned Steel" (6) SSPC-VIS 3-04 "Visual Standard for Power- and Hand -Tool Cleaned Steel" (7) SSPC-VIS 4-01 "Guide and Reference Photographs for Steel Surfaces Prepared by Waterjetting" (8) SSPC-VIS 5-01 "Guide and Reference Photographs for Steel Surfaces Prepared by Wet Abrasive Blast Cleaning" (9) SSPC-Guide 6 (CON) "Guide for Containing Debris Generated During Paint Removal Operations" (10) SSPC-PA 2 "Measurement of Dry Paint Thickness with Magnetic Gages" (11) SSPC-PA Guide 10 "Guide to Safety and Health Requirements for Industrial Painting Projects" (12) SSPC-SP 12, Surface Preparation and Cleaning of Steel and Other Hard Materials by High- and Ultrahigh -Pressure Water Jetting Prior to Recoating (13) SSPC-SP 13, Surface Preparation of Concrete (14) SSPC-SP 14, Industrial Blast Cleaning (15) SSPC-SP 15, Commercial Grade Power Tool Cleaning b. American Water Works Association Standards (1) AWWA D100-11, Standard for Welded Steel Tanks for Water Storage (2) AWWA D102-14, Standard for Coating Steel Water -Storage Tanks (3) AWWA C652-11, Disinfection of Water -Storage Facilities C. NSF International (NSF) (1) ANSI/NSF Standard 61 "Drinking Water System Components - Health Effects" d. the paint manufacturer's published product data e. these Detailed Technical Specifications 4. Welder's Certification: All welders and welding operators shall be certified in accordance with ASME, Section IX or AWS D1.1 (tests as described in AWS B2.1) to the procedures and processes required to accomplish the Work. Welder's DTS 6 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois certification papers shall be furnished to the FIELD OBSERVER for review prior to the commencement of welding on the tank. 5. Verification of Dimensions: CONTRACTOR shall verify all dimensions prior to fabrication or ordering any materials or parts needed for this Project. No additional compensation will be made to the CONTRACTOR for items that have to be modified, cut, or replaced because of inadequate dimensions used in ordering or fabricating items. 6. Subcontracting: Subcontracting of the cleaning and/or painting shall not be allowed. If a SUBCONTRACTOR is used for other Work, the name and address of the proposed SUBCONTRACTOR shall be stated in the Bid Form. 7. Schedule Submittal: Within ten days after receipt of the Notice to Proceed and prior to starting the Work, the CONTRACTOR shall submit a bar chart or progress schedule indicating the anticipated schedule of the following functions: a. move onto site and rig tank b. roof framing component repair/replacement C. removal of cathodic protection system d. ladder, safety railing and overflow vent e. touch-up painting interior surfaces f. touch-up painting exterior surfaces g. tank disinfection h. site clean-up. Also indicated on the bar chart or progress schedule shall be the anticipated progress payment schedule of values. The bar chart and payment request schedule shall be updated monthly and submitted with the payment request. No separate payment shall be made for bonds, insurance, design, drawings, mobilization, containment of the cleaning and/or painting debris, or paint materials not incorporated into the Work. Prior to final payment from the OWNER to CONTRACTOR, the CONTRACTOR and all Subcontractors shall submit to the OWNER an executed and notarized sworn statement certifying that the CONTRACTOR and all Subcontractors have complied with all State and Federal laws and regulations regarding the payment of prevailing wage rates to all employees. 8. Notification: The CONTRACTOR shall notify the OWNER and the ENGINEER at least seven (7) days before starting the Work at the site. The CONTRACTOR shall reconfirm DTS 7 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois the commencement of Work with the OWNER and ENGINEER twenty-four (24) hours prior to starting Work at the site. 9. Work Schedule: The repairing, cleaning and painting of the tank shall be accomplished in such a way as to minimize the length of time the tank is out of service and to minimize the number of days required for observing the repairing, cleaning and painting operations. The CONTRACTOR'S attention is directed to the Agreement concerning Contract Time and Liquidated Damages. 10. Times for Work: No repairing, cleaning or painting is to be done in the night period between sunset and sunrise. The CONTRACTOR shall coordinate with the Village and Park District regarding site access, equipment layout and noise. The CONTRACTOR shall also coordinate with the Village and Park District so as not to interfere with Park District events and other activities. The times for Work shall also comply with local, state, and federal regulations and laws regarding days of week, noise, and interference with activities of surrounding property owners. The following exceptions may apply: a. Repair Work: Should tank interior temperatures be excessive for personnel welfare during daylight hours or should other job conditions make nighttime Work beneficial to the CONTRACTOR and OWNER, written permission may be granted by the ENGINEER and OWNER to conduct repair Work at night. This permission shall only be granted if the CONTRACTOR provides the proper lighting and safety equipment and informs the neighboring occupants and property owners. b. Cleaning and Painting Work: Should tank interior temperatures be excessive for paint application or personnel welfare during daylight hours or should other job conditions make nighttime Work beneficial to the CONTRACTOR and OWNER, written permission may be granted by the ENGINEER and OWNER to conduct Work at night. This permission shall only be granted if the necessary steel temperature, air temperature, humidity and dew point conditions are present and recorded during the application and initial drying or curing of the coatings. Also, the CONTRACTOR must provide the proper lighting and safety equipment and inform the neighboring occupants and property owners. 11. Tank Empty for Painting: The tank shall be drained during all surface preparation, application, and curing of the coating. 12. Operation of Valves and Equipment: All operations which would include closing valves, switching, starting, stopping, or removal from service of any equipment shall DTS 8 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois be done by the OWNER'S personnel. If the CONTRACTOR desires the OWNER to close valves, operate switches, start, stop, or remove any equipment from service, the CONTRACTOR shall submit a written request to the OWNER, and if the OWNER determines that such action will not adversely affect the operations of the OWNER to provide water, then the OWNER may close valves, operate switches, start, stop, or remove the equipment from service. Such requests shall be directed to the PROJECT REPRESENTATIVE so interruptions, if any, of the OWNER'S operations or systems will be no longer than necessary. The CONTRACTOR shall have a full complement of personnel working on a daily basis until the Work causing the interruption is completed. All Work performed under this Agreement shall be performed in close cooperation with the OWNER. 13. Site Security: Unless approved otherwise by OWNER, CONTRACTOR shall furnish and install temporary fencing prior to starting work at the site and shall remove the fencing at the completion of the project. The Contractor shall coordinate with the Village and the Park District regarding all temporary fence placement. Keys to the locks for the fencing shall be provided to OWNER. When not working on the tank or site (such as during the evening, weekends, holidays, or rain days), the CONTRACTOR shall secure all openings in the tank (greater than 8 in.), the exterior ladder, and access or rigging devices. Openings in the tank needed during ventilation of the tank shall be secured with bars, grating, or other means to allow sufficient air flow through the opening. The CONTRACTOR shall lock the site fence to prevent unauthorized personnel from gaining access to the site, the interior of the tank, and the CONTRACTOR'S equipment and supplies. The CONTRACTOR shall be solely responsible for the security of the site, tank, equipment, and supplies during both working and non -working hours. 14. Public Safety: CONTRACTOR shall protect the public from harm caused by the CONTRACTOR'S actions and performance of the work. Prior to start of work or mobilization on site, the CONTRACTOR shall submit a site-specific Public Safety Plan based on the CONTRACTOR'S selected work methods. The Public Safety Plan shall include necessary plans and procedures to protect the general public from harm. The Plan should include such items, but not be limited to, requirements for safety exclusion zones, warning sign type and placements, protective barriers, safety and warning devices, devices for daylight and nighttime protection, and all devices required by state and local requirements. CONTRACTOR shall include a site plan summarizing the requirements of the Public Safety Plan for the specific work on the tank. CONTRACTOR'S Plan shall include the name of the Competent Person responsible for enforcing the Public Safety Plan. DTS 9 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 15. Active Golf Course: The CONTRACTOR shall be aware that the tank is located on a public golf course that will be active during the course of the work performed on the tank. In submitting a bid for the subject work, the CONTRACTOR acknowledges that errant golf balls may enter the site and that there may be a golfer and/or golf cart traffic on or near the tank site throughout the duration of the work. The CONTRACTOR should take measures to minimize the risk of damage to CONTRACTOR vehicles and equipment that may otherwise result from golf course activities. 16. Traffic Control Plan: The CONTRACTOR shall permit traffic to pass around the Project site with the least possible inconvenience or delay. The CONTRACTOR shall maintain existing roads and streets within the Project limits, keeping them open, and in good, clean, and safe condition at all times. If any traffic lane closures are necessary, the CONTRACTOR shall provide all flaggers, signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the CONTRACTOR'S operations that may occur on highways, roads, and streets. The CONTRACTOR shall submit a traffic control plan. If no disruption of traffic is anticipated, then the CONTRACTOR shall submit a statement indicating this. 17. Water Supply: Water for the purpose of this contract, other than filling the tank upon completion, must be obtained by the CONTRACTOR through direct local arrangements with the OWNER. The CONTRACTOR shall furnish and install all necessary temporary piping and valves in connection with such water supply. Water shall be furnished from the OWNER at no cost to the CONTRACTOR as long as the amount of water used remains within reason. All connections to the public water system shall contain a back-flow prevention device approved by the OWNER. One tank of water for the disinfection shall be furnished by the OWNER at no charge to the CONTRACTOR. Additional water for disinfection shall be furnished at current municipal water rates charged by the OWNER and shall be paid for by the CONTRACTOR. 18. Electrical Supply: The CONTRACTOR shall pay all fees, obtain necessary permits, and have meters installed for power and lights as may be required for the prosecution of this Work. The CONTRACTOR shall furnish and install all necessary temporary service drops, wiring, connections, etc. necessary for temporary service required by the CONTRACTOR. All costs associated with any temporary electric service required by the CONTRACTOR shall be included in the Base Bid. Existing electric service available at the site is limited to 110 volt with no more than a 20 amp circuit. 19. OWNER Performed Repairs: The CONTRACTOR shall cooperate with the OWNER who may be conducting other operations on or near the tank. The CONTRACTOR shall DTS 10 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois clean and paint all areas added or disturbed by the OWNER on the tank and attached accessories. 20. Furnishing and Installation of Items: Any reference in these specifications to furnishing an item or installing an item shall mean the item shall be both furnished and installed by the CONTRACTOR, unless specifically stated otherwise. Replacement shall mean the removal and legal disposal of the existing items, and furnishing and installation of the new items specified. 21. Contractor Supervision: The CONTRACTOR shall provide a competent superintendent, satisfactory to the OWNER, for the Work at all times during working hours with full authority to act for him/her. The on-site superintendent shall not be replaced without prior written notification and written approval of the ENGINEER. The CONTRACTOR shall also provide an adequate staff for the proper coordination and expedition of his/her Work. Should, in the opinion of the OWNER, any language barrier exist between the on-site superintendent and the OWNER or FIELD OBSERVER, the CONTRACTOR shall employ a qualified full-time interpreter or provide a new on- site superintendent at no additional cost to the OWNER. The on-site superintendent shall be bi-lingual if any workers are not proficient in English. 22. Observation: The OWNER plans to engage Tank Industry Consultants or another designated representative of the OWNER, to perform full-time observation of the repair Work, cleaning, and painting. However, the OWNER reserves the right to engage only intermittent observation services. The CONTRACTOR shall notify and make available to the FIELD OBSERVER for observation of the fit -up of any new and/or replacement parts prior to welding and following post -weld cleanup. The CONTRACTOR shall notify and make available to the FIELD OBSERVER for observation all surfaces to be coated. The dry film thickness (DFT) of each coat shall be measured in accordance with SSPC Paint Application Specification No. 2 (SSPC-PA 2). However, if it is determined to be in the best interest of the OWNER, the FIELD OBSERVER may make DFT measurements in excess of the amounts stated in SSPC-PA 2. 23. Destructive Testing of Coatings: If disputes arise concerning the quality of the applied coatings, adhesion tests, Tooke Gage analysis, or some other form of destructive testing may be used to resolve the dispute. 24. Accessibility for Observation: All Work shall be made accessible to the FIELD OBSERVER using the CONTRACTOR'S rigging and equipment. If assistance is required for the FIELD OBSERVER to safely access the Work, the CONTRACTOR shall furnish DTS 11 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois labor to assist the FIELD OBSERVER. The cost of this labor shall be included in the base contract amount. 25. First Anniversary Inspection: A First Anniversary Inspection shall be performed. The CONTRACTOR'S Performance Bond or a separate Maintenance Bond shall be in force until after any remedial work is performed. The First Anniversary Inspection as described in Section 5.2 of AWWA D102-11 shall apply. The CONTRACTOR shall perform the following duties at the First Anniversary Inspection: a. The CONTRACTOR shall perform the inspection, and shall furnish an experienced foreman, laborer, and rigging for the inspection. b. Washout: The CONTRACTOR shall washout the interior of the container for the one year evaluation the day prior to the evaluation. All debris from the interior of the container shall be legally disposed of by the CONTRACTOR at no additional cost to the OWNER. C. The CONTRACTOR shall be prepared to perform minor touch-up operations. d. The CONTRACTOR shall have at least one gallon of each of the exterior primer, intermediate coating, and finish coating at the time of the inspection along with power cleaning tools and "Scotch-Brite" abrasive disks for spot cleaning. e. The CONTRACTOR shall also have at least one new, unopened, quart kit of AquataPoxy A-6 Paint (manufactured by Raven Lining Systems, Tulsa, Oklahoma, telephone 800/324-2810) to touch up the interior surfaces. The FIELD OBSERVER shall determine if the coating failures are extensive enough to require the use of the specified epoxy coatings to touch up the interior surfaces. f. Repairs: Spot repairs shall be made by the CONTRACTOR before returning the tank to service. Repairs requiring extensive Work and rigging may be delayed until a time mutually agreeable to the OWNER and CONTRACTOR. g. Disinfection: It is the CONTRACTOR'S responsibility to disinfect the tank in accordance with AWWA C652-11 until two consecutive satisfactory water samples are reported from the OWNER'S selected laboratory. h. Costs: All costs associated with the First Anniversary Inspection, including the washout and disinfection, shall be included in the Base Bid price. The performance of this inspection and/or any remedial work shall not relieve the CONTRACTOR of any responsibility for defects in materials or workmanship that may or may not be evident during the anniversary inspection. DTS 12 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois Date of Inspection: Failure of OWNER to establish a First Anniversary Inspection date will not relieve the CONTRACTOR of the responsibility to repair the interior and exterior coating system. 26. Welding Repairs: All welding to the interior or exterior of the tank is to be made prior to all painting operations. Any resulting burrs, weld spatter, sharp edges, corners, or rough welds which would cause difficulty in applying a holiday -free coating shall be ground smooth. This grinding is considered incidental to the welding work and is to be included in the Base Bid. After grinding, these areas shall be cleaned to produce the profile recommended by the manufacturer of the coating system. (See Welding and Cutting Precautions paragraph in the GENERAL HEALTH, SAFETY, AND ENVIRONMENTAL REQUIREMENTS Section of these specifications for more requirements on welding.) 27. Cleaning Areas of Welding and/or Grinding: It shall be necessary to remove the coating prior to the welding of the new items to the tank. All areas that have been welded and/or ground smooth shall be cleaned prior to painting to provide proper profile for the coating system. Areas to be welded shall be welded prior to the final cleaning and painting of surfaces within the heat -affected zone. The heat -affected zone includes the opposite side of the plate or member being welded. Even if not specifically mentioned as a part of the Work under this Agreement, those areas of paint or coatings in the heat -affected zone of areas not specified to be painted shall be cleaned and painted in accordance with the requirements listed in these Detailed Technical Specifications. 28. Quality of Paint Application: All cleaning and painting shall be done in a workmanlike manner. Curing times and ventilation requirements of the paint manufacturer shall be strictly adhered to by the CONTRACTOR. In addition to the minimum and maximum dry film requirements, all sags, runs, dry spray, pinholes, craters, roller nap, or other irregularities shall be removed and repaired. CONTRACTOR shall perform all necessary inspections and quality control required by the coating manufacturer and obtain certification from the coating manufacturer for honoring coating manufacturer warranties. 29. Protection of Cabinets: Before cleaning on any portion of the tank, all cabinets on the site shall be covered to prevent the entry of blasting abrasive, dust or paint and so they can continue to function as required. Any cabinets which cannot be covered will be designated by the OWNER. Any blasting, cleaning, or paint debris inside these cabinets shall be removed by the CONTRACTOR prior to completion of the Work. DTS 13 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 30. Protecting Equipment: All security cameras, telemetering, electric meter, other electrical, antenna and other equipment on the tank on the site, including all wiring and cables, shall be protected from all damage and dust or other deleterious material infiltration during the operations of the CONTRACTOR. Any items damaged by the operations of the CONTRACTOR shall be replaced in kind or acceptably repaired by the CONTRACTOR at no cost to the OWNER. 31. Fire Watch: All equipment and wiring shall be protected from sparks, fire, weld spatter or other potential heat and/or ignition sources. CONTRACTOR shall have a trained employee equipped with proper fire suppression equipment stationed on the ground at all times that personnel are cutting, welding, or grinding on the tank or structure. 32. Painting Environment: All temperature and humidity requirements of the paint manufacturer's published product data shall be followed. In addition, no painting shall be done when: 1) the relative humidity is greater than 85%; or 2) the temperature of the steel is or is expected to be less than 5°F above the dew point temperature during the application and until the coating has cured to resist moisture in accordance with the manufacturer's published product data; or 3) the ambient or steel temperature is below 357 or is expected to drop below 357 during the initial cure of the coating. The CONTRACTOR shall have wet bulb -dry bulb measuring equipment and steel temperature measuring equipment on the job at all times. Readings shall be recorded at the beginning and end of each painting session and at no less than 2 -hour intervals. Wind velocities during exterior painting shall be compatible for the quality application of the exterior coatings. 