Loading...
HomeMy WebLinkAbout05/16/2017 High Service Pump RepairsMIDWEST Z. 55860 Russell Industrial Parkway / Mishawaka, Indiana 46545 / 574.254.9050 / Fax 574.254.9650 HORIZONTAL PUMP INSPECTION REPORT Owner Village of Mount Prospect City Mount Prospect State Illinois Pump No. HS 1 Location Station # 17 Phone 847-870-5640 - cell Person to Contact Application System Booster Matt Overeem Test Completed Through Meter X Motor HP 50 Make Pump Mfg. Weinman Flange/Thread Size U.S. Volts Rated Capacity: 1000 GPM 130' TDH Size of Packing Mech. Seal Date Installed Dates of Overhaul Serial No. Confined Space Entry? No 230/460 RPM 1778 Phase 3 115723 Operating Pressure 62# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Cla Is Check Valve Leaking? valve Change Motor Oil & Grease X Repack Pump MS Grease Pump Pump is Presently Developing 1088 GPM 116' TDH Projected Curve Capacity 1000 GPM 119' TDH Rated Shut Off Head 155 ft. Calculated Shut Off Head 132 ft. 56.8 Full Load Amps Electrical Data With Pump in Operation: 480 Volts Can Electrical Control Box Be Locked Out? Yes Materials Needed to Test Pumr Meter Test 50.3 / 49.7 / 51.2 Amps Remarks Meter Test. Test Ran At Full Speed. Pump and motor off by less than 0.04 on all axis. Thermal Imaging shows no areas of concern. To pull motor and pump, there is a beam where you can hang their hoist, which travels on the beam. Need 4 -wheel cart and smeal to load pump. Inspected By Ron Hughes Date Inspected January 17, 2017 SUCTION SHUT OFF DISCHARGE DATE G.P.M. PRESSURE BOOST TDH PRESSURE (OR LIFT) PRESSURE ORIGINAL - No Original Data Available - AFTER LAST TEST 2014 66# 926 3# 57# 125' PRESENT AT LINE 2017 66# 1088 9# 59# 116' PRESSURE Test Completed Through Meter X Motor HP 50 Make Pump Mfg. Weinman Flange/Thread Size U.S. Volts Rated Capacity: 1000 GPM 130' TDH Size of Packing Mech. Seal Date Installed Dates of Overhaul Serial No. Confined Space Entry? No 230/460 RPM 1778 Phase 3 115723 Operating Pressure 62# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Cla Is Check Valve Leaking? valve Change Motor Oil & Grease X Repack Pump MS Grease Pump Pump is Presently Developing 1088 GPM 116' TDH Projected Curve Capacity 1000 GPM 119' TDH Rated Shut Off Head 155 ft. Calculated Shut Off Head 132 ft. 56.8 Full Load Amps Electrical Data With Pump in Operation: 480 Volts Can Electrical Control Box Be Locked Out? Yes Materials Needed to Test Pumr Meter Test 50.3 / 49.7 / 51.2 Amps Remarks Meter Test. Test Ran At Full Speed. Pump and motor off by less than 0.04 on all axis. Thermal Imaging shows no areas of concern. To pull motor and pump, there is a beam where you can hang their hoist, which travels on the beam. Need 4 -wheel cart and smeal to load pump. Inspected By Ron Hughes Date Inspected January 17, 2017 MIDWEST Z. 55860 Russell Industrial Parkway / Mishawaka, Indiana 46545 / 574.254.9050 / Fax 574.254.9650 HORIZONTAL PUMP INSPECTION REPORT Owner Village of Mount Prospect City Mount Prospect State Illinois Pump No. HS 2 Location Station # 11 Phone 847-870-5640 Person to Contact Application System Booster Matt Overeem Test Completed Through Meter X Flange/Thread Size Motor HP 100 Make U.S. Volts Pump Mfg. Peerless Serial No. Rated Capacity: 2780 GPM 116' TDH Size of Packing 1/2" Date Installed Dates of Overhaul 1968 Confined Space Entry? 460 RPM 1780 322950 Operating Pressure No Phase 3 54# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Is Check Valve Leaking? No Change Motor Oil & Grease X Repack Pump Grease Pump Pump is Presently Developing *1103 GPM *183' TDH Projected Curve Capacity 2780 GPM *130' TDH Rated Shut Off Head 175 ft. Calculated Shut Off Head *204 ft. 113 Full Load Amps Electrical Data With Pump in Operation: 480 Volts 55 / 55 / 66 Amps Can Electrical Control Box Be Locked Out? Yes Materials Needed to Test Pumr Meter Test. Remarks Meter Test. *Test Ran at 1468 RPM, Projected Results at 1750 RPM. Pump and motor off by less than 0.06 on all axis. Thermal imaging shows no areas of concern. To pull motor and pump, need engine hoist and 4 -wheel cart. Need smeal to load up pump. Unit has a VFD. Inspected By Ron Hughes Date Inspected January 19, 2017 SUCTION SHUT OFF DISCHARGE DATE G.P.M. PRESSURE BOOST TDH PRESSURE (OR LIFT) PRESSURE ORIGINAL - No Original Data Available - 1190R@ 1600 AFTER LAST TEST 2015 70# 6# 64# 134' PRESENT AT LINE 2017 67# 925RPM468 5# 61# 129' PRESSURE Test Completed Through Meter X Flange/Thread Size Motor HP 100 Make U.S. Volts Pump Mfg. Peerless Serial No. Rated Capacity: 2780 GPM 116' TDH Size of Packing 1/2" Date Installed Dates of Overhaul 1968 Confined Space