33. Minimum Temperature of Coatings to be Mixed: Prior to mixing, each component shall be a minimum of 75° F. The mixed coatings shall also be maintained at a minimum of 65° F during application. All costs associated with keeping the coating material at the minimum specified temperature shall be included in the Base Bid. 34. Mixing of Coatings: Each component shall be thoroughly mixed on-site with a power agitator to ensure no solids or settled material remains on the bottom of the container before combining the components together. Accurate measuring apparatus shall be used to carefully measure each component by volume into a clean container in accordance with the manufacturer's published product data. The container shall be large enough to hold all components to be mixed, including thinner. The combined material shall be thoroughly mixed with a power agitator to achieve a uniform consistency. Adherence to proper induction times for the combined coating material in accordance with the manufacturer's published product data DTS 14 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois shall be accomplished by the CONTRACTOR. No coating shall be applied until the minimum induction time has been reached. 35. Application and Damages: The materials shall be applied in accordance with the manufacturer's published product data and such that the end results are in compliance with these specifications (including all others inferred by reference). Application equipment (including air and airless sprayers, rollers and brushes) shall be good quality, in good condition and shall be as recommended by the coating manufacturer. Techniques shall be used which will not allow coating droplets, etc. to travel more than 30 ft from the base of the tank. Painting of the exterior surfaces shall be performed only when the wind velocity and direction, and temperature and humidity are such that paint damage will not occur to real estate or personal property. Prior to the cleaning or coating of any surface, the CONTRACTOR shall present a written plan for review by the ENGINEER and PROJECT REPRESENTATIVE concerning how abrasive and/or paint damage to automobiles and property will be handled, including a process for quick removal of the abrasive or paint, and who will do the Work. This review in no way shall relieve the CONTRACTOR from the responsibility of settling claims for damage, but is intended as an avenue to expedite and minimize said claims. 36. Approval of Coatings: All coatings shall be acceptable to the US EPA, Illinois Environmental Protection Agency (IL EPA) and/or the controlling local health and environmental regulatory agencies. All interior coating materials, solvents, and other additives shall comply with the ANSI/NSF Standard 61 "Drinking Water System Components - Health Effects." If the manufacturer's product data sheets indicate that the interior coating materials comply with ANSI/NSF Standard 61, then a separate letter from the manufacturer is not required. All coatings to be used shall be listed as to manufacturer and number or description on the Listing of Suppliers, which shall be included with the Bid. The interior and exterior coatings shall be furnished by the same manufacturer unless specifically stated otherwise in these Detailed Technical Specifications. Only thinners recommended and furnished by the paint manufacturer shall be used. The specified coatings are intended to be standards of quality. Alternate coatings, materials, and manufacturers will only be considered after award of the Contract in accordance with the Instructions to Bidders. If alternate coatings are submitted for review, the submittal shall include the following information: a. A complete description of the proposed substitute, b. The material for which it is to be substituted, DTS 15 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois C. A letter from the coating manufacturer certifying that the coating meets or exceeds the coatings specified, d. Price, e. Performance and test data from the laboratory and field (including QUV/UVB testing for the exterior finish coat), f. Coverage, g. Life, h. Manufacturer's field support capabilities. 37. Coating Materials and Thinners: All coatings and thinners shall be new and furnished for this job. They shall be delivered from the coating manufacturer to the job site in the original factory sealed containers which are clearly and properly labeled by the coating manufacturer showing the manufacturer's name, product number, type of coating, batch number, and expiration date. The materials shall be stored, handled, and used in accordance with all manufacturer's published product data, including all requirements listed on the Material Safety Data Sheets (MSDS). Provide adequate storage facilities. Store coating materials within minimum and maximum ambient temperatures in accordance with the manufacturer's recommendations. Temperature of the coating prior to and during mixing shall be within the range stated in the manufacturers published product data. The amounts delivered shall provide the proper coverage rates, taking into account normal application loss. 38. Coating Thickness: The thickness of each coating type is essential to the system's integrity. The addition of mils in a succeeding coat of a different generic type or formulation to make up for thin preceding coat(s) shall not be allowed. If a thicker finish coat is needed to hide the underlying darker color on the exterior of the tank, a thicker coat may be applied, but it shall not exceed the maximum allowable thickness recommended by the coating manufacturer. When undercoats or other conditions show through the final coat, additional coats shall be applied until the coating film is of uniform finish, color, and appearance. Under no circumstances shall the dry film thickness of an individual coat or of the total coating system exceed the coating manufacturer's maximum allowable thickness limit. Dry mil thickness greater than the coating manufacturer's maximum allowable thickness shall be considered unacceptable and shall be removed by the CONTRACTOR at no additional cost to the OWNER. 39. Lead and Other Heavy Metal Restrictions in Coatings: Coatings which contain more than 0.06% by weight of lead (or any lead compounds), cadmium, or chromium in the cured coating for each coat applied shall not be used. The CONTRACTOR shall submit DTS 16 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois documentation from the coating manufacturer stating that their coatings are in compliance with this requirement in addition to other requirements of these specifications. 40. Surface Conditions: The surfaces to be painted shall be free from mud, oil, grease, dust, moisture, salts, and other foreign material which would cause adhesion or other problems in the finished product. The manufacturer's published product data concerning the time between coats and the preparation of the previously painted surfaces shall be followed. If field tests by the FIELD OBSERVER find questionable amounts of contamination on the steel surfaces or painted surfaces to be topcoated, a representative of the home office of the paint manufacturer may be called to examine the surfaces in question and determine if the surfaces are in accordance with these Detailed Technical Specifications and the manufacturer's published product data. 41. Schedule of Coating Application: The primer shall not be applied closer than 6 in. to the edge of an uncleaned surface. If the recoat cycle of the primer prevents completely cleaning and priming the tank before applying the intermediate coat, then the CONTRACTOR shall submit, in writing, a schedule for coating application which will avoid damage to the intermediate and finish coats when applied close to uncleaned surfaces. 42. Restoration: The CONTRACTOR shall restore and/or replace paving, curbing, sidewalks, gutters, shrubbery, fences, sod, or other disturbed surfaces and structures to a condition equal to that before the Work began and to the satisfaction of the ENGINEER and shall furnish all labor and materials incidental thereto. 43. Closeout Procedures: Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for ENGINEER'S observation. Provide submittals to ENGINEER that are required by governing or other authorities. The CONTRACTOR shall submit all documentation to OWNER and ENGINEER necessary for proper completion of the Project. This documentation shall include, but not be limited to, all manifests, abrasive testing results, soil testing results, etc. Submit Application for Final Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. DTS 17 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois G. General Health, Safety, and Environmental Requirements 1. Compliance with Requirements: The CONTRACTOR shall comply with all applicable requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596) and will hold the OWNER and ENGINEER harmless from any civil or criminal penalties imposed as a result of the CONTRACTOR'S noncompliance with such requirements. No additional compensations for changes in the laws, regulations, or the interpretation thereof shall be granted by the OWNER. The CONTRACTOR shall be responsible for complying with all laws and regulations, even if not specifically listed in these Specifications. 2. Emergency Information: The CONTRACTOR shall construct a plywood sign covered with a weatherproof, clear plastic cover and supported by wood posts. The CONTRACTOR shall post information on the plywood sign concerning emergency medical, fire, rescue and hazardous waste phone numbers from which personnel on the site can obtain information if needed. The CONTRACTOR shall also list the name and number of a representative of the CONTRACTOR who can be reached 24 hours a day in case of an emergency. The emergency information shall be in a central position, located so it is visible and accessible 24 hours a day. The emergency information shall be posted the entire length of time that the CONTRACTOR is performing Work at the tank site. 3. Confined Space Entry: The CONTRACTOR shall comply with and have documented Confined Entry Space Procedures available at the tank site at all times as required by OSHA 29 CFR 1910.146. The CONTRACTOR shall also comply with any state and/or local requirements which are more restrictive than the federal requirements. 4. Material Safety Data Sheets: Material Safety Data Sheets (MSDS) shall be posted at the job site for each chemical product on the job site, including but not limited to coatings, thinners, other solvents, disinfecting agents, abrasives, welding materials, and flexible sealant material. 5. Safety and Health: The CONTRACTOR shall comply with safe working practices for abrasive blasting, cleaning, burning, welding, and handling lead-based and nonlead- based coated steel, and all health and safety regulations and requirements of Federal OSHA, state and local health regulatory agencies, Material Safety Data Sheets (MSDS), SSPC-PA Guide 10, and the paint and abrasive manufacturers. This compliance shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. Should vents, holes, rigging attachments, or any other modification, cutting, or welding be required to meet DTS 18 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois safety standards or otherwise accomplish the Work, they may be accomplished at the expense of the CONTRACTOR upon submitting of details in writing to, and with subsequent permission by the ENGINEER. 6. Rigging Attachments: All rigging attachments present on the tank shall be carefully evaluated by the CONTRACTOR immediately prior to use for the type and magnitude of loads which CONTRACTOR intends to impose on them. Any rigging attachments installed on the tank by the CONTRACTOR shall be removed at the completion of Work and areas damaged by the removal of these attachments shall be cleaned and painted in accordance with these specifications. The CONTRACTOR assumes all responsibility for use of any existing or added attachments. 7. Welding and Cutting Precautions: No welding or flame cutting through the existing coating system shall be permitted, unless adequate worker protection is provided in accordance with the instructions in ANSI Z49.1, "Safety in Welding and Cutting." 8. Compliance with Environmental Regulations: Compliance with local, state and federal regulations concerning emissions, transportation or disposal of solid, particulate, liquid, or gaseous matter as a result of the cleaning, painting, or other operations under this Agreement shall be the responsibility of the CONTRACTOR. This compliance shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. No additional compensations for changes in the laws, regulations, or the interpretation thereof shall be granted by the OWNER. No burning of trash (including abrasive bags or other paper or wood products) on the site shall be permitted. All shielding, abrasive retrieval, or other methods of using precautions required by the regulating agencies shall also be accomplished at no additional cost to the OWNER unless otherwise provided herein. Any fines or damages imposed on the OWNER, ENGINEER, or FIELD OBSERVER by any regulatory agency or court as a result of the CONTRACTOR'S noncompliance with environmental or nuisance regulations or any other applicable standard shall be paid or reimbursed by the CONTRACTOR. 9. Attractive Nuisances and Cleanup: The job site shall be kept in a clean and safe condition at all times. Hazards or attractive nuisances shall be protected at all times. Upon completion of the Work, the job site and all nearby sites impacted by the Work activities shall be left clean of all debris, cleaning residue, or any other items resulting from the operations of the CONTRACTOR. The cost of any cleanup that must be done by the OWNER shall be deducted from funds due the CONTRACTOR. Impervious drip pans or double layers of plastic sheeting (each at least 6 mil thick) shall be placed under any compressors, generators, paint pumps, mixers, welding machines, etc. to DTS 19 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois prevent oils, solvents, organic compounds, or other contaminants from leaching into the soil. Fuel storage tanks, thinners, and other potentially hazardous materials shall be placed inside secondary containment structures to prevent contaminants from leaching into the soil. Any oils, solvents, organic compounds, or contaminants spilled on the site during the process of the Work shall be immediately removed and cleaned up by the CONTRACTOR. Any earth contaminated by a spill shall also be removed and replaced with new certified clean material to the satisfaction of the OWNER and the ENGINEER. If the OWNER has to remove the oils, solvents, organic compounds, contaminants, or earth, the OWNER may deduct the costs of removal and clean-up from the total contract amount owed the CONTRACTOR. The combined storm/sanitary sewer system shall be protected by the CONTRACTOR from the infiltration of any oils, solvents, organic compound, or contaminants spilled on the site. 10. Authority of CONTRACTOR'S COMPETENT PERSON(S): The CONTRACTOR'S COMPETENT PERSON(S) shall have the complete support of top management and written authority to ensure these operations are carried out in accordance with compliance plans and governmental regulations, independent of production pressures. The CONTRACTOR'S COMPETENT PERSON(S) may have additional responsibilities and carry out other work assignments, but shall not routinely be a member of the crew that actually performs paint removal work. 11. Responsibility of CONTRACTOR'S COMPETENT PERSON(S): The CONTRACTOR'S COMPETENT PERSON(S) shall be responsible for overseeing job site safety and hazardous paint removal operations without supervision of the OWNER, ENGINEER, and/or FIELD OBSERVER. Responsibilities shall include: a. Ensuring that a hazard communication program has been conducted for the CONTRACTOR'S personnel on site. b. Ensuring that the Confined Entry Space Procedures are followed. C. Ensuring that employees are wearing personal protective equipment and are trained in the use of such equipment in accordance with all OSHA and EPA regulations. d. Ensuring that employees are utilizing fall protection and are trained in accordance with all OSHA regulations. e. Daily inspection and approval of the rigging equipment and scaffolding utilized. f. Ensuring that the engineering controls in use are in operating condition and functioning properly. DTS 20 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois g. Ensuring that fugitive emissions to air, water, or soil are minimized and that handling of all waste streams is in compliance with applicable regulations and contract specifications. h. Controlling access to the work site and ensuring that contaminated control boundaries are marked off. Maintaining project documentation. 12. Safety Analysis Forms and Meetings: The CONTRACTOR is required to thoroughly review all phases of the project and complete the "Job Safety Analysis" and the "Contractor Safety Checklist" prior to mobilizing on the site. Each subcontractor shall submit these forms for their work at the site as well. The CONTRACTOR shall update the forms as the project progresses or if there is a change of personnel at the site. Once the site work begins, the CONTRACTOR'S COMPETENT PERSON shall complete the "Daily Jobsite Safety Survey Report" and a "Contractor Daily Sign -in Form" to be presented to the FIELD OBSERVER at the end of each day. The CONTRACTOR shall hold daily safety meetings to discuss specific activities and events for the day and the safety ramifications. This shall be recorded each day, with a list of the attendees. 13. Sanitary Facilities: The CONTRACTOR shall, at the beginning of the Work, provide on the premises suitable temporary sanitary toilet, wash-up, and changing facilities for the use of workers and shall maintain same in a sanitary condition and remove same when directed by the OWNER. The cost of these sanitary facilities shall be included in the Base Bid. The CONTRACTOR is advised that the OWNER is in the business of providing potable water and the CONTRACTOR'S sanitary arrangements shall not endanger the OWNER'S facilities. 14. Electrical Hazards: The CONTRACTOR shall at a minimum take the following safety measure to prevent accidents due to electrical hazards: a. Electric Service Deactivation: The OWNER shall deactivate and lock out the electric service to the tank. Electric service for the obstruction light shall be reactivated by the CONTRACTOR each evening before sunset and deactivated by the CONTRACTOR in the morning before starting Work. Proper lock -out, tag -out procedures shall be performed by the CONTRACTOR each time the obstruction light is reactivated or deactivated. The CONTRACTOR shall verify the deactivated status of the electric service to the tank prior to beginning each day's Work functions and throughout the work day. The verification of the electric service deactivation is the sole responsibility of the CONTRACTOR and DTS 21 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. b. Electric Service Wiring: The CONTRACTOR shall be aware of the electric service wiring attached to and located adjacent to the tank. The CONTRACTOR shall relocate, deactivate, or provide necessary electric shock hazard protective devices to prevent exposure of workers and/or equipment to electric shock hazards. The CONTRACTOR shall verify that there is sufficient electric shock hazard protection for the workers and equipment prior to and throughout each working period on the job. The verification of the electric shock hazard protection is the sole responsibility of the CONTRACTOR and shall be accomplished without supervision from the OWNER, ENGINEER, FIELD OBSERVER, or other direct or indirect agents of the OWNER. 15. Abrasive: The approved abrasive for cleaning shall meet the following requirements: a. The abrasive for the interior and exterior surfaces shall be a commercially available, non-metallic, expendable abrasive or a re -usable abrasive (such as steel grit). b. All expendable abrasives shall meet the minimum requirements of SSPC-AB 1 and all abrasives shall meet the requirements of Class A (of SSPC-AB 1) for silica content (crystalline silica less than 1% by weight before blasting). The crystalline silica content shall be determined by the use of infrared spectroscopy or by other analytical procedures, such as wet chemical or X-ray diffraction analyses. The abrasive shall also be of a grit size to produce a 1.5 mil to 2.5 mil profile. If the profile exceeds this range, then the prime coat dry mil thickness shall be increased by the difference between the actual profile and the specified profile to prevent the peaks in the profile from rusting. However, the maximum coating thickness applied shall be in accordance with the coating manufacturer's recommendations. The abrasive shall be properly stored, and it shall be free from contaminants, including but not limited to excessive fine particles, paint, earth, regulated heavy metals, moisture, oil, or chlorides, which can cause premature failure of the coating. Use of abrasive on the exterior of the tank shall be based not only on its compliance with the technical application of the coatings, but also on its lack of nuisance to surrounding property. The CONTRACTOR shall submit manufacturer's published product data sheets for the type of abrasive, grade, and the resulting profile of the abrasive to be used for review prior to the start of any cleaning operations. The CONTRACTOR shall also submit a letter from the coating DTS 22 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois manufacturer certifying that the resulting profile of the abrasive is acceptable for their coating product. C. All expendable abrasive shall be new and furnished for this job. All abrasive shall be properly stored on skids or in a covered container. The abrasive shall be covered to protect the abrasive from water and weather. Do not allow abrasive to rest directly in contact with the ground. d. The steel grit shall meet the requirements of SSPC-AB 3, Newly Manufactured or Re -Manufactured Steel Abrasives, and be approved for use by the manufacturer of the blasting, media recovery, and separation equipment. The initial quantity of grit shall consist of an artificial working mix determined by the CONTRACTOR to produce an acceptable profile in accordance with these specifications. Any used steel grit used on this Project shall be sampled before use by the FIELD OBSERVER and the CONTRACTOR and the CONTRACTOR shall have the samples sent to a laboratory for atomic absorption testing for total lead. The steel grit shall not be used until the results of the atomic absorption testing are submitted to the OWNER and indicate that the total lead levels are less than 600 ppm (<0.06%). Blast Media Recovery and Separation System: (1) Equipment Requirements: The equipment provided for the spent abrasive recovery and media separation shall be a portable commercial recycling abrasive blast machine. The re -used abrasive shall comply with the requirements of SSPC-AB 2, Specification for Cleanliness of Recycled Ferrous Metallic Abrasives. The system shall be capable of recovering the abrasive, and returning the spent cleaning debris to a dust separator which shall be an integrated part of the machine. The waste material shall be placed in hazardous container drums in accordance with the Removal and Disposal of Cleaning Residue paragraph of this specification. (2) Equipment Characteristics: As a minimum, the vacuum system used to recover the spent blasting material shall contain the following: i. A double -chambered ASME pressure vessel, which can effectively recycle blast media on a continuous basis, with no interruption, except for air filter back-flushing, media loading to the machine, and removal of collected dust and spent cleaning debris. ii. A dust filter back-flushing system. iii. An air drying system consisting of an air-cooled aftercooler, sling separator, and desiccant drier. DTS 23 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 16. Containing Cleaning Debris and Overspray: The CONTRACTOR shall ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind escape to the atmosphere and travel farther than 30 ft from the base of the tank, or any lesser distance required to avoid contamination of adjacent buildings, work sites and parking lots. For the spot cleaning the CONTRACTOR may utilize power -tool cleaning techniques or localized containment in order to meet the same containment criteria (primarily lack of emissions) as that of other types of containment. All overspray and paint droplets shall be contained on the tank site within the distance listed above. The OWNER reserves the right to stop work or to require additional or different containment methods if the CONTRACTOR'S operations create a nuisance beyond the tank site property line in the sole opinion of the OWNER, the ENGINEER, the OWNER'S designated representative, any regulatory agency, or neighbor. All costs of containing debris and coating droplets shall be included by the CONTRACTOR in the Base Bid. 17. Removal and Disposal of Cleaning Residue: The interior and exterior cleaning debris shall be kept separate. The cleaning debris shall be cleaned up daily and stored in leak -proof covered dumpsters/containers lined with polyethylene. Each cover shall be designed and installed to keep all rainwater from entering the dumpster/container or the contents. All operations associated with this project shall be in conformance with the Occupational Safety and Health Act (OSHA) of 1970 and all regulations and standards promulgated under this Act, as well as all applicable state and local standards and regulations governing worker safety and health. a. The material shall be legally disposed of by the CONTRACTOR in accordance with local, state, and federal laws. The CONTRACTOR shall be responsible for removing and properly transporting all the material from the project site. The material shall be transported in containers approved by the United States Environmental Protection Agency (USEPA) and local, state, and federal regulations. Contractors should prepare their Base Bid to include the cost of the transporting of the combined paint and spent cleaning material to a landfill and any disposal costs at that facility. All testing required by regulations or by the selected waste hauler or landfill, including any follow-up testing and the collection of the samples, shall be done at the CONTRACTOR'S expense. Copies of all manifests, testing results and treatment procedure documents shall be sent to the ENGINEER and OWNER. b. All dumpsters/containers and labeling of the dumpsters/containers shall adhere to the US Department of Transportation's regulations (49 CFR Part 172) and the HMTA. DTS 24 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois H. Specifications for Repairs and Additions to the Tank 1. Material Specification Submittals: Five copies of Certificates of Compliance of steel roof framing components, such as purlins, and structural materials submitted for review. 2. Temporary Construction Openings (Door Sheet): If the CONTRACTOR desires to cut a temporary opening through the permanent structure (including the roof) for equipment and personnel access, the CONTRACTOR shall submit the following information for review by the OWNER and ENGINEER prior to cutting or welding on the shell. If the submittal is favorably reviewed by the OWNER and ENGINEER, the CONTRACTOR shall remove and replace the shell plate in accordance with American Petroleum Institute (API) Standard 653, API Standard 650, and AWWA D100-96. All required temporary stiffening shall be installed by the CONTRACTOR prior to cutting the temporary shell opening. The CONTRACTOR shall remove the temporary stiffening after the door sheet is welded back in place and repair any surface imperfections prior to coating those areas of the tank surfaces. The CONTRACTOR shall secure the door sheet daily with solid barrier, i.e. plywood sheeting. The use of fencing is allowable, but will be required to coordinate placement with the Village and the Park District prior to installing. The CONTRACTOR shall submit for review the following minimum information prior to performing any cutting or welding on the shell or pressure boundary: a. A detailed drawing showing the size and configuration of the proposed opening, including details at the intersections with the existing weld seams, corners of the opening, and cut back of corner welds or girth seams. b. Details of the location of the proposed opening relative to existing shell openings or penetrations, weld seams, or other attachments to the shell, such as anchor bolts chairs (if any). C. A detail drawing of the proposed temporary stiffening along each side and across the top of the opening, including the weld details. d. The proposed method (i.e. plasma arc, saw, flame cut, carbon arc -gouge, etc.) and sequence for cutting the opening in the shell and making cut backs. The corner weld between the shell and the bottom shall be gouged on each side at least 12 in. beyond the opening. e. Details of the weld joint preparation for the shell and door sheet, including process for grinding and beveling (how the bevel will be made). DTS 25 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois f. Description of weld procedures of all joints and attachment welds, including any preheating or post weld heat treating requirements, rod size, etc. g. Description of weld sequence for reinstalling the door sheet. h. Details of the proposed non-destructive examination (NDE) plan with the number and location of x-rays, magnetic particle testing, visual testing, dye penetrant testing, etc. i. Welder credentials and certifications. j. Weld qualification procedures. 3. Man -Hours: For unit price work paid per single man-hour, only time worked performing the specified action, i.e. welding or grinding, and only the time of the person performing the specified action shall be recorded as man-hours to be paid under the unit price item. Costs for all equipment, supplies, normal rigging and associated time required, supervision, Competent Person, overhead, insurance, and profit shall be included in the Base Bid or distributed within the unit price Bid Item to be based upon man-hours used in actual performance of the specified action. 4. Legal Disposal/Recycling of Removed Steel or Appurtenances: Any existing steel, members, or appurtenances of the tank and/or tower specified to be removed or replaced shall be removed and legally disposed of or recycled by the CONTRACTOR. Any steel, members, or appurtenances that are coated with a lead-based coating shall not be disposed of, but shall be recycled. Documentation demonstrating that the material was properly recycled shall be provided to the Owner. 5. Roof Repairs: The 45 (Contractor to verify number) deteriorated purlins shall be removed from the roof and replaced with new members of equivalent size and material. At the time of the interior cleaning and painting, the tops of the roof rafters shall be carefully cleaned and coated. 6. Foundation Repair: Any chipped concrete corners (greater than 1 in. loss), cracks (greater than 1/16 in. wide), and other failed areas of concrete indicated by the FIELD OBSERVER shall be chipped to sound concrete so that the edge of the chipped -out area is at least 60° with the surface of the concrete. Then these areas shall be prepared by cleaning to remove all paint, coating materials, dust, laitance, grease, or other bond -inhibiting materials. The CONTRACTOR shall apply a patch of Emaco R350 from Master Builders, Euco Verticote from Euclid Chemical Company, SikaRepair 223 from Sika Corporation, or equal allowed in writing by the ENGINEER. The materials shall be prepared and applied in accordance with the manufacturer's instructions. The patched areas shall conform to the original contour of the concrete foundation DTS 26 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois + 1/8 in. After the patching material has hardened sufficiently for the removal of any forms, etc., a water-based curing compound shall be applied to the surfaces of the repaired area. The curing compound shall be a water-based material such as Kure -N - Seal W, Aqua -Cure from Euclid Chemical Company, or equal allowed in writing by the ENGINEER. 7. Exterior Ladder: The bolted connection between the shell ladder and roof knuckle ladder shall be removed and the ladder side rails welded together. 8. Roof Safety Railing: The existing safety railings shall be equipped with toe bars of 4 in. minimum by 1/4 in. steel plate. The toe bars shall be such that the top of each toe bar is at least 4 in. above the roof and so that the gap between the bottom of the toe bar and the roof does not exceed 1/4 in. The toe bars shall be bolted to the existing uprights. The deteriorated closing mechanism on the existing closure chain shall be replaced. 9. Overflow Inlet: The overflow inlet shall be lowered so that the high water line is below the bottom of the rafter end. 10. Cathodic Protection System: The CONTRACTOR shall coordinate with Corrpro (Corrpro, 1055 W. Smith Road, Medina, OH 44256, P.O. Box 721, Medina, OH 44258, telephone 330/725-6681, FAX 330/723-6065) for removal of the existing cathodic protection system anodes and interior wiring from the tank prior to any cleaning, repairing or painting operations. The CONTRACTOR shall have Corrpro furnish and install a new ice -resistant, submerged cathodic protection system, including new anodes, reference electrodes, and a digital automatically controlled rectifier, in compliance with the American Water Works Association (AWWA) D104-11 "Standard for Automatically Controlled, Impressed -Current Cathodic Protection for the Interior of Steel Water Tanks" and the National Association of Corrosion Engineers (NACE) Standard RP0388-01 Recommended Practice "Impressed Current Cathodic Protection of Internal Submerged Surfaces of Steel Water Storage Tanks." The existing brackets may be utilized. The new cathodic protection system shall be installed after the finish coat has cured. However, the cathodic protection system shall not be energized until after the First Anniversary Inspection of the painting has been conducted. The CONTRACTOR shall assume liability for any and all damages to the system while transporting or installing the anodes and wiring. After the First Anniversary Inspection, the CONTRACTOR shall have Corrpro calibrate the cathodic protection system for proper operation. The CONTRACTOR shall forward the certified results of the calibration to the OWNER and ENGINEER. Corrpro shall provide the OWNER with a written two year warranty, which shall begin upon receipt of the acceptable DTS 27 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois certified calibration results, that the system is controlling corrosion. Copies of the warranty shall be submitted to the ENGINEER at the time the system is energized. A physical inspection of the controller/rectifier, anode system, and protected surfaces shall be conducted at the end of the first year of the two year warranty period. Any defective components shall be replaced by Corrpro at no cost to the OWNER. If revision in design is necessary to perform the intended function, said revisions shall be incorporated into the system at no additional cost to the OWNER. The removal of the existing system and furnishing and installation of a new cathodic protection system shall be paid for by the lump sum in Bid Item 1. 11. Locking Manhole, Vault Cover and Ladder Vandal Deterrent: The roof manholes entering the container shall be locked at the completion of the Work, using padlocks furnished by the OWNER. I. Specifications for Spot Cleaning and Spot Painting the Tank Interior 1. Surfaces to be Cleaned and Painted: All interior surfaces which are damaged by any interior and/or exterior repairs shall be cleaned and painted in accordance with this section. Surfaces to be Shop Cleaned and Shop Primed: Any new items for the interior area of the tank shall be shop cleaned and shop primed in accordance with the paragraphs in this Section. Shop Preparation: Clean all steel surfaces of the new interior accessories, including but not limited to new purlins, in the shop to SSPC-SP 10, Near -White Blast Cleaning (modified). 4. Black Light in Shop: If the potential exists for grease or oil on the steel surfaces in the shop, the CONTRACTOR shall evaluate the steel in the shop by black light to verify any presence of grease or oil on the surface. If present, the grease and/or oil shall be properly removed from the steel surface. Rough Areas: These paragraphs apply to rough areas created during the fabrication processes. This shall be included in the Base Bid. a. Burrs, weld spatter, sharp edges, corners or rough welds which would cause difficulty in achieving a defect -free coating shall be chipped or ground smooth. b. It is not the intent to have the welds or scars chipped and/or ground flush. The objective of the chipping and/or grinding is to eliminate sharp edges, corners, DTS 28 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois and overlaps in order to provide a surface for the application of a uniform thickness coating without voids. C. These chipped and/or ground areas shall be cleaned to provide the proper surface profile for the paint. 6. Shop Priming: Within eight (8) hours of the shop cleaning and before the formation of rust, the interior steel surfaces cleaned in the shop (SSPC-SP10) shall be primed with the specified shop primer, with the exception of a 2 in. wide margin at the edges to be field welded. After the application of the prime coat, any seams, plate edges, joints, rough areas, bolt heads and nuts, remains of erection lugs and scars, corners, member intersections, and other deviations from smooth surfaces shall be primed by brush using 10% thinned material. 7. Field Surface Preparation and Debris Removal: All areas of interior coating damaged during the repairs, shall be spot cleaned to SSPC-SP 11, Power Tool Cleaning to Bare Metal. Coating surfaces surrounding the spot cleaned areas shall be sanded or scarified to provide a proper surface profile in the existing coating for the adherence of the spot coat. The paint and cleaning debris shall be promptly stored in leak -proof covered dumpsters on the site and disposed of in accordance with the Removal and Disposal of Cleaning Residue paragraph of these Specifications. 8. Spot Field Coating: Not later than during the same day and before the formation of rust, the spot cleaned interior surfaces (SSPC-SP 11) and shop primed surfaces shall be spot coated with the specified coating. The surfaces shall then be cleaned of all dust, overspray, abrasive, and other contaminants which might cause premature coating failure and given one finish coat of the specified 100% solids epoxy coating. If the finish coat is not applied before the recoat window elapses, then the primed surfaces shall be scarified by abrasive blasting or other method recommended by the manufacturer in order for the finish coat to properly bond to the prime coat. All seams, rough areas, deviations from smooth surfaces, pits, remains of erection lugs and scars, and corners shall be coated with the 100% solids epoxy coating using multiple passes and squeeging of the product to ensure that all surfaces receive the specified film thickness and that the material is worked sufficiently into all cracks, crevices, seams, all edges, rough areas, deviations from smooth surfaces, pits, and corners. Equipment shall have a letter from the coating manufacturer's technical services stating the equipment is appropriate for the use intended in applying the material. All heating of equipment, mixture ratios, storage requirements, and other requirements as set forth in the product data sheets shall be followed. DTS 29 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 9. Interior Coatings: Acceptable coating manufacturers and specifications for the new interior items and interior surfaces damaged during the work follow; however, the CONTRACTOR is advised that all manufacturers presented below must certify that the coatings furnished are in compliance with these Specifications. a. Induron Coatings, Inc., Birmingham, AL 35201 (shop) Indura Zinc MC67 2.5 - 3.0 mils (field) Perma-Clean 100 (White) 16.0 - 24.0 mils Total System Dry Thickness 18.5 - 27.0 mils b. Sherwin Williams Company, Cleveland, OH 44115 (shop) Corothane 1 GaIva pac 1K Zinc Primer 2.0 - 4.0 mils (field) Dura -Plate UHS (White) 16.0 - 24.0 mils Total System Dry Thickness 18.0 - 28.0 mils C. Tnemec Company, Inc., Kansas City, MO 64141 (shop) Hydro Zinc Series 91- H2O 2.5 - 3.5 mils (field) Series FC22 Epoxoline (White) 16.0 - 24.0 mils Total System Dry Thickness 18.5 - 27.5 mils J. Specifications for Spot Cleaning and Spot Painting the Tank Exterior 1. Surfaces to be Cleaned and Painted: All exterior surfaces of the container which are damaged by any interior and/or exterior repairs shall be cleaned and painted in accordance with the paragraphs in this section. 2. Surfaces to be Shop Cleaned and Shop Primed: Any new items for the exterior of the tank shall be shop cleaned and shop primed in accordance with the paragraphs in this Section. 3. Shop Preparation: Clean all steel surfaces of the new exterior accessories in the shop to SSPC-SP6, Commercial Blast Cleaning (modified). 4. Black Light in Shop: If the potential exists for grease or oil on the steel surfaces in the shop, the CONTRACTOR shall evaluate the steel in the shop by black light to verify any DTS 30 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois presence of grease or oil on the surface. If present, the grease and/or oil shall be properly removed from the steel surface. 5. Rough Areas: These paragraphs apply to rough areas created during the fabrication processes. This shall be included in the Base Bid. a. Burrs, weld spatter, sharp edges, corners or rough welds which would cause difficulty in achieving a defect -free coating shall be chipped or ground smooth. b. It is not the intent to have the welds or scars chipped and/or ground flush. The objective of the chipping and/or grinding is to eliminate sharp edges, corners, and overlaps in order to provide a surface for the application of a uniform thickness coating without voids. C. These chipped and/or ground areas shall be cleaned to provide the proper surface profile for the paint. 6. Shop Priming: Within eight (8) hours of the shop cleaning and before the formation of rust, the exterior steel surfaces cleaned in the shop (SSPC-SP6) shall be primed with the specified shop primer, with the exception of a 2 in. wide margin at the edges to be field welded. After the application of the prime coat, any seams, plate edges, joints, rough areas, bolt heads and nuts, remains of erection lugs and scars, corners, member intersections, and other deviations from smooth surfaces shall be primed by brush using 10% thinned material in a contrasting color to the primer. 7. Field Surface Preparation and Debris Removal: All areas of exterior coating damaged during the repairs, shall be spot cleaned to SSPC-SP 11, Power Tool Cleaning to Bare Metal. Coating surfaces surrounding the spot cleaned areas shall be sanded or scarified to provide a proper surface profile in the existing coating for the adherence of the spot prime coat. The paint and cleaning debris shall be promptly stored in leak- proof covered dumpsters on the site and disposed of in accordance with the Removal and Disposal of Cleaning Residue paragraph of these Specifications. 8. Spot Priming: a. Not later than during the same day and before the formation of rust, the spot cleaned exterior surfaces (SSPC-SP 11) shall be spot primed with the specified primer. b. Stripe Coat: Special attention shall be given to welds, lapped joints, bolt heads and nuts, threads, corners, member intersections, and other deviations from smooth surfaces. These areas shall be spot primed by brush with a 10% thinned coat, after the initial spot priming. DTS 31 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 9. Spot Intermediate Coat: The spot primed areas shall then be given one spot intermediate coat of paint. The color shall differ from the primer and shall be slightly darker than that chosen for the finish coat, being dark enough to visually assure application of the finish coat, and light enough to allow proper hiding. (An intermediate coat lighter than the finish coat shall not be permitted due to the inability to distinguish between the lighter intermediate and the highlights of the finish). 10. Spot Finish Coat: The spot intermediate coated areas shall then be given a final spot coat of the selected paint matching the color of the existing exterior finish coat. 11. New Item Coatings: Acceptable coating manufacturers and specifications for the new exterior items follow; however, the CONTRACTOR is advised that all manufacturers presented below must certify that the coatings furnished are in compliance with these Specifications. a. Induron Coatings, Inc., Birmingham, AL 35201 (shop) Induraguard SG Epoxy 2.0 - 4.0 mils (field) Induraguard SG Epoxy 2.0 - 3.0 mils (field) Indurethane Semi -Gloss Plus (semi -gloss) 2.0 - 3.0 mils Total System Dry Thickness 6.0 - 10.0 mils b. Sherwin Williams Company, Cleveland, OH 44115 (shop) Macropoxy 646 2.0 - 4.0 mils (field) Macropoxy 646 2.0 - 3.0 mils (field) Acrolon 218 HS (semi -gloss) 2.0 - 3.0 mils Total System Dry Thickness 6.0 - 10.0 mils C. Tnemec Company, Inc., Kansas City, MO 64141 (shop) Series N69 Hi -Build Epoxoline II 2.0 - 4.0 mils (field) Series 27 Typoxy 2.0 - 3.0 mils (field) Series 1075 Endura -Shield II (semi -gloss) 2.0 - 3.0 mils Total System Dry Thickness 6.0 - 10.0 mils 12. Coatings for Areas Damaged bV Repairs: Acceptable coating manufacturers and specifications for the exterior surfaces damaged by the repairs follow; however, the DTS 32 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois CONTRACTOR is advised that all manufacturers presented below must certify that the coatings furnished are in compliance with these Specifications. a. Induron Coatings, Inc., Birmingham, AL 35201 (spot) Induramastic 85 (spot) Induraguard SG Epoxy (spot) Indurethane Semi -Gloss Plus (semi -gloss) Total System Dry Thickness 3.0 - 5.0 mils 2.0 - 3.0 mils 2.0 - 3.0 mils 7.0 - 11.0 mils b. Sherwin Williams Company, Cleveland, OH 44115 (spot) Epoxy Mastic Aluminum II 3.0 - 5.0 mils (spot) Macropoxy 646 2.0 - 3.0 mils (spot) Acrolon 218 HS (semi -gloss) 2.0 - 3.0 mils Total System Dry Thickness 7.0 - 11.0 mils C. Tnemec Company, Inc., Kansas City, MO 64141 (spot) 135 Chembuild 3.0 - 5.0 mils (spot) Series 27 Typoxy 2.0 - 3.0 mils (spot) Series 1075 Endura -Shield II (semi -gloss) 2.0 - 3.0 mils Total System Dry Thickness 7.0 - 11.0 mils K. Disinfection of the Tank and Piping 1. Standards: The disinfection of the tank and piping shall comply with the following standards: a. American Water Works Association (AWWA) - ANSI/AWWA C652-02, "Disinfection of Water -Storage Facilities." 2. Cleaning: After curing and prior to disinfecting, the CONTRACTOR shall wash the tank interior with potable water. All equipment, including brooms, brushes, spray equipment, and worker's boots, shall be disinfected before they are used to clean the water storage facility. The CONTRACTOR shall supply an adequate flow of water (20 gpm minimum) with sufficient pressure (60 psi minimum at the nozzle) to wash thoroughly all the interior surfaces, including those surfaces above the top capacity level. All residue shall be removed from the tank and riser and shall be disposed of properly. DTS 33 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 Roof Rehabilitation and Top Coating of One 1,000,000 Gallon Steel Above Ground Storage Tank at Approximate 600 S. See-Gwun Avenue (Mt. Prospect Golf Club) Station 11 Tank Mount Prospect, Illinois 3. Disinfection: It is the CONTRACTOR'S responsibility to flush and disinfect the tank until two consecutive satisfactory water samples are reported from the OWNER'S selected laboratory. Method 3 (Section 4.3.3) or Method 2 (Section 4.3.2) of AWWA C652-11 shall be used. The OWNER shall take and send in the samples to the laboratory, but shall assume no responsibility for the sampling technique or the care of the samples. The stored tank water shall comply with current state and US EPA standards for organic, inorganic, and biological contaminants as influenced by the operations of the CONTRACTOR. L. Unanticipated Additional Work (Bid Item 2 It is believed that these Detailed Technical Specifications adequately describe the Work to be performed. If during the Work, it is found that additional Work is required and it is authorized in writing by the ENGINEER and OWNER, this Work shall be paid for per single man-hour, including all welding, equipment, normal rigging, labor, supplies, overhead, insurance, and profit. The number of unanticipated additional work man-hours shall be paid for by the unit price in Bid Item 2. 1111►11Z41a11IINIF_1IIII lj11111y:1011lLl461211419NLill11101110 0 Copyright © 2017 Tank Industry Consultants All rights reserved DTS 34 16.224.H373.007 1,000,000 Ground Storage Station 11 Tank March 15, 2017 SUMMARIZED TANK INFORMATION SHEET ENGINEER: TANK OWNER: CAPACITY: HEIGHT: DIAMETER: TYPE: ERECTION DATE: CONTRACT NUMBER TANK LOCATION: Station 11 Tank Tank Industry Consultants Village of Mount Prospect, Illinois 1,000,000 gallons Approximately 18 feet Approximately 98 feet Welded steel ground storage tank 1968, Chicago Bridge & Iron Company 68-3225 Mount Prospect, Illinois PAINT SYSTEMS: Generic Type (appeared to be the following) Exterior: Appeared to be in good condition Interior Dry: Appeared to be in good condition Analyses Results: Cadmium Chromium Lead Exterior 1 <25 <0.0025% <250 <0.025% 1 806 1 0.0806% Interior Dry 1 <25 <0.0025% <250 <0.025% 1 <250 1 <0.025% Samples of the exterior and interior dry coatings were sent to a laboratory for inductively coupled plasma -atomic emission spectrometry analyses only to determine if there is lead, chromium, and cadmium present in the coating samples. To limit the damage to the existing coatings, only small areas were tested. This small number of samples and the difficulty of retrieving all primer from the steel profile may cause the tests performed to not accurately represent the total coating system. Variations in thickness, types of coatings applied, and the interim cleaning and painting operations will also affect the actual readings. The reliability of the results is also dependent on the amount of primer included in the sample. DISCLAIMER: The information contained in this Summarized Tank Information Sheet is not considered technical in nature. Therefore, the Contractor is not entitled to rely on any information contained in such reports. Interpretation of this data is the responsibility of the Bidder. Such information is made available to the Bidder as a courtesy only. It is further agreed and understood that the Bidder or the Contractor will not use any information made available to him, or obtained by any examination made by him, in any manner as a basis or ground of claim or demand of any nature against the Owner or Engineer arising from or by reason of any variance which may exist between the information offered and the actual materials and structures encountered during the construction work. REFERENCES: A complete scope of Work can be found in the Detailed Technical Specifications. Additional information about the tank may be found in the evaluation report (TIC 15.119.11373.007) dated July 8, 2015. The information contained in this evaluation report is also not considered technical in nature. 1 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 APPLICATION FOR PAYMENT NO. To: Village of Mount Prospect (OWNER) From: (CONTRACTOR) Contract: Roof Rehabilitation and Spot Coating of 1,000,000 Gallon Ground Storage Tank Station #11 OWNER'S Contract No. ENGINEER'S Project No. 16.224.H373.007 For Work accomplished through the date of: 1. Original Contract Price: $ 2. Net Change by Change Orders and Written Amendments (+ or 3. Current Contract Price (1 plus 2): $ 4. Total Completed and stored to date: $ 5. Retainage (per Agreement): % of completed Work: $ % of stored material: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): $ Accompanying Documentation: CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR'S legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title of all Work, materials, and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests, and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective. Dated CONTRACTOR State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated In EJCDC No. 1910-8-E (1996 Edition) ENGINEER TIC 16.224.1-1373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specification Institute. APPLICATION FOR PAYMENT INSTRUCTIONS A. GENERAL INFORMATION The sample form of Schedule of Values is intended as a guide only. Many projects require a more extensive form with space for numerous items, descriptions of Change Orders, identification of variable quantity adjustments, summary of materials and equipment stored at the site, and other information. It is expected that a separate form will be developed by Engineer and Contractor at the time Contractor's Schedule of Values is finalized. Note also that the format for retainage must be changed if the Contract permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM The Schedule of Values, should be reproduced as appropriate in the space indicated on the Application for Payment form. Note that the cost of materials and equipment is often listed separately from the cost of installation. Also, note that each Unit Price is deemed to include Contractor's overhead and profit. All Change Orders affecting the Contract Price should be identified and included in the Schedule of Values as required for progress payments. The form is suitable for use in the Final Application for Payment as well as for Progress Payments; however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. LEGAL REVIEW All accompanying documentation of a legal nature, such as Lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner. TIC 16.224.1-1373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 r U tcN 69 69 �w W s9 59 ctt 'C Q U � O � 0 0 0 0 a 0 U � o a U U U 59 59 W a � U 59 O � O a O O H U N Q 06 C1 O -- N M Vl — — ,--i — — — — -- ,--i — N N N N N N U O z M 0 N Ln r -I u u L m C M, L- 0 O LL N N Z, C Q w JT R N O m N 2 N E m z T U Q L W W, J Q z Q i W LL Q U) co O N O T 0 N co Nw 0. D 0 LU U O a m m O 0 LU o Z O w 0 Q w w w Q 0 m z LU � O Q U z Q H w N co -4 z W N2 LL Q d W O U) cl W W D N Q U) = J a m O F w U) z O O O 0 Q W T N Cl)LO O UO > J_ Z O ~ z J U) W LLI W F- z W W W 0 Z 'W^ r ~ O C G W OUwO Vl N U U Q O F (n o O m z O CD Q' O Q a W O J z w Z N O U w 0 H U)O) Ow z Q O U LLIO W of W to r c�i co -t ori N O T 0 N co N a) q) a) "0 (1) (3) -0 w O C> 00 L-. C: c a) a)U .0 i-0 U -C C a) 0 U N OT � t3co L 0) q) 0) N O > > U f O Q � 2� a) 0_ E N a) 7 C p _'C ) N E� 5) C N o O U_ O O 0 O N O 0 J L- C m Q V O U .� C .., a) w 4) N ° m °) L C ... y E - o a) N C �-.0 O)Q 7 C N Q O) a ° 7 N C C N CL a' a) .0 E a7 c w 0 0 rn� c C, E o E o ° n N� O a) �' U W m c c y 0)c c o o i Q -0 p- ._ c '@ -p .� Q Z) E a) .E C 0 007 a) O "6 C a) T ! ° N N m m� 0 LU CD p a) () o 0 C i° m O C O) C C CLO)O O 0 U j U O O N T Q `6 p a C N N 7 p C L M Co Z Q Q w 7 a3 L) C O E o �°,a) 3 >i aS 7 L m 0— � = 21 N o o a 21 ° m N e i- m 70 N u Y o N Q p o L) o N— p L 3000 _ C a) N— a'LC o� N _ W 07 �cN a) C _ o aNE E umia)c co: C 0 T U a) N Uj N C C 0 LO i C = V m pj N " L m m -O C N C .O_ E a) N 7 (n N E O 6 6 E a) U >+ C 7 ° a) 2 N M C a) a) ' 0- a) C m E-0 w -O N N a) 0 C N m 0- 4) a) > L O O .L-. N a) C N ' R5 a) a) E 'p E O a) N a3 C U .-� 0 C > 'L) L m m 'O -0 N :p a) a) 0) 5 E L L .N-� � n c L a) C o � O (6 7 O n N N N N U N 63 (` C Q L C N (U6 > L Cl w N U f6 U E 0" O a) C _ E .p. � N .L-" E N O O a) N > m w E u) .Lmca - C U N , m N a) 7 m L O Q a) L Cl N J 0_ Ca (D L a) 4 N N p O 4 .L.-� a) d O N N —^ o -r C: U) a) Q) m 7 N L _ ° a) N C O a) N p N N C C E N C N -0 U - _0Q1 N C' C U a3 C C m N> Y O 7 E .0 m p0 L O_ 7 '= a) .0 a +. = O E >,.a N a) 7 N_ C N N U@ a -0 N O - S a O ca o W m =p m E co 3 0 W m a) a N N U (ND CL —' co I N E 4 0 C TN a) a) Ta) 3 N p 0 mL y TU m° ` N 'O O ° N-0 N -p a) "6 (CE C 'O L C O j, �@ a) N m C -Ua) N N E L O C i) a3 U ..2 ._ -0 C .o O N N "0 N C > 00 U N N a) > U L o N ,C `m N "' — U=33 a) °L 3'� 7 L N U) L m 7 ° °� rn`o a) L O E .N — Q C -o ai o �_ 12 a7 a) � N N N ° Q -0 o oa ° ° Q C L N N O_ Q N L N N 2 L a) < a) U U) C x L O_ 3 > N C L E .LO- O) 0 N C Q 2 p N E m _ C m E o In n.2 2 N _� as >> � N o m .� m Q 6) cp aCi c y C a) o Q 3 a) o m N ° o E a) N O L N N — Q° C a a) E a o o' _ J N a) N .� aS -2 E ZM a) � O cu a) p_ m C � .L..� -C C U ° m 6) , ..-� Q .Lm- C m C ° C— a) N a) a) L O m a7 7 O iA m a) "0 C2 U L U L O) m fl- N o U a) L .0 a) 4� T'O C 6 C L Z W N Y a) (6 L C E L O N m L m N a5 'O a '� N` (n E _ C O C o m al -0 N O N L p— .� .L.-� -p .N L a) a) a) 0)> Ui .= Y U ,C O U) O_ C L (6 % O O U) M @ 0) Lm .0 a) C 3 a5 a -O 'O 2 a) O m •-- 'an d Q Y a) a) 6) U 'O N o -O L O L L E a) O N a7 — C 7 E 7 m �O .� 0- a) (n a3 a) a U O 7 w C 7 m E 30� tym ��>C'7 �c�3 nQ� �� mNT�ao a) L a) a) 0- C L) O 7 Nin 0 a)_ .0 O O C Q 1 N 1-� 7 p N N a) N 0- C1 T m Y N C m C 0 p m E O o .N. O. C G O 3 n 0 a) .G Y O N o p_ N " �_ m O� U 7 '� M N � N � 4- 'mC co C a-0 �. — -6 C a) .� O TL a) 3 _ CL^. O a) L -O .6 C O N L O as L C ,O n uj a) pU (6 =' .E N m L.L.. O =' a3 O -0 .� a3 E = Q .0 C.L.. (n a3 >, d O y O N a) N N . 7 a) T a) > C p_ Q O E 0 N C 0 o = L "-' N a) a) O -0 -fN C 0- 0 C C 'N' U a) N a) C aS a) a) L L '— CO � o �� c .� a) C m C m° m °_)am) 3 o E° .L.-� X �' Q C� o �o 0 m aS O N a) NO =_ >o E m °o a) > C N L E m E a) �._ 7 C .0 0 O O_ N L 0) > O p 2 c E c O C C E N L 7 "' 7 C N Q) 0_ N 0 O w 0_ J > O a) N Mn O. 0 m C O_ C E C E N N� U L () N N .L.-� a) �O L 0 as N 0- O N C E = a) a)6 ° Y m E N E O (6 N U) LL d O H i C2 NL.. N a) L ;F N p U C ° m C E C w Cn C m °� m O Y c E N (6 m aX c o� o o L' c o °a'E 0) -m 0 T) LU U)0) LLJ --0 0C E a) C D E O > 2 a) N 0 0'.4 -0 U O 'O U) E m C N L N U U N O O a) J N .N. co: a3 Y m 'C N N C C O) M: E O 'U a) .0 a I 7 a) U N W (n o E m C U p O U> a) 'C m m 7` W L a3 E .> N 6 0 o N E O_ N a> m> m m N C E N >ico C: m ci 0 U -O L m C OU N E > o �.�'� a) N Y (A N Y E U aS a) Xco Q '6 L'0 L -a Eo E o 6a m O a) N U 2-,,°� O (A N O m TN TN U ,O O E m °L C' 8-5 p' C a3 y O >O C, ." N Y O O Y L L .0 co o) a) c m Q °� � 3N_0v°�u)c� o E - - c° maw 7OCcN6 m� E. N o0 C: -, '� -O M —O m N O 7 O O N .2,0_ y y c 2 O 2 L L^. m L L N O N C] N co r:199Biel a M CONSTRUCTION - CONTRACTOR SAFETY CHECKLIST Project: Location: General Contractor: Date: This safety checklist references the Code of Federal Regulations (CFR) Title 29 Part 1926. Safety Submittals • The Contractor shall submit the Contractor's Company Safety Plan, Site Specific Safety Plan (IIPP), and Job Safety Analysis. Worksite Safety • The Contractor shall provide general and health provisions with environmental controls in accordance with CFR Title 29 Part 1926 Subpart A, Subpart B, Subpart C, Subpart D, and other applicable Subparts, including state and local requirements. The Contractor shall provide traffic control in accordance with Public agency requirements as shown on the approved Traffic Control Plan for the project. Will the Contractor have a first aid kit on the job site? ❑ YES ❑ NO • Will the Contractor enforce a drug free workplace? F YES ❑ NO Personal Safety • The Contractor shall provide personal protective and life saving equipment in accordance with CFR Title 29 Part 1926 Subpart E and other applicable Subparts, including state and local requirements. Fire Protection and Prevention • The Contractor shall provide fire protection and prevention equipment in accordance with CFR Title 29 Part 1926 Subpart F and other applicable Subparts, including state and local requirements. Has Contractor developed fire prevention program ❑ YES ❑ NO 29CFR 1926.24 -1- Electrical Safety • The Contractor shall ensure all electrical conductors and equipment are approved and in accordance with CFR Title 29 Part 1926 Subpart K and other applicable Subparts, including state and local requirements. Will contractor ensure all pull boxes, junction boxes, and fitting are covered. If metal covers are used, they shall be grounded. ❑ YES ❑ NO 29CFR 1926.405(b) (2) Will contractor maintain a Lockout and tagging of circuits? YES NO 29CFR 1926.417 Hazard Communication • The contractor shall insure that the hazards of all chemicals produced or imported are evaluated, and that information concerning their hazards is transmitted to employers and employees. This transmittal of information shall include container labeling and other forms of warning, material safety data sheets (MSDS) and employee training. Location of contractor MSDS on site: The Contractor shall conform with the provisions of CFR Title 29 Part 1910.1200 (e)(1), (e)(2), (f)(1),(g)(1),(h)(1) and (2)(i) through (iii) made applicable to construction by 1926.59,and other applicable Subparts, including state and local requirements. Signs, Signals, and Barricades • The Contractor shall provide signs, signals, and barricades in accordance with CFR Title 29 Part 1926 Subpart G and other applicable Subparts, including state and local requirements. Material and Equipment Safety • The Contractor shall handle, store, stack, rack, block, interlock, use and dispose of materials in accordance with CFR Title 29 Part 1926 Subpart H and other applicable Subparts, including state and local requirements. Will contractor use power industrial trucks (forklifts) on site? I YES I I NO Have power industrial truck (forklift) operators received training? ❑ YES ❑ NO 29CFR 1910.178(1) (1) Where will the Contractor's materials, equipment and vehicles will be stored and parked? Address Address -2- Hand and Power Tool Safet • The Contractor shall ensure all hand and power tools and similar equipment, whether furnished by the employer or the employee, shall be maintained in a safe condition in accordance with CFR Title 29 Part 1926 Subpart I and other applicable Subparts, including state and local requirements. Welding and Cutting Safety • The Contractor shall ensure suitable fire extinguishing equipment is available and maintained in accordance with CFR Title 29 Part 1926 Subpart J and other applicable Subparts, including state and local requirements. Scaffolding Safet • The Contractor shall ensure all scaffolding is designed, erected, and maintained in accordance with CFR Title 29 Part 1926 Subpart L and other applicable Subparts, including state and local requirements. ■ Will contractor erect or dismantle scaffolding? ❑ YES ❑ NO 29CFR 1926.451(e) (9) (i) Contractor's scaffolding erection/ dismantling competent person for project is: Name and Phone Number Confined Space Entry • The Contractor's working in confined spaces shall comply with CFR Title 29 Part 1926 Subpart AA, Confined Spaces in Construction. Fall Safety Contractor working in confined spaces? ❑ YES ❑ NO Contractor has a confined space program in place? I I YES I I NO Contractor's confined space competent competent person for project is: Name and Phone Number The Contractor shall provide fall protection in accordance with CFR Title 29 Part 1926 Subpart M and other applicable Subparts, including state and local requirements. Has a competent person trained affected employees? F YES ❑ NO 29CFR 1926.503(a)(2) Contractor's fall safety competent person for this project is: Name and Phone Number -3- Crane, Derricks, Hoists, Elevators, and Conveyor Safety The Contractor shall ensure hoisting equipment is inspected, maintained, and operated in accordance with CFR Title 29 Part 1926 Subpart N and other applicable Subparts, including state and local requirements. Contractor will use authorized, qualified employees to operate cranes, including mobile and tower cranes or hoisting apparatus. YES NO 8 CCR 5006, 5006.1 Trenching/Excavation Safety The Contractor shall conduct all excavations in accordance with CFR Title 29 Part 1926 Subpart P and other applicable Subparts including state and local requirements. Will a competent person be on site conducting inspections? YES NO 1926.651(k)(1) Contractor's excavation safety competent person for this project is: Name and Phone Number Steel Erection Safety Other The Contractor shall ensure steel erection is in accordance with CFR Title 29 Part 1926 Subpart R and other applicable Subparts including state and local requirements. Has Contractor provided a training program for all employees exposed to fall hazards? 1926.761(b)(2) F YES F NO The Contractor shall incorporate all applicable Subparts of the CFR Title 29 Part 1926, including state and local requirements as required for the project. The topics covered above are intended as generic, non -exhaustive overview of hazards related to plant construction. This checklist does not alter or absolve the Contractor from compliance responsibilities set forth in the OSHA standards themselves, and the Occupational Safety and Health Act. By signing below, the contractor is NOT absolved from full responsibility for complying with all local, state, federal regulations. Authorized Contractor Representative (Sign and Date) M DAILY JOBSITE SAFETY SURVEY REPORT To be completed by Contractor and submitted to Resident Project Representative on a daily basins Job # Job Name/Location Date: Time: Contractor Competent Contractor Person (Printed) Competent Person (signature) O.K. Not Inspected. N/A 1. Personal Protective Equipment Worn Hard Hats Eye Protection Hearing Protection Protective Clothing Protective Footwear Fall Protection 2. Housekeeping Waste/Hazardous Waste Properly Stored Waste testing completed Debris Removal Dailv Site Clean -Up 3. Ladders/Stairs Ladders in good condition Ladders tied off Extends 36" above landin£ 4. Open Floors and sides Perimeter guardrail in places Floor Openings covered / protected 5. Scaffolds Guardrails, toeboards, access points in place. Rigged IAW OSHA requirements In good condition and inspect. O.K. Corrective Action Required Not Inspected, N/A Corrected , 7. Fire Protection Adequate extinguishers in place. Flammable material properly stored. Fire watch in place for Welding/Cutting. Good condition Tool guards in place. Power Cords in good condition. Temporary Power Boxes in good condition. 9. Site/Public Protection Fences in place. Barricades in plac 10. Weather Hazard High Winds Rain Temperature (Too High or Too Low 10. First Aid Trained Personnel on site. Kits/Supplies on site and maintained. Sanitation/Water available to workforce. 11. Programs/Information JSA Reviewed with workforce. New Hire Orientation Hazardous Substances identified and MSDS sheets available. Safety Meetings conducted weekly. Safetv Signs Posted. 6. Electrical Grounded/GFCI protected I I I ', I I Cords, plugs & receptacles in good condition. Number of Men in Crew: Names of Crew Members: Work Day Safety Comments: Any safety accidents/incidents during the work day ? 12. Confined Space Entry: Gas testing conducted. Permit Required confined space? Non permit required confined space? Were the accidents/incidents reported to the appropriate parties ? 1,000,000 Gallon Ground Storage Tank #11 Mount Prospect, Illinois Sub. No. Item Page 4 TIC 16.224.H373.007 SUBMITTAL CHECK LIST Date Date Previous Submit By Received Reviewed Sub. No. Status 1. Proposed Method of Roof Repair CD + 10 days 2. Certificate of Compliance for bolting materials CD + 10 days 3. Name of Competent Person CD + 10 days 4. A letter (on company letterhead) from the Contractor stating/certifying that the Contractor's Competent Person(s) has/have received training in accordance with local, state, and federal regulations CD + 10 days 5. Documentation of Training for Support Personnel CD + 10 days 6. Welder(s) Certification (submitted at site) prior to welding 7. Work Safety Program CD + 10 days 8. Personnel Air Monitoring Program CD + 10 days 9. Confined Space Entry Procedure CD + 10 days 10. Traffic Control Plan CD + 10 days 11. Public Safety Plan CD + 10 days 12. Bar Chart or Progress Schedule CD + 10 days 13. Schedule of Values CD + 10 days 14. Submittal for Times of Work CD + 10 days 15. Descriptive written plan concerning how abrasive and/or paint damage to automobiles and property will be handled, including a process for quick removal of the abrasive or paint, and who will do the Work CD + 10 days 16. Details of repairs if different from drawings CD + 15 days 17. Exterior Prime Coat - Supplier, Type, PDS CD + 15 days 18. Exterior Intermediate Coat - Supplier, Type, PDS CD + 15 days 19. Exterior Finish Coat - Supplier, Type, PDS CD + 15 days 20. Exterior Intermediate Color and Finish Color CD + 15 days 21. Interior Prime Coat - Supplier, Type, PDS CD + 15 days 22. Interior Finish Coat - Supplier, Type, PDS CD + 15 days 23. Thinners - Supplier, Type, MSDS CD + 15 days 24. Disinfectant - Supplier, Type, MSDS CD + 15 days 25. Abrasives - Supplier, Type, MSDS, and Size CD + 15 days 26. Abrasives - letter from coating manufacturer's HQ stating the Resulting Abrasive Profile is acceptable CD + 15 days 27. Waste Hauler Spill Contingency Plan CD + 15 days 28. Compliance with ANSI/NSF Standard 61 (if not stated on PDS CD + 15 days 29. Certification from manufacturer that Alternate CoatingMaterials Meet the Specifications CD + 15 days 30. Certification from manufacturer that all coating materials contain less than 0.06% by weight of lead (or any lead compounds), cadmium, and chromium in the cured coating for each coat applied CD + 15 days 31. Steel Grit Total Lead Tests CD + 15 days 32. Certification from coating manufacturer that the interior coating has cured such that it is ready for immersion service CD + 15 days 4 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 Submittal Cover Sheet 1,000,000 Gallon Elevated Tank #11 (Name of Contractor) Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 (Address) Tank Industry Consultants (City, State Zip) 7740 West New York Street Indianapolis, Indiana 46214 5 Sets of Each Submittal Included TIC Proj ect No.: 16.224.H373.007 1 set of reviewed submittals returned to CONTRACTOR 1 set of reviewed submittals forwarded to OWNER Submittal No. Date SUBMITTAL Checklist Specification item No. Section Description Review is for General Compliance with Contract Documents and Specifications. No Responsibility is Assumed for Correctness of Dimensions or Details. No Exceptions Noted No Action Required by Engineer or Owner Make Corrections Noted Revise & Resubmit Rejected — See Comments Tank Industry Consultants By: Date: SCS TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois February 6, 2017 : Mr . . . 0 0 A Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Station 11 Tank Statement of Estimated Quantities and Proposal Prices Item Est. No. Item Description Qty. Unit Unit Price Bid Amount 1 Base Bid —Roof Rehabilitation of I Lump N.A. $ 168,832�00 Tank, Sum Additional Work If Reggired 60 man-hour $125 per manhour TOTAL AMOUNT BID $ 168,832,00 (Items 1 through 2 inclusive) SUMMARY OF PRICES: CONTRACT PRICE (the sum of extensions of the Schedule of Prices — BASE BID). - One hundred sixty eight thousand, eight hundred thirty twoDollars and zero Cents (In writing) (In writing) $168,832.00 Dollars and Cents (in figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE WORK): Dollars and Cents (in writing) (in writing) Dollars and Cents (In figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — TOTAL BID): One hundred sixty eight thousand, eight hundred thirty two Dollars and zero Cents (In writing) (In writing) Dollars and Cents (In figure) (in figure) 48 TIC 16.224.H373.007 1,DOO,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 D. Have you made contracts or received offers for all materials within prices used in preparing your bid? I have pricing from our internal fabrication facility to fabricate the materials. (CIRCLE ONE) YES NO 7.01 Attachment of BIDDER'S most recent twelve-month financial statement is mandatory. Any bid submitted without said financial statement as required shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the BIDDER'S capability for completing the project if awarded. 8.01 Bidder will complete the Work for the following listed Work items for the prices listed on the BIDDER'S PROPOSAL: Bid Item 1: (Base Bid for 1,000,000 Gallon Ground Storage Tank Station #11) (Lump Sum) The roof rehabilitation and spot coating for One 1,000,000 Gallon Above Ground Storage Tank for the Village of Mount Prospect. Additional Work items include: foundation repair, repair shell -to -roof knuckle ladder connection, install toe plates on roof safety railing, lower overflow inlet, cathodic protection; first anniversary evaluation, disposal of debris, site restoration, etc. All of this Work shall be in accordance with the Detailed Technical Specifications. Bid Item 2: (Unit Price) (Add or Deduct from the Total Amount Proposed) Additional Work: It is felt that the Detailed Technical Specifications adequately describe the work to be performed; however in the event that during the course of the work it is found that additional work is required and it is authorized in writing by the ENGINEER and the OWNER, this work shall be paid for at the following price per single man-hour, including all welding, equipment, normal rigging, labor, supplies, overhead, insurance, and profit. The number of unanticipated additional work man-hours shall be paid for by the unit price per man-hour listed on the BIDDER'S PROPOSAL. EVA TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 C. What equipment do you intend to use for the proposed project? CA Repair/replacement of existing tank roof framing components: Welding machines, crane, temporary tank builder's scaffold, temporary structure, cloorsheet bracing, skid steer loaders, air compressor, generator, manlift, rnisc hand and power tools and fitup gear. Not included. 46 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 B. If you intend to sublet any portion of the Work, state the name and address of each Subcontractor, equipment to be used by the Subcontractor, and whether you expect to require a performance bond. Corpro will perform the cathodic system replacement. 45 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 i).01 BIDDER will supply sufficient and detailed information to the following statements and questions on the pages supplied, A. Explain your plan or layout for performing proposed work. Describe crew size and equipment necessary to complete project in required time. In basic terms, the proposed work is to be completed by creating a cloorsheet opening for access to the tank interior with manlifts. The 45 purlins will be replaced from these manlifts, The purlins will be field cut to the dimensions needed for each purfin. The existing overflow nozzle will be removed and replaced with a new "insert" of shell plate. A new nozzle at a lower location will be installed into this shell "insert". The existing piping will be cut to fit the new location and welded in place. The ladder attachment will be reworked for a welded configuration and removal of the existing bolted connection. New flatbar/angle iron will be provided if necessary to make the ladder assembly connection to the roof proper and secure. 4" flat bar will be welded to the bottom of the existing handrail for the toe board. These flat bars will be field cut to length for each section of handrail. One crew day or 50 manhours has been provided for cleanup of existing fitup burrs and such before blasting and coating touchup is completed, Replacement of the Cathodic protection system will be completed by Corpro. Once the blasting and coating has been completed by others (not included in our bid), Matrix will mobilize a En TIC 16.224.H373,007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 B. What similar public works projects has your organization completed? 4 . .. .... .. . .... ..... . ....... .. .. . .... ... . . .. . .. ... CONTRA, This division of Matrix Serv.i.ce primara.Iy deaLs with projects owned in the pri.vate sector, though we do occasional.ly cc,�nrduct work for municipalities or the governrient. Please see the atta<.-hed list of projects selected from the past 5 years as a reference to our capabilit complete a =i2EL such as thi.s one. C. What similar public works projects is your organization now in process of construction? C ONTRAC 'C zj� Compt'FED NAME -4 SS wt W ADDRESS1& -WORK"' AM LJNT'­., PlIONLz # ok*NE This division of Matrix Service is currently not working on any other public works projects. D. Have you ever failed to complete any work awarded to you? No If so, where and why? E. List references from private firms for which you have performed similar work. Please see the attached list of selected projects from the last 5 years, 43 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 D. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures or construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bid Documents to be employed by Bidder, and safety precautions and programs incident thereto. E. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bid Documents. F. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. G. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. H, Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. 1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 In submitting this bid, BIDDER provides the following history of BIDDER company experience. A. What year did the Bidder start operating under its present name? 1, M 5 42 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 PROJECT IDENTIFICATION: Roof Rehabilitation and Spot Coating for One 1,000,000 Gallon Ground Storage Tank Station 11 in Mount Prospect, Illinois. The BIDDER is referred to the following Detailed Technical Specifications for the complete Scope of Work. CONTRACT IDENTIFICATION AND NUMBER: THIS PROPOSAL IS SUBMITTED TO, Village of Mount Prospect 1700 West Central r•.• Mount Prospect, Illinois 60056 ATTENTION: Mr. Matt Overeem 1.01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices indicated in this Bid and within the times indicated in the Contract and in accordance with the other terms and conditions of the Bidding Documents. 2.01 BIDDER accepts all of the terms and conditions of the Notice to Bidders, and Instruction to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: A. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. B. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. C. BIDDER has Carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified. 41 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 Telephom 918-829--a 198 Email: airvan@rnatrixservice, com w Upon award of the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within fiffy (501 consecutive calendar days after the Notice to Proceed with final completion ten (1 0) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. A bid bond/security has not been provided by Matrix for this bid. Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check 7-- ­ is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1 ) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet — Roof Rehabilitation of One 1,000,000 Gallon Ground Storage Station 11 Tank 4) Required BIDDER'S most recent twelve-month financial statement 5) Required Non -Collusion Affidavit 7) All items and questions in this Bid Form shall be answered completely and accurately prior to submitting this Bid. Failure to provide the information requested in this Bid Form may entitle the OWNER to reject the Bid. Respectfully submitted: SUBMITTED on April. 24 2011 Name of Firm/Bidder: Mal-, rim Service By: (Signature) Title: Project Manager III Contact Information 916-829-5198 Official Address: Matrix Service - rulsa T'aeqion 1.105 W Main Parkway Catoosa, OK '74015 35 Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all member sizes and dimensions prior to the ordering of materials. The Bidder Will complete and provide all labor, equipment, materials, and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful Bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bidding Documents and comply with the requirements of the Bidding Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum Addendum . ... ........... Acknowledgement by Bidder or . . Date........ . No. Date ...... . . ... . ........ . Authorized Representative ..... . ...... wle-.d Acknowledge . ........ .. Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid, 34 N-H-Oxtelgil 1'. MOO 1.*n- j - - 0 1 . ......... Village of Mount Prospect Department of Public Works FROM: matriservice Ir-, (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") ;li�!Ijl il�!Iill;l:l v !�111I 1111!I01 11 1 4 ; I I I MUMMM. The bidders have familiarized themselves with the work and probable work conditions required tinder this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions Scope of Work Bid Form Affidavit — Bid Certification Form Bid Sheet — Roof Rehabilitation and Spot Cleaning for Station 11 Bid Security Contract Document Labor and Materials Payment bond form Performance Bond Form Detailed Technical Specifications Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: �M C. Schedule does not include weather delays, delays due to facility operations, or holidays. IV- Terms: A. Pricing good for 90 days. B. This proposal assumes that the terms as were negotiated for the previous Tank 17 project will apply to this project as well. The proposal has been approached in this manner, V. Attachments: A. Completed Customer proposal form (BELOW) B. Matrix Service Financial Statement C. Matrix Service selected past project summary. Thank you for the opportunity to submit our bid. We look forward to working with you on this project. Please feel free to contact me should you have questions or require additional information; I may be reached at 918-379-6372. Sincerely, Allen Irvan Matrix Service — Tulsa Region Project Manager Tulsa Region 1105 W. Main Parkway * Catoosa, OK 74015* (918) 437-0240 Fax (918) 379-6192 E 7qppl H MATRIX SERVICE 4/24/2017 Ref: Tank 11 Repairs Matrix Service Proposal: 2115-7100 Matrix Service Inc. is pleased to submit this proposal to provide engineering, material, labor and freight to make the requested repairs to Tank 11 in Mt. Prospect, IL. LUMP SUM PRICE: $168,832.00 I. Pricing includes: A. Tank access will be made via a doorsheet cut through the shell, approximately 8' tall x 10' wide. The removed shell material will be reinstalled after repairs are completed. Doorsheet area will be xray tested in accordance with AWWA and or API 653 as is applicable. B. Replacement of 45 purlins as detailed in the scope of work C. Reworking of the ladder attachment at the roof knuckle to a welded configuration D. Installation of toe board on the existing roof handrails E. Replacement of the inlet pipe nozzle in a lower location. Replacement to be made with use of a new shell insert plate and new nozzle to connect to existing piping. F. Cleaning of existing erection lungs and other burrs. 50 manhours, or one crew day has been budgeted for this work. G. Replacement of the cathodic protection system. Excludes: (Costs incurred due to the items listed below, or additional to the items listed above will be charged on a T&M basis) A. Coating or blasting B. Disinfection or disinfection testing C. Disposal of scrap materials. Scrap materials will be placed in roll off containers provided by others or stacked neatly inside the tank dike. D. Building, construction and/or environmental permits. E. Reinstallation of valves, mixers, or cover plates. F Any civil work outside of the tank. G. Downtime due to poor tank site conditions such as standing water, inadequate drainage, or excessive muddiness in the work area, or for additional equipment or materials that may be required due to conditions of the type described above. H. Traffic control or costs associated with traffic control. If the need for such controls arise, this will be coordinated and provided by the owner at no cost or penalty to Matrix Service. 111. Schedule: A. Proposal includes a 5 man tank repair crew working a 5/10 schedule taking approximately 10 working days to complete the included mechanical repairs. This schedule does not include closing the doorsheet subsequent to completion of blasting and coating repairs or the cathodic protection system replacement. B. Schedule does not include time for work performed on T&M. Any work performed on T&M will extend the schedule accordingly, Tulsa Region 1105 W Main Parkway * Catoosa, OK 74015 & (918) 437-0240 Fax (918) 379-6192 Note: The BIDDER shall use either black or blue ink or typewriter (black ribbon) in completing the Bid Form. Each line item amount must be given. Failure to do so will result in disqualification of BIDDER. Bidders are reminded that they must bid on the issued plans and specifications, as amended. Any deviation, conditions or attachments made by the BIDDER himself thereto may render the Bid nonresponsive and be cause for its rejection. Bid Security to be based on the TOTAL AMOUNT BID and shall be the percentage indicated in the Instructions to Bidders. 49 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 1 Roof Rehabilitation and Spot Coating for Station 11 Village of Mount Prospect Department of Public Works FROM: J e t c o� Jt I � (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: 11 11 ri Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance q�& t4e above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials •" •'r in the Bid Documents, as follows: �13 Notice to Bidders Table of Contents Instructions for Bidders General Conditions Scope of Work Bid Form Affidavit — Bid Certification Form Bid Sheet — Roof Rehabilitation and Spot Cleaning for Station 11 Bid Security Contract Document Labor and Materials Payment bond form Performance Bond Form Detailed Technical Specifications 11 11 ri Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance q�& t4e above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials •" •'r in the Bid Documents, as follows: �13 1 Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all member sizes and dimensions prior to the ordering of materials. The Bidder Will complete and provide all labor, equipment, materials, and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful Bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bidding Documents and comply with the requirements of the Bidding Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: .._.._._..__ Addendum Addendum _._ __..._.__..._.._ _._____........_.. _._.._...._e.____ ...__.... _ .. _._......____._.._.... Acknowledgement by Bidder or Date No. Date AuthorizedRepresentative Acknowledged„ NONE_ � _..___._._. _ _...._.w.....__._.._._._.._..___..._........_.........._.._......_...... ...... Failure. ... . ..... . ..... - . ..... to acknowledge rec- • provided above,be considered sufficient grounco or disqualification of - bidder • rejection of • • submittal. ' record of Addenda and copies r r .r r • e• bidders • .r- of Mount • • • �r Department, IM West Central Road, Mount Prospect, r two days prior to the letting. It shall be the • ••-r's responsibility tr become fully advised of Addenda prior to submitting its • • I1 34 n U U Upon award of the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within fifty (50) consecutive calendar days after the Notice to Proceed with final completion ten (10) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): X Bid Bond Certified Check Bank Cashiers Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet — Roof Rehabilitation of One 1,000,000 Gallon Ground Storage Station 11 Tank 4) Required BIDDER'S most recent twelve-month financial statement 5) Required Non -Collusion Affidavit 7) All items and questions in this Bid Form shall be answered completely and accurately prior to submitting this Bid. Failure to provide the information requested in this Bid Form may entitle the OWNER to reject the Bid. Respectfully submitted: SUBMITTED on, April 24th .20 17 Name of er: 'Jepqo L td. By: Title: Kenneth Brend, President Contact Information Kenneth Brend Official Address: 29693 N Rand Road Wauconda, IL 60084 35 ii u I I Telephone: 847.525.6479 Email: k.brend@jetcoltd.com 01 I I Al ffffrsjr�J�f W• Bidder: Jetco Ltd. Company/Firm Name: Jetco, Ltd. . .... . Address: 29693 N Rand Road, Wauc,onda, IL 60084 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 rights and debarment, the undersigned, Kenneth Brend —, being first duly sworn on oath, deposes and states that he or she is President — (sole owner, partner, joint ventured, President, Secretary, etc.) of Jetco, Ltd. (Name of Company) and has the authority to make all certifications required bythis affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, co6hived 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 11 Bid inc Ria- - -1 and Rotating The undersigned further states that Jetco, Ltd. (Name of Company) is not barred from IJO-dflng 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. Section III Dru_q Free Workplace The undersigned further states that — Jetco, Ltd. (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. U l7 I L� I it L� 11 I 11 n I Section IV Tax Payment The undersigned further states that Jetco, Ltd. (Name of Company) 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. Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, 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)." A "public contract" includes: ...every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002) The undersigned further states that Jetco, Ltd. (Name of Company) has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). 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. 91 I U The undersigne es t 11 n rmation contained in this Affidavit is true and correct. Signed by: �­ Title: Pre,jjAejaj §gnat6_ Name Printed: Kenneth Brend Signed and sworn to before me this 5eday ofAe�, L, 20 My commission expires: Na Public Li F I I I 11 ---------- 00 RE I r � I BID SHEET PROJECT IDENTIFICATION: Roof Rehabilitation and Spot Coating for One 1,000,000 Gallon Ground Storage Tank Station 11 in Mount Prospect, Illinois. The BIDDER is referred to the following Detailed Technical Specifications for the complete Scope of Work. Roof Rehabilitation and Spot Coating CONTRACT IDENTIFICATION AND NUMBER: of One 1.0 MG GS"1.", Station 11 THIS PROPOSAL IS SUBMITTED TO: Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTENTION: Mr. Matt Overeem 1.01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices indicated in this Bid and within the times indicated in the Contract and in accordance with the other terms and conditions of the Bidding Documents. 11 2.01 BIDDER accepts all of the terms and conditions of the Notice to Bidders, and Instruction to Bidders, including without limitation those dealing with the disposition of Bid Security, This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: A. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. B. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. C. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified. 41 TIC 16.224.1-1373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 11 I 11 I I d 11 401 Bidder further represents that this Bid is genuine and • *•* in the interest of or • •* of any undisclosed individual or entity and is not submitted in conformity with any agreement • rules of any group, association, organization • corporation; Bidder has not • • indirectly induced or solicited any • Bidder to • a false • sham Bid; Bidder has not solicited • induced any individual or entity to refrain • bidding; and Bidder has not sought • collusion to obtain for itself any advantage • any • Bidder • • OWNER. 5.01 In submitting this bid, BIDDER provides the following history of BIDDER company experience. A. What year did the Bidder start operating under its present name? 1966 42 TIC 16.224.1-1373.007 1,000,000 Galion Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 I� 1 �1 1 1 1 1 1 1 1 1 1 I SEE ATTACHED STAI , E M E N'I' 0 F-Q1LA �LIF C What similar public works projects is your organization now in process of construction? SEE ATTACHED WORK-ON-IJAND SHEET D. Have you ever failed to complete any work awarded to you? NO If so, where and why? E. List references from private firms for which you have performed similar work. Maguire Iron, Inc. tirnmermanc@m COM Indiana American Water, Inc. Roy.F'rancis@aii,iwater.com Scolle Manufacturing,, Inc.bill.lennon@scholle.com Caldwell Tanks, Inc cwarren@caIdwelltanks.corii 43 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 11 U 6.01 BIDDER will supply sufficient and detailed information to the following statements and questions on the pages supplied. A. Explain your plan or layout for performing proposed work. Describe crew size and equipment necessary to complete project in required time. Given that we have worked on this tank in the past, we are familiar with the equipment required to ade- quately rig the tank in order to perform the necessary repairs. We have the proper scaffolding to reach the roof/ceiling of the tank interior without needing to either cut out a door sheet or install roof rigging openings. A rolling tube scaffold with the required 4:1 height to base safety factor shall be used to perform the work. A crew of 3-4 men will be required to properly and safely execute the work specified. This includes following the proper confined space entry protocol. I I 11 44 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 if 11 U B. If you intend to sublet any portion of the Work, state the name and address of each Subcontractor, equipment to be used by the Subcontractor, and whether you expect to require a performance bond. Although we have competent certified welders on staff, if, given our workload, we are not capable of staffing this project in-house, we will use the following weld- ing subcontractor: Newlins Welding and Tank Maintenance Box 439 Montezuma, IN 47862 *No bond will be required of this subcontractor Cathodic Protection Subcontractor: Corrpro Waterworks 1055 W. Smith Road Medina, OH 44256 *No bond will be required of this subcontractor 45 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 L C. What equipment do you intend to use for the proposed projecil - Rolling Scaffold - EnPne Driven Welders - 45 Telescoping Manlift - One Man blast pots - 900 CFM Air Corfipressor - Explosion Proof Ventilation - LED Task and General Lighting CA Repair/replacement of existing tank roof framing components: See above. C.2 Spot coatings on tank: See above. 46 TIC 16.224.H373.007 1,000,000 Galion Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 17 if D. Have you made contracts or received offers for all materials within prices used in preparing your bid? (CIRCLE ONE) NO 7.01 Attachment of BIDDER'S most recent twelve-month financial statement is mandatory. Any bid submitted without said financial statement as required shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the BIDDER'S capability for completing the project if awarded. 8.01 Bidder will complete the Work for the following listed Work items for the prices listed on the BIDDER'S PROPOSAL: Bid Item 1: (Base Bid for 1,000,000 Gallon Ground Storage Tank Station #11) (Lump Sum) The roof rehabilitation and spot coating for One 1,000,000 Gallon Above Ground Storage Tank for the Village of Mount Prospect. Additional Work items include: foundation repair, repair shell -to -roof knuckle ladder connection, install toe plates on roof safety railing, lower overflow inlet, cathodic protection; first anniversary evaluation, disposal of debris, site restoration, etc. All of this Work shall be in accordance with the Detailed Technical Specifications. Bid Item 2: (Unit Price) (Add or Deduct from the Total Amount Proposed) Additional Work: It is felt that the Detailed Technical Specifications adequately describe the work to be performed; however in the event that during the course of the work it is found that additional work is required and it is authorized in writing by the ENGINEER and the OWNER, this work shall be paid for at the n -hour includinv all weldin -- ;; i- ment, normal rigging, labor, supplies, overhead, insurance, and profit. The number of unanticipated additional work man-hours shall be paid for by the unit price per man-hour listed on the BIDDER'S PROPOSAL. TIC 16.224,H373.DO7 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 I 'l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDEWS PROPOSAL Roof Rehabilitation and Spot Coating of One 1,000,000 Gallon Ground Storage Station 11 Tank Statement of Estimated Quanes and Proposal Prices TOTAL AIT-101A.%T BID $ 201,715.00 (Items 1 through 2 inclusive) - - -------- -------------- One Hundred Eighty -Six Thousand Seven Hundred Fifteen Dollars and No Cents Item Description (In writing) 15Q.715 Dollars and �Ujt Pric Bid Amount (in figure) 1 Base Bid — Roof Rehabilitation of WORK): Fifteen Thousand Dollars and $ 186,715.-00 (in writing) Tank, including Tank Coatings . .... . 15,000 Dollars and 00 Cents (in figure) (In figure) Additional Work Reguired IIY 15,000-n0_1 TOTAL AIT-101A.%T BID $ 201,715.00 (Items 1 through 2 inclusive) SUMMARY OF PRICES: CONTRACT PRICE (the sum of extensions of the Schedule of Prices — BASE BID): One Hundred Eighty -Six Thousand Seven Hundred Fifteen Dollars and No Cents (in writing) (In writing) 15Q.715 Dollars and 00 Cents (In figure) (in figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE WORK): Fifteen Thousand Dollars and No Cents (in writing) (In writing) 15,000 Dollars and 00 Cents (in figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — TOTAL BID): Two Hundred One Thousand Seven Hundred Fifteen Dollar's and No Cents (in writing) (In writing) 201,715 Dollars and 00 Cents (In figure) (In figure) 48 TIC 16.224.H373.W7 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 I Note: The BIDDER shall use either black or blue ink or typewriter (black ribbon) in completing the Bid Form. Each line item amount must be given. Failure to do so will result in disqualification of BIDDER. Bidders are reminded that they must bid on the issued plans and specifications, as amended. Any deviation, conditions or attachments made by the BIDDER himself thereto may render the Bid nonresponsive and be cause for its rejection. Bid Security to be based on the TOTAL AMOUNT BID and shall be the percentage indicated in the Instructions to Bidders. 49 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 11 I ZMNNHGU�� Newlin's Welding, land 'Fank Maintenance Name Box 439, Montezuma, IN 47862 Street City State Zip 111illf llklilg�� D & P Disposal Name 3800 W. Lake Street Street Melrose Park IL 60160 City State Zip 9.01 Bidder agrees that the Work will be substantially completed, and completed and ready for final payment on or before the dates and within the number of calendar days indicated in the General Conditions. 10.01 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the time specified in the General Conditions. I i i I i I i !ill, I i i F I T I i 11 iiii A. Bid Form B. Required Bid Security; C. Required BIDDER'S most recent twelve-month financial statement; D. Required Non -Collusion Affidavit; E. All items and questions in this Bid Form shall be answered completely and accurately prior to submitting this Bid. Failure to provide the information requested in this Bid Form may entitle the OWNER to reject the Bid. 11 50 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 I 12.01 Communications concerning this Bid shall be addressed to: Matt Overeem, Superintendent Village of Mount Prospect Public Works 1700 West Central Road Mount Prospect, Illinois 60056 847-870-5640 movereem(d�mountprospect.orq 13.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders and the General Conditions. SUBMITTED on April 24th 20 17 State Contractor License No. (If applicable) If Bidder Name (typed or printed): By: (Individual's signature) Poing Business as: i-Q-3-1-11ASISAIdi• (SEAL) 51 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 A Partnership Partnership Name: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): Business Address: Phone No.: FAX No.: c"O' A Corporation 0 Corporation Name: Jetco, Ltd. SIL (SEAL) State of Incorporation: Illinois ..... Type (Gene in;5rtofional, Service, Liml"" ility): Genera]_ By: Z (Signature — attach evidence of authority to sign) Name (typed or printed): Kenneth Brend Title: President (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Business Address: 29693 N Rand Road WaucondaIL 60084 Phone No.: 847.438.4550 FAX No.: 847.438.3962 Date of Qualification to do business is 03/23/1966 52 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 A Joint Venture Joint Venturer Name: (SEAL) By: (Signature of joint venturer partner — attach evidence of authority to sign) Name (typed or printed): Title: Business Address: Phone No.: FAX No.: Joint Venturer Name: (SEAL) By: (Signature of joint venturer partner — attach evidence of authority to sign) Name (typed or printed): Title: Business Address: Phone No.: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) 53 TIC 16.224.H373.007 1,000,000 Gallon Ground Storage Tank, Mount Prospect, Illinois March 15, 2017 fl W 2 r4:101 kq M-11 LN 111:4 z 111 IR611491:91 ZM M lei 111 141!j 1111 11 M ♦ 0 No person or business entity shall be awarded a contract or subcontract, for a stated period of time, from the date of conviction or entry of a plea or admission of guilt, if the person or business entity, Business entity, as used herein, means a corporation, partnership, limited liability company trust, association, unincorporated business or individually owned business, (Please sign bid form indicating compliance) I 54 11 (A) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bribery or attempting to bribe an officer or employee in the State of Illinois, or any State in the United States in that officer's or employee's official capacity; (B) has been convicted of an act committed, within the State of Illinois or any state within the United States, of bid rigging or attempting to rig bids under the laws of the State of Illinois, or any state in the United States, (C) has been convicted of bid rigging or attempting to rig bids under the laws of the State of Illinois, or any state in the United States, (D) has been convicted of bid rotating or attempting to rotate bids under the laws of the State of Illinois, or any state in the United States; (E) has been convicted of an act committed, within the State of Illinois or any state in the United States, of price-fixing or attempting to fix prices as defined by the Sherman Anti -Trust Act and Clayton Act 15 U.S.C. Sec. 1 et seq.; (F) has been convicted of price-fixing or attempting to fix prices under the laws of the State of Illinois, or any state of the United States; (G)has been convicted of defrauding or attempting to defraud any unit of state or local government or school district within the State of Illinois or in any state in the United States, (H) has made an admission of guilt of such conduct as set forth in subsection (A) through (G) above which admission is a matter of record, whether,or not such person or business entity was subject to prosecution for the offense or offenses admitted to; (1) has entered a plea of nolo contendere to charges of bribery, price fixing, bid rigging, bid rotating, or fraud; as set forth in subparagraphs (A) through (G) above. Business entity, as used herein, means a corporation, partnership, limited liability company trust, association, unincorporated business or individually owned business, (Please sign bid form indicating compliance) I 54 11 CONTRACTOR: (Name, legal status and address) Jetco, Ltd. 2 Copperfield Drive Hawthorn Woods, IL 60047 OWNER: (Name, legal status and address) Village of Mount Prospect 50 S. Emerson St. Mount Prospect, IL 60056 BOND AMOUNT: 10% F14 V L A on No. R.Affg.nd SURETY:Western Surety Company SD Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41 st Floor Chicago, IL 60604 Ten Percent of Amount Bid PROJECT: (Name, location or address, and Project number, if any) This document has important legal consequences. Consultation with an attorney Is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Roof Rehabilitation and Spot Coating One 1,000,000 Gallon Ground Storage Tank Station 11 in Mount Prospect, Illinois. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof-, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. '0" A "I' b "k, When this Bond has been furnished to comply with a statutory or other legal requirement in the location of thqj?*.), any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrak6 P", provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. Wh4l4t'D furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. % Signed and scaled this -.24th April 2017 S _,,,,,__day of rAIT Jetco, Ltd. . .... ........ (Seal) ....... (Principal) (Witness) A.4. �'W' .... . ...... wz' 99 0 #1 aitle) . ennetl Brend, President wx Western Surety C mpany C A%. -<z (Suret (Seal) (Witness) See Attached Jurat (ntle)Rene' Poulo Attorney- in., Fact Printed in cooperation with the American Institute of Architects (A/A). The language In this document conforms to the language used In AIA Document A310 - Bid Bond - 2010 Edition. f I STATE OF ILLINOIS COUNTY OFCOOK 1, John J. Naso Jr., a Notary Public in and for the state and county aforesaid, do hereby certify that Rene' Roulo of Orland _tnrk� Illinois ' who is personally known to ine, appeared before me this day and acknowledged that she signed, sealed and delivered the foregoing instrument as her free and voluntary act as AtIqLtia- i n -Fact of the Western Surety Company, and as the free and voluntary act of the Western Surety Company, for the uses and purposes therein set forth. Given under my hand and Notarial Seal this 2.4.1h day of April, , A.D. 20.1.7. My commission expires December 13. 2017 NOTARIAL JURAT --- -------- ------- �-----Notary Public zM POWER OF ATTORNEVAPPOINTING INDIVIDUAI, ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURE COMPANY, a South Dakota corporation, is a duly ort anizzd and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Rene' Roulo , Individually of Orland Park, IL its true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond No: Bid Bond Principal: Jetco, Ltd. Obligee: Village of Mount Prospect and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, arc hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation, In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate sea] to be hereto affixed on this 1st day of December, 2015. WI. STERN SURETY COMPANY .0 0 7—�a'ntT�Bruflat, V"ca President State of South Dakota County of Minnehaba ss Oil this I st day of December, 2015, before me personally came Paul T. Bruflat, to me known, who, being by tire duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrunient; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and decd of said corporation. My commission expires J. - MO HR June 23, 2021 SOUTH OAKOTA J. Mohr, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set foral is still in force, and further certify that the By -Law of the corporation printed on the reverse hercefis still in force, lntestimony whereof l(rave hereunto subscribcd my name and affixed the seal of the said corporation this 24th day of April, 2017. ar W F E R N SURETY C 0 M P A -N'Y W,o fila L As L Nelson, Assistant Secretary Form F4290-7-2012 Authorizing By -Law ADOPI I ED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of tile following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize, Tile President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. Tile corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CONFIDENTIAL JETCO,LTD. FINANCIAL STATEMENTS DECEMBER 31, 2016 JE7(0,LTD. TABLE OF CONTENTS FINANCIAL STATEMENrPS'INCOME gAX BASIS Statements otAssets, Liabilities and Smok6nldere`Eguity ----............ 5 Statements of Revenues, Expenses and Retained Eurn6zge..... ------_.......... --- � Statements oYCash Flowe.................. .................... .............. ....... --- ............... ------ 7 SUPPLEME'NTARY INFORMATION -IN{OMEYl\XBASIS Schedules of Cost oCEarned Revenues ... .... .............. —............... ---- ...... ----..— 12 Warady & Davis U.j) Cert�fied Public Accountants dr Consultant.� INDEPENDENT ACCOUNTANTS'REVIEW REPORT Board of Directors Je Leo, Ltd. Lake Zurich, Illinois We have reviewed the accompanying financial statements of JETCO, LTD. (an Illinois S - Corporation), which comprise the statements of assets, liabilities, and stockholders' equity as of December 31, 2016 and December 31, 2015, and the related statements of revenues, expenses and, retained earnings, and cash flows for the year ended December 131, 201.6 and the period from May 1, 2015 to December 31, 2015, all on the tax basis of accounting, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management, A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial. statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with the basis of accounting the company uses for income tax purposes; this includes determining that the basis of accounting the company uses for income tax purposes is an acceptable basis for the preparation of financial statements in the circumstances, Management is also responsible for the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error, Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and, Review Services promulgated by the Accounting and Review Services Committee of the AlCPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any inaterial modifications that should be made to the financial statements for them to be in accordance with the basis of accounting the company uses for income tax purposes. We believe that the results of our procedures provide a reasonable basis for our conclusion. TntTantolm Based on our reviews, except for the issue noted in the Known Departure from Tax Basis of Accounting paragraph, we are not aware of any material. modifications that should be made to the accompanying financial statements in order for them to be in accordance with the basis of accounting the company uses for income tax purposes. 1717 De-ed[MO I Oad, ;Nte 3' A) souO I. 0(-erH(-qd, Hinois (M 15-3977 847-267-0600 F"ax 847-.267-9696 wwww.vad),davus com k4ernb(�i N VISI 0Nohal Mianrc Known Departure From Tax Basis of Accounting The Company's financial statements omit required disclosures concerning its union pension plan. Management believes it is impracticable to obtain. the information, The effect on this departure from the income tax basis of accounting has not been determined. Basis of Accounting We draw attention to Note 1 of the financial statx=ents, which describes the basis of accounting, The financial statements are prepared, in accordance with the basis of accounting the company uses for income tax purposes, which is a basis of accounting other than accounting principles generally accepted in the United States of America. Our conclusion is not modified with respect to this matter. Supplementary Information The supplementary information listed in the accompanying table of contents is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our reviews of the basic financial statements, We are not aware of any material modifications that should be made to the supplementary informats.on. We have not audited the supplementary information and do not express an opinion on such information. April 15, 2017 M 1 4-1 C) JETCO, I. STATEMENTS OF ASSETS, LIABILITIES AND STOCKHOLDERS'EQIJITY Income Tax Basis As of December 31 2016 2015 CXJRRENTASSETS Cash and Cash Equivalents Accounts Receivable 11'repaid Expenses Total Current, Assets PROPERTY AND EQUIPMENT 566,666 $ 1,658,600 247,175 371,280 35,114 38,608 848,955 2,068,488 Machinery and Equipment 743,051 730,509 Automotive Equipment 342,914 267,102 Furniture and Fixtures 29,158 25,609 Construction in Progress 341,050 532,328 Retained Earnings 1,456,173 1,555,548 .Less Accumulated Depreciation 965,418 917,117 Less 25 Shares of Treasury Stock, at Cost 490,755 638,431 $ 1,339,71.0 $ 2,706,9 19 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts Payable $ 83,671 Income Taxes Payable 844 Accrued Payroll 6,249 Accrued Profit Sharing Contribution 1,585 Accrued Real Estate Taxes 29,000 Total Current Liabilities 1.21,349 DEFERRED GAIN ON SALE' OF PROPERTY AND EQUIPMENT 11,997 154,571 13,841 1,585 181,994 400,587 STOCKBOLDERS' EQUYIN Common Stock - No Par Value Authorized - 100 Shares Issued - 50 Shares 5,000 5,000 Retained Earnings 1,227,700 2,133,677 1,232,700 2,138,677 Less 25 Shares of Treasury Stock, at Cost 14,339 14,339 1,218,361 2,124,338 $ 1,339,710 $ 2,706,919 See accompanying notes and accountants' report. 5 JETCO, LTD. STATEMENTS OF REVE'NUES, EXPENSES AND RETAINED EARNINGS Income Tax Basis For the Year Ended December 31, 201.6 arid the Period May 1., 2015 to December 31., 2015 2016 2015 % of % of Earned Earned Amount Revenues Amount Revenues EARNED REVENUES $ 3,796,760 100.00% $ 3,386,659 1,00.00% Cost of" Earned Revenues GROSS PROFIT Operating Expenses INCOME FROM OPERATIONS Other Income (Expense) Interest Expense Interest and Dividend Income Rental Income Profit Sharing Expense INCOME BEFORE INCOME TAXES Income Tax Expense Benefit NET INCOME Retained Earnings, Beginning 3,154,657 83.09 2,095,848 61.89 642,103 16.91 1,290,811 38.11 590,499 15.55 334,397 9.87 51,604. 1.36 956,414 28.24 (3,067) -- 139 139 57 6,000 - - (305) 3,072 .08 (248) (.01.) 54,676 1.44 956,166 28.23 (573) (.02) 11,069 .33 55,249 1.46% 945,097 27.90% 2,133,677 1,188,580 Distributions (961,226) RETAINED EARNINGS, ENDING $ 1,227,700 $ 2,133,677 See accompanying notes and accountants'report. 6 JETCO, LTD. STATEMENTS OF ("ASH FLOWS Income Tax Basis For the Year Ended Decernber 31, `2016 and the Period May 1, 2015 to December 31, 2015 2016 2015 C'ASH PLOWS PROM OPERATING ACTIvrrjEs Net Income Adjustments to Reconcile Net Income to Net Cash Provided by Operating Activities Depreciation Accounts Receivable Prepaid Expenses Accounts Payable Income Taxes Payable Accrued Payroll Accrued Real EstateTaxes ,rotal Adjustments Net Cash Provided by Operating Activities CASH PLOWS PROM INVEs,rING A(,,rlVfTfES Purchase of Property and Equipment, Decrease in Exchange Cash Escrow I Net Cash Provided (Used) by Investing Activities CASH FLOWS FROM FINANCING ACTIVITIES Distributions NETINCREASE (DETREASE) IN CASH AND CASH EQUIVALENTS 55,249 $ 945,097 148,301 124,105 3,494 71,674 (153,727) (7,592) 29,000 17,105 (179,115) 3,526 (107,584) 10,343 (26,033) 115,255 (281,758) 170,504 663,339 (301,212) (545,115) 800,000 (301,212) 254,885 (961,IL) (1,091,934) 918,224 Cash and (."ash Equivalents, Beginning 1,658,600 740,376 CASH AND CASH, EQUIVALENJS, ENDING 566,666 $ 1,658,600 SUPPLEMENTAL CASH FLOWS DISCLOSURES Cash paid for: Interest Income Taxes See accompanying notes and accountants'report 3,067 153,154 $ 726 ,JF,TCO, LTD. NOTES TO FINANCIAL STATEMENTS COMPANY ACTIVITY The Company is a contractor engaged primarily in the painting of' industrial structures for customers located throughout the Midwestern United States. During 2015, the financial year-end of the Company was changed from. April 30 to December 31. Accordingly, the comparative amounts for the statements of revenues, expenses and retained earnings, and cash flows and the related notes are for the eight montlis from May 1, 2015 through December 31, 201.5, and the current amounts are for the year ended December:31, 201.6. NOTE 1—SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES This summary of significant, accounting policies is presented to assist in understanding the Company's financial statements. The financial statements and notes are representations of management who is responsible for their integrity and objectivity, BASIS OF PREPARATION The accompanying financial statements have been prepared on the accrual method of accounting used for federal income tax purposes. Consequently, certain revenues and expenses are recognized in the determination of income in different reporting periods than they would be if the financial statements were prepared in conformity with U.S. generally accepted accounting principles. The periods and methods used to calculate depreciation are as prescribed by the Internal Revenue Code rather than estimated useful lives and methods as required by t..T.S. generally accepted accounting principles, and bad debts are recognize(] as they are realized rather, than ,providing an allowance for receivables that may not be collected. Although income tax rules are used to determine the timing of the reporting of revenues and expenses, nontaxable revenues and nondeductible expenses are included in the determination of` net income, USE OF ESTIMATES The preparation of financial statements in conformity with the income tax basis of accounting requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. I REVENUE AND COST RECOGNITION Revenues from, contracts are recognized on the completed -contract method. This method is used because the typical contract is completed in less than one year and assets, liabilities, revenues and expenses do not vary significantly from those which would result from use of the percentage of completion method. A contract is considered complete when all costs except insignificant iterns have been incurred and the work has been accepted by the customer. CASH AND CASH EQUIVALENTS Cash equivalents include cash in a bank money market account. JETCO, LYD NOTES TO FINANCIAL STATEMENTS NOTE 1—SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (Continued) ACCOUNTS RECEIVABLE Accounts receivable are stated at the amount management expects to collect from balanees outstanding at year-end. Individual accounts are written off'when collection appears doubtful. PROPERTY AND EQUIPMENT Property and equipment are stated at cost. Depreeiation is computed using straight-line and accelerated methods over statutory lives of the assets. Depreciation expense was $48,301 for the year ended December 31, 201.6 and $17,105 for the period ended December 31, 201.5. During the 2014, the Company disposed of real property located in Kildeer, Illinois. During 2015, the Company acquired replacement property located in Wauconda, Illinois, through a partial tax- free exchange. This transaction resulted in as reduction in the tax basis of the acquired property when placed in service during 2016. NOTE 2—NOTE PAYABLE -BANK On February 18, 2011, the Company entered into an agreement with JP Morgan Chase Bank, N.A. for a continuous line of credit note to as maximum amount of $100,000, plus interest at, .95% over the "Prime Rate" 03.75% at; December 31, 2016) of the lender. The loan balance was $-0- at December 31, 2016 and December 31, 2015. Pursuant to the terms of the note, interest is payable monthly. The line of credit is personally guaranteed and collateralized by a security agreement, covering all business assets of Jetco, Ltd., presently owned and existing and hereafter acquired including but not limited to all accounts, accounts receivable, inventory, equipryient, chattels, and general intangibles. NOTE 3—INCOME TAXES The effective tax rates differ from the statutory rates principally because of the effects of` the surtax exemption, state income taxes and temporary and permanent differences between financial and taxable income. Effective May 1, 2015, the Company's stockholder has consented to an election to have the Company taxed as an S -Corporation under the Internal Revenue Code. As an S -Corporation, the Company has no liability for fiKleral income taxes, as the individual stockholder is required to include the Company's results of operations in the stockholder's individual income tax returns. The Company is liable for the Illinois Replacement Tax. The Company follows the guidance in the FASB ASC topic on Income Taxes related to Uncertainty in Income 'Paxes which proscribes a comprehensive model for recognizing, measuring, presenting and disclosing in the financial statements uncertain tax positions that, the Company has taken, or expects to take in its income tax returns. The Company believes that it has appropriate support, for the positions taken on its tax returns. JETCO, U11 NOTES TO FINANCIA], STATEMENTS NOTE 4—UNION PENSION PLANS The Company made contributions of $536,480 for the year ended I)ecember 31, 2016 and $325,127 for the period ended December 31, 2015, based or) the number of hours worked, to collectively bargained, multieniployer pension plans in accordance with the provisions of negotiated labor contracts. NOTE 5—PROFIT SHARING PLAN The Company has a noncontributory profit sharing plan covering all full-time employees, Company contril utions are discretionat- y and were $-0- for the year ended December- 31, 2016 and for- the period ended December 31, 2015. NOTE 6—LEASE CIOMMITMENTS Beginning June, 2015, the Company leases a vehicle under- an agreement that expires in June, 201.8, f'or a monthly payment of $942, Puture minimum lease payments due under the lease are: Year Ending December 31 2017 ......... ...... — .... ........ ....... ....... ........... -- ......... .......... $ 11,298 2018 ............... ................ .......... -- ...... -- .......... ................. --.- ............... -- ........ 1 �7O 8 ------------ j Total payments tinder this lease aggregated $11,298 for the year ended December 31, 2016 and $6,998 for the period ended December 31, 2015, and are included in automoinle experts(,,. Beginning March, 201. "i, the Company leased warehouse space under- as lease agreement which expired June, 2015. The Company then renewed the lease on as month-to-month basis until November, 2015. The Company was responsible for maintenance, utilities and real estate taxes. Total payments aggregated $-0- for the year ended December 31, 2016 and $9,350 for the period ended December 31, 2015 and are included in rent expense, NOTE 7—CONCENTRATIONS OF CREDIT RISK I I he Company maintains its clash in bank deposit accounts, which, at times, may exceed federally insured limits. The Company has not experienced any losses in such accounts. rhe Company believes it is not, exposed to any significant credit risk on cash. NOTE 8—SUBSEQUENT EVENTS Management, has evaluated subsequent events through April 15, 2017, the (late whi(,,,h the financial statements were available for issue. There were no subsequent events which require disclosure. [to JETCO, LTD. SCHEDIJLES OF COST OF EARNED REVENUES Income Tax Basis For the Year Ended December,31, 2016 and the Period May 1, 2015 to December 31, 201.5 2016 2015 Purchases of Materials and Supplies..... ........... ..................... $ 732,106 $ 354,362 Lvibor Executive Compensation, .... ...............«...,..««...........«.,,.,,,,«..,.....« 55,386 43,81.4 Direct Labor .......... ....... ........ 945,317 708,874 1,000,703 752,688 Overhead Costs Directly Related to Cost of Revenue Insurance................ -- ............. ......... — ......... .... -- ............... ... 255,417 1.71,6 r9 Payroll Taxes ............... — ......... ............. ............. ........................ ........ 1.14,838 23,750 Union Health and Welfare Funds., ... ........ - ... .......... ....... ..... — 536,486 325,127 Equipment Rental ......... ............. ......... —.— .............. ....... ........ 99,661 79,810 Subcontracted Job Costs ..... ............... — ......... ......... ......... 415,446 388,432 1,421,848 988,798 COST OF EARNED REVENUES $ 3,154,657 $ 2,095,848 See accompanying accountants' report. 12 SCHEDULES OF OPERATING EXPENSES Income Tax Basis For the Year Ended December 3l,3OI&and the Period May 1, 2015 to December 31, 2015 2016 2015 Executive Compeoaadon—.... ....... —..... ...... .................. ........ —........ $ 36,828 $ 29.210 Office Salary ............. ....... —.... —........................ ........... .................. 142,300 553I0 PayruI,raxes—...... ------...................... ---................ .... ..... 12,019 4,772 AJverbising.—... ..—.--.—._.—.................. ...................... ...... —.... 476 102 Automobile and Truck Bspeua*—...... ..... —..... ....... ... --- ........ — 10^534 28,342 Depreciation ...... ........................ —.................... ._---...... —.......... 48,30I 17,I05 Duesand... ........ ................... ---....... ........ —... — 607 80 FranchiseTax ............ ............... --..... —............................... .......... 2,880 -- Licenses and Fees .... ........ ----....... ........... —...... ---......... 3^706 3,581 Medical ... ...... —.--------------...... ------_----' 393 393 Office Supplies and Expense ... ----'....... --............... ...... --' 50,069 34,787 Performance Bonds ..... ............... ....... —....... ............... .... .... ..^— 37,618 30,315 Professional Services ............ --........... ----------.............. 46,230 23,525 Real Estate Taxea........... ---............... --------................... 57,213 -- Reot..................... .... .... ........ ........... .......... -----....... ...... —' -- 12,850 Repairs and Maintenance ... ...... —.... —....... --...... ---........... 40,264 26,*44 Scavenger --'...—..—...... ......... ...... ........ ------.................... 57,737 4I,01.8 Telephone......... --- ... ........... ...... ......... .......... ------_....... 3,724 1,922 Travel Expmueee—.._.......... --- ............... —......... ----......... 9,738 15,244 Utdites.... ..... —......... ....... --........................ --------......... 4,270 6I5 TOTALS 590,499 $ 334,397 See accompanying accountants' report. 13 I M 0 C) Mon uj z < 0 LA. c 0 c In kn uj rj M -T, m 0 oz Gl Ci LI) -F Lr) Ln Q) oc -- 0 -I oow-4�—�,oCL m r14 >- =3 am < lD 0 c ul 0 0 = 0 aW (1) W > < a) a) (�o Z(U C) c > < r -j m Q) W > M oz a) -C,; o ,, o ui 0 Z Ln 0 < w -0 cc: m < c n m to LO (1) co o o 0 o 0 0 a1 --y-"0 C7 0 o RS 0 c 0 0 W < 30 : 0 3: Q) c 0) OD -C 00 w 3: 8D 0 w uj 04 co e to uj < m — M Lt-) Ln m N 01 NLt) r,4 = 00 0) zo > L0 cc > > Z 0 P: LLJ -j CL 1.4 r- 0 0 00 uj Q0 0) < t; 0 0 F-0 0 a c) z CI O 0 0 0 0 O Cr Cr Cr 0 lGr q kD N C1 uj U) ui uj Z < 0 Lt) Cr uj cc 0 0 0 C) 0 0 0 CS CJ 0 z D 0 0 0 0 Ck 06 0 0 0 C% C� C> Cr C> C4C> Cr C7 N Lf) r -I 06 < 1-4 'IT M Cr U) m G z Lu c C c ca .0 0 .0 �o .0 .0 > 1. m m m m m m m 0) w a, a) Qj as w LA. O c� cc cr c w cr A, 0) Q) 3: 3: 0 0 n n 0 F- a) cu (U a) w m m m m m m M Ln ,1r., TCO, LTD. * Sl)ecial Coatings and Linings Contrachn-sSince 1966 PO Box 908 Lake Zurich, Illinois 60047 * ph:847.438.4550 *,ftly.-847.438.3962 Statement of Qualifications April 24, 2017 I. Contracts and Experience Jetco, Ltd. specializes in the application of industrial coatings and linings. Water towers and tanks, water treatment, wastewater treatment, fuel storage tanks, and industrial process vessels encompass the majority of the projects we have completed in our over 50 years in business. Additionally, we have completed high security water tower painting projects at Langley AFB in Hampton, VA and the Department of Energy at Oak Ridge, TN as well as projects for the United States Navy at their Great Lakes Naval Training Center in North Chicago, IL. Please find below a list of painting projects which we have completed in the last several years. This is just a sample of the many different projects we have completed. 1. Village of Montgomery, IL 2 - 750,000 Gal Torosphere Leg Tanks - Full Containment, Interior/Exterior Blast and Paint, Lead Paint Removal - 2005 Contact: Mike Pubentz - Public Works Director Phone: 630.896.9241 p1^ojest/ yiew/'?j=427 2. Village of Schaumburg, IL 750,000 Gallon Spheroid - Full Containment, Lead Paint Removal 2005 Contact: Steven Weinstock, Director of Engineering and Public Works Phone: 847.923.6612 2005 SSPC Painting of Complex Structures National Award Winner .ftttp: I vy I tne- -,!Ctl MW_ _n)g ITh: 3. Village of Rosemont, IL 500,000 Gal Spheroid - Full Containment, Lead Paint Removal 2006 Contact: Mike Raimondi - Public Works Director Phone: 847.608,3744 2006 TNEMEC Tank of the Year Winner 4. Village of Sugar Grove, IL 200,000 Gallon Spheroid - Full Containment, Interior/Exterior Blast and Paint, Lead Paint Removal 2007 Contact: Brad Merkel - Utilities Supervisor Phone: 630.466.7508 5. Walker County SUD - Huntsville, TX 100,000 Gallon Spheroid - Interior Blast and Exterior Overcoat 2007 Contact: Jimmy Dunham, Dunham Engineering, Inc. Phone: 979.690.6555 JFT(70, LTD. * Special Coatings and Linings Contractors Since 1966 PO Box 908 Lake Zurich, Illinois 60047 * sir; 847.438.455/1 * fiax, 847.438.3962 6. City of Odessa, TX 3.0 MG Hydropillar Exterior Overcoat 2.0 MG Spheroid and 2.0 MG Legged Spot Repairs - 2007 Contact: Jacob and Martin Engineering, Ltd. Phone: 325.695,1070 ........ . ... ... ..... . . . . ......... ... . ..... ... . ... . . .. .... ... .......... ... .... . w,....._...... ... . .. ...... 7. Village of Lake Villa, 11, 200,000 Gal Spheroid - Full Containment, Interior/Exterior Blast and Paint 2008 Contact: Glen McCollum - Public Works Director Phone: 847.356,6100 x224 2008 TNEMEC Tank of the Year Winner p ..Ml gg.l,/ Z?j=402 ............ . ........... 8. Village of Warrenville, IL 500,000 Gallon Spheroid - Full Containment Interior/Exterior Blast and Paint, 2008 Contact: Michael Smith - Superintendent Phone: 630.393.9050 9. City of Aurora, IL 5 Million Gallon Standpipe - Full Containment, Interior/Exterior Blast and Paint 2009 Contact: David Schumacher, PE - Director of Public Works Phone: 630.859.7605 10. Village of Creston, IL 150,000 Gallon Spheroid - Full Containment Interior/Exterior Blast and Paint 2010 Contact: Dennis McMullen - Manager of Municipal Operations, Civil Engineering Services, Inc. Phone: 815.847.8435 11. Village of Bensenville, IL 500,000 Gallon Spheroid - Full Containment Interior/Exterior Blast and Paint, Lead Paint Removal 2010-11 Contact: Ron Jaski - Utilities Supervisor Phone: 630.350,3417 . . .... ...... ... . . ..... ... .... . ..... . . ..... . ...... 12. Village of Aledo, IL 150,000 Gallon Leg Tank - Full Containment Interior/Exterior Blast and Paint 2010 Contact: Stephen Muller - Director of Public Works and Utilities Phone: 309.582.7241 x210 13. Village of Victoria, IL 50,000 Gallon Leg Tank - Full Containment Interior/Exterior Blast and Paint 2011 Contact: Warren Hatch - Plant Operator Phone: 309.224.7242 14. City of Elgin, IL 2,000,000 Gallon Spheroid - Full Containment, Interior/Exterior Blast and Paint 2011 Contact: Eric Weiss, PE- Water Operations Engineer Phone: 847.931.6159 fi,,"TCO, L TI). * Sl)ecial Coatings and Linings ContractorsSince 1966 *PO Bar 908 Lake Zurich, Illinois 60047 * ph:847.438.4550 *j4x.847.438.3962 15. City of Orangeville, IL 100,000 Gallon Spheroid - Interior Blast and Exterior Overcoat 2011 Contact: Duayne Loverton - Public Works Director Phone: 815.291.8771 ........ ......... .. .. . ....... .. .......... *""""""'"'"""""'""""'* . . ... .. ... . .. ................... .... . ..... .......... . 16. Village of Morton Grove, IL 300,000 Gallon Spheroid - Interior Blast and Exterior Overcoat 2011 Contact: Joe Dahm - Director of Public Works Phone: 847.663.3904 ......... ... . .. ....... . ................. . ... ... . ........... . .. . .... . . ..... . ....... .......... . ...... . . ... . ..... . ........... .. . . . ........ ................ ............ . ................ . ......... . .... ............ ............ ...... ............. _" . .... ....... .......... . ........... . . .. . .... . .............. .. . . .. ............... ... .. . ................ . ........... ...... ....... . ..... 17. Central Lake County Joint Action Water Agency -- Libertyville, IL (2) 3.5 Million Gallon Standpipes - Full Containment, Interior and Exterior Blast and Paint 2011 Contact: Robert Madura - Maintenance Supervisor Phone: 847.295.7788 . ... . ...... ........ ...... 18. Village of Rochester, IL 300,000 Gallon Spheroid - Exterior Overcoat and Interior Wet/Dry Touchup 2011 Contact: Wayne Beck - Director of Public Works Phone: 217.498.7192 19. Village of Lakemoor, IL 300,000 Gallon Spheroid - Exterior Overcoat Interior Wet Full Blast/Dry Touchup 2012 Contact: David Alarcon - Village Administrator Phone: 815-385-1117 20. Village of Huntley, IL 300,000 Gallon Spheroid - Exterior Overcoat and Interior Wet/Dry Touchup 2012 Contact: Jim Schwartz - Director of Public Works Phone: 847.515.5222 ........ ....... .. 21. City of New Richmond, . . .... . . ...... ........ ....... ............ ....... . . ..... ... ... . . .... . . ........ ............ . ......................... . .................... .............. . . ......... .... . ........ . ... .... . ......... ..... WI 300,000 Gallon Multi -leg Water Tank - Interior and Exterior Repaint with Containment 2012 Contact: Mike Darrow - City Administrator Phone: (715) 246-4268 22. Village of Roselle, IL 300,000 Gallon Spheroid - Exterior Overcoat, Interior Wet and Dry Full Blast 2012 Contact: Rob Burns - Director of Public Works Phone: (630) 671-2360 ........... ........ . ......................................... . . .. ....... ..... ... . ... .. ........... . .. . . ........ .... . .................... ....... . .. . ..... . .. ......... ...... ... . ......... . ....... . ...... ... . .. ... ........ ........ . ..... . ...... . ... . ......... . ....... 23. Village of Wheeling, IL 300,000 Gallon Spheroid - Exterior Overcoat, Interior Wet and Dry Full Blast 2012 Contact: Anthony Stavros - Public Works Director Phone: (847) 279-6900 .JET CO, L TD. * Special Coatings and Linings ContractorsSince 1966 PO Bar 908 Lake Zurich, Illinois 60047 * ph:847.4.;8.4550 * fax:847.438.3962 24. Indiana American Water Company - Greenwood, IN 1,000,000 Gallon Ground Storage - Interior and Exterior Repaint with Containment & Installation of New Aluminum Dome Roof 2012 Contact: Roy Francis - Engineering Project Manager Phone: 317.885.2417 ....... . .... . ......... .... . . . .... ... . . . ............. . ........ . ..... . . .... . ....... ........ . ...... . . ... ... ..................... .. . . ... . .. .. . . .... ................. . ..... .'' . . .... . . .. . . ... . ............. . ...... . . .. ..... . . . ......... . ... _­ . ..... _"" ............... . . ........... 24. Town of Kentland, IN 250,000 Gallon Elevated Multi -Column Water Storage Tank - Interior and Exterior Blast and Paint 2012 Contact: Terry Hafstrom - Public Works Director Phone: 219.474.5062 25. Village of Glenview, IL 1,000,000 Gallon Elevated Multi -Column Water Storage Tank - Exterior Overcoat 2012 Contact: Tim Schwister - Facilities Manager Phone: (847)904-4422 g.,hAiSter9g1qnyiewA.us 26. City of Silvis, IL 400,000 Gallon Spheroid - Interior and Exterior Repaint with Containment 2013 Contact: Jim Grafton - Director of Public Works Phone: 309,792.0170 2013 TNEMEC Tank of the Year Finalist 27. Village of Elk Grove, IL 1,000,000 Gallon Ground Storage & 500,000 Gallon Spheroid - Interior and Exterior Repaint with Containment 2013 Contact: Scott Bernholdt - Deputy Director of Operations Phone: 847.734.8045 28. Village of Hainesville, IL 400,000 Gallon Spheroid - Interior and Exterior Repaint with Containment 2013 Contact: Jeff Gately - Director of Public Works Phone: 847.223.2032 29. Village of Island Lake, IL 250,000 Gallon Spheroid - Interior and Exterior Repaint with Containment 2013 Contact: Neal De Young - Director of Public Works Phone: 847.526.1954 .. 30. City of Wheaton, IL . .......... ........ . ... . ...... ... .......... ... ...... ........... .. ....... .. . . . . ..... ..... . ....... .... ... . .. . ........ .. . ... . ...... . . . . ... ....... . ............ ..... . ....... . ... . . . ........ . ..... 1,500,000 Gallon Multi -Column Elevated Tank - Interior and Exterior Repaint with Containment 2013 Contact: Al McMillen - Water Superintendent Phone: 630.260.2092 Jf,'TCO, LTD. * Sliecial Coafings and Linings ("ontractors Since 1966 PO Ba v 908 Lake Zurich, 111inois 60047 * ph:84 7.438.4550 * fii.v, 84 7.438.3962 31. Central Lake County Joint Action Water Agency 3.5 Million Gallon Standpipe - Full Containment, Interior and Exterior Blast and Paint 2013 Contact: Robert Madura - Maintenance Supervisor Phone: 847.295.7788 32. City of Crystal Lake, IL Final Clarifier Rehabilitation - Blast and Paint 2013 (Painting Subcontractor for P.E.R.S.) Contact: Jim Huchel, Wastewater Treatment Superintendent Phone: 815.356.3700 ext. 4168 33. Village of LeRoy, IL 250,000 Gallon Elevated Spheroidal Water Storage Tank Rehabilitation - Interior Blast and Paint, Exterior Overcoat 2013 Contact: Corey Edgington, Water Plant Manager Phone: 309.962.3901 34. Village of Altona, IL 50,000 Gallon Elevated Multi -Column Water Storage Tank Rehabilitation - Interior and Exterior Blast and Paint with Containment 2013 Contact: Neil Smith, P.E. - Bruner, Cooper & Zuck Engineers Phone: 309.343.8628 35. Utilities, Inc. - Johnsburg, IL 50,000 Gallon Elevated Multi -Column Water Storage Tank Rehabilitation - Interior Blast and Paint, Exterior Overcoat 2013-14 Contact: Tom Tapella, Midwest Regional Manager Phone: 847.497.9345 36. City of Glendale, WI 1,000,000 Gallon Standpipe Elevated Water Storage Tank Rehabilitation - Interior Blast and Paint, Exterior Overcoat - 2014 Contact: Dave Eastman, P.E. - Director of City Services Phone: 414.228.1746 ....... .... . . ....... . .. . . .......... . . ................ . .. ........ ... .. ..................... . . .......... ..... . .......... . ...... . .. _"' . ...... . ..... . .......... ...... ........... ... .... . . .... ......... . . . . . ...... ...... ....... . . ........ .... .......... ..... ............... ... . .... ... . . .. ........ . ... 37. Sanitary District of Decatur 300,000 Gallon Elevated Spheroidal Water Storage Tank Rehabilitation - Interior Blast and Paint and Miscellaneous Repairs - 2014 Contact: Don Miller, Engineering Phone: 217.422.6931, x216 38. City of Calumet City, IL 1,000,000 Gallon Spheroidal Elevated Water Storage Tank Rehabilitation - Interior Blast and Paint - 2014 Contact: Gerry Surufka, Water Superintendent Phone: 708.891.8156 JETCO, L TI). * Special Coatings and Linings Conlractory Since 1966 PO Bar 908 Lake Zurich, Illinois 60047 * ph:847.4.38.4550 * jij.V:847.438.3902 39. Village of North Aurora, IL 500,000 Gallon Elevated Spheroidal Water Storage Tank Rehabilitation - Interior Blast and Paint, Exterior Overcoat and Miscellaneous Repairs - 2014 Contact: Paul Young, Water Superintendent Phone: 630.897,1457 40. Federal Bureau of Prisons - Marion, IL 300,000 Gallon Elevated Spheroidal Water Storage Tank Rehabilitation - Interior Blast and Overcoat, Exterior Overcoat and Miscellaneous Repairs - 2014 Contact: Chris Davis, General Foreman, United States Penitentiary Phone: 618.964.2027 . ........ ... ........... 41. City of Dixon, IL 300,000 Gallon Elevated Spheroidal Water Storage Tank Rehabilitation - Interior Touch-up, Exterior Overcoat and Miscellaneous Repairs 250,000 Gallon Elevated Water Storage Tank Interior Blast and Paint, Exterior Blast and Paint with Containment and Miscellaneous Repairs - 2014 Contact: Rusty Cox, Superintendent Water Department Phone: 815.440.8146 ......... . . _'.­­­'_­ ... . .. . .... 42. Village of Westchester, IL 2,000,000 Gallon Elevated Hydropillar Water Storage Tank Rehabilitation - Exterior Blast and Paint with Containment and Miscellaneous Repairs - 2014 Contact: Robert Lewis, Public Works Director Phone: 708.567.5873 . ... . .... .. ­"".'.'­"­"..­ ..... ....... ... . ........... .... ..... . 43. Village of Winfield, IL 500,000 Gallon Elevated Multi -Column Water Storage Tank Rehabilitation - Interior Blast and Paint, Exterior Overcoat, and Miscellaneous Repairs - 2015 Contact: Tye Loomis, Public Works Director Phone: 630.933.7140 44. City of Oakbrook Terrace, IL 500,000 Gallon Elevated Water Storage Tank Rehabilitation - Interior Wet Lining Repairs, Interior Dry Overcoat, and Riser Pipe Replacement - 2015 Contact: Craig Ward, Public Works Director Phone: 630.941,1651 . . ........... ... 45. Village of Union, IL 75,000 Gallon Elevated Spherical Water Storage Tank Rehabilitation - Interior Wet Blast and Paint, Interior Dry Overcoat, Exterior Overcoat with Containment, and Miscellaneous Repairs - 2015 Contact: Bob Wagner, Mayor Phone: 815.923.4153 Jf,'TCO, L TI). * SI)eeial Coatings and Linings Contractors Since 1966 *POBt).,v9O8LitkeZ,ttriclt,Illiiioi,v6OO47*ph: 847.4.?8.4550 *j4V847.438.3962 46. City of Elgin, IL 500,000 Gallon Elevated Multi -Column Water Storage Tank Rehabilitation - Interior Wet Blast and Paint, Exterior Blast and Paint with Containment, Replacement of Roof, and Misc. Repairs - 2015 Contact: Eric Weiss, City Engineer Phone: 847.544.1081 47. Emerald Coast Utilities Authority - Pensacola, FL Tank Maintenance at Various Locations throughout Water System including Coating and Misc. Repairs - 2015 Contact: Brian Reid, Project Engineer Phone: 850.969.6640 48. Valparaiso City Utilities - Valparaiso, IN Rehabilitation of Two (2) 2.0 MG Ground Storage Tanks at Flint Lake and Airport - 2016 Contact: Bob Garmon, Project Representative Phone: 219.462.6174, x 1346 49. North Shore Water Reclamation District - Gurnee, IL Primary Tanks #1 through #4 Coating Project at the Gurnee WWRP - 2016 Blast and Apply Coat the Interior of Tanks with Tnemec PermaShield Lining System Contact: Greg Grenyo, Project Manager Phone: 847.623.6060 .. ... .......... ............ ............ . .... . .... .... 50. Village of Burlington, IL Rehabilitation of 150,000 Gallon Elevated Multi -Column Water Storage Tank - 2016 Contact: Mark Wilkison, Water Superintendent Phone: 847.738.2237 51. City of Elmhurst, IL Rehabilitation of 500,000 Gallon South Waterspheroid - 2016 Full Containment, Interior/Exterior Blast/Paint, 100% Solids and Repairs Contact: Dan Rosenwinkle, Superintendent, Water/Wastewater Phone: 630.530.3099 52. Village of Winnebago, IL Rehabilitation of 200,000 Gallon Elevated Multi -Column Tank - 2016 Full Containment, Interior/Exterior Blast and Paint, 100% Solids and Repairs Contact: Chad Insko, Public Works Director Phone: 815.985.8635 53. Village of Diamond, IL Rehabilitation of 200,000 Gallon Spheroid - 2016 Interior Blast and Paint w/ 100% Solids and Exterior Overcoat Contact: Bill Wethington, Maintenance Supervisor Phone: 815.530.0453 JETC70, LTD. * Special Coatings and Linings Contractors Since 1966 PO Box 908 Lake Zurich, Illinois 60047 * h:847.4 38.4550 *fi.v.847.438.3962 55. City of Highwood, IL Rehabilitation of 1.0 MG Hydropillar - 2016 Interior Blast and Paint w/ 100% Solids and Exterior Overcoat Contact: Scott Coren, City Manager Phone: 847.432.1931 .. . . ........ _""' . . . ...... . ..... ........... .. . ...... . ...... ........ ...... . .... ..... _'_" . . . . ...... . . . . .... . . ...... ................... 56. Village of Cherry Valley, IL Rehabilitation of 500,000 Gallon Spheroid - 2016 Interior Blast and Paint, Exterior Blast and Paint wl Containment, and Misc. Repairs Contact: Chuck Freeman, Public Works Director Phone: 815.332.1269 57. Village of Elburn, IL Rehabilitation of 300,000 Gallon Elevated Spheroid Water Storage Tank - 2016 Full Containment, Interior/Exterior Blast/Paint, and Repairs Contact: John Nevenhoven - Director of Public Works Phone: 630.365.5064 58. City of Early, TX 500,000 Gallon Multi -Column Water Tower Painting - 2017 Exterior Overcoat Contact: Tony Aaron, City Administrator Phone: 325.643.5451 THIS SECTION INTENTIONALLY LEFT BLANK JETCO, LTD. * Sl)ecial Coatings and Littings ContractorsSince 1966 *PO Box 908 Lake Zurich, Illinois 60047 * le. 847.438.4550 *,fit'v:847.438.3962 II. Major Equipment Jetco, Ltd. owns all of the equipment we use to perform the work required for water tank and tower painting including, but not limited to, the following: a. Numerous air compressors from 100-1300 CFM. b. A wide variety of sandblast equipment including large multi -outlet bulk machines, smaller one man blast pots, and state of the art vapor blast equipment. c. Containment rigging, tarps, etc. d. All scaffolding including New England Booms for interior access, single -point and multi -point suspended scaffolds for exterior access. e. All necessary explosion proof lighting and ventilation equipment. f. All necessary Personal Protective Equipment including respiratory protection, fall protection, hearing and eye protection, decontamination trailers, and all confined space equipment required for such work. g. 30,000 CFM Dust Collector. h. Proportioner pump and equipment for the application of high performance, 100% solids, plural component coatings. Certified by Tnemec Company for the application of their line of plural component 100% solids coatings. i. Jetco also has access to any other specialty equipment which may be needed through our network of industry contacts we have gathered throughout our years specializing in this work. III. Experience and Background of Principal Members • Kenneth Brend - President: Over 30 years experience in industrial painting. Over 20 years experience in project management and supervision with Jetco, Ltd. Education: Purdue University, West Lafayette, IN - BSM 1988. Member IUPAT. SSPC Certified Lead Abatement of Industrial Structures. IUPAT Certified Competent Person and Supervisor Lead Paint Removal. AWS Certified Welder SMAW 4G. • Alexander Brend - Project Manager: Performs project management including, billing, submittals, scheduling, and closeout. Education: University of Minnesota, Twin Cities - BS Construction Management 2016 OSHA 30 Certification • Christopher Faust - Field Project Management/Foreman: Over 30 years experience in industrial painting. Over 25 years experience in field project management with Jetco, Ltd. Member IUPAT. IUPAT Certified Competent Person Gregory Burns - Field Project Management/Foreman: Over 25 years experience in industrial painting. 20 years experience in field project management with Jetco, Ltd. Member IUPAT. IUPAT Certified Competent Person. AWS Certified Welder SMAW 4G. Jf-'TCO, LTD. * Special Coatings and Linings Contractors.vince 1966 *PO Box 908 Lake Zurich, Illinois 60047 * h,847.4.38.4 50 *J4x.847.438.3962 • Robert Gaeth - Field Project Management/Foreman: Over 25 years experience in industrial painting. Over 20 years experience in field project management with Jetco, Ltd. Member IUPAT. IUPAT Certified Competent Person and Supervisor Lead Paint Removal. AWS Certified Welder SMAW 3G and 4G. • Martin Diaz - Field Project Management/Foreman: Over 10 years experience in industrial painting. Over 5 years experience in field project management with Jetco, Ltd. Member IUPAT. IUPAT Certified Competent Person IV. Safety Training Jetco, Ltd. is a signatory contractor to IUPAT DC 30, DC14, AND DC91. All of our craftsmen are International Union of Painters and Allied Trades (IUPAT) members and have been trained in all aspects of safety and workmanship in the painting of industrial structures. As such, these employees undergo continuous training in the area of occupational safety and health. Specifically, they receive training pertaining to, but not limited to, confined space entry, fall prevention, respiratory protection, scaffold safety, hazard communication, lead abatement, hearing conservation, and personal protective equipment. Additionally, our foremen are trained competent persons and continuously review jobsite safety through the use of a daily job hazard analysis protocol. V. Quality Control All employees are extensively trained in the use of the specialty equipment associated with water tank and tower painting and thus specialize in this work. All of our journeymen have at least three years of on-the-job training and have achieved mastery of the skills necessary to deliver a product of the highest quality to our customers. From sandblasting - to application of high performance coatings - to environmental monitoring, our employees have the skills to assure consistent quality results of the highest standards. As a testament to this, Jetco, Ltd, has been the recipient of the following major national honors: 2005 - SSPC Painting of Complex Structures National Award Winner - Woodfield Mail Water Tower, Schaumburg, IL, 2006 - TNEMEC Tank of the Year National Award Winner - Village of Rosemont Water Tower, Rosemont, IL. 2008 - TNEMEC Tank of the Year National Award Winner - Village of Lake Villa Water Tower, Lake Villa, IL 2013 - TNEMEC Tank of the Year Finalist - City of Silvis Water Tower, Silvis, IL THIS SECTION INTENTIONALLY LEFT BLANK JETCO, L TO. * Sl)ecial Coatings and Linings ContractorsSince 1966 PO Box 908 Lake Zurich, Illinois 6047 * ph:847.438.4550 * fitx 847.438.3962 Jetco, Ltd has maintained our banking relationship with the same institution since our inception in 1966, Below you will find our bank reference: Michael Henrichs Vice President 1201 S MilwaukAr--Av--. Libertyville, IL 60048 (847) 816-4218 Thank you for considering Jetco, Ltd. for your painting project. If you need any further information, please do not hesitate to contact us. Sincer,ely, Kenneth Brent President 1966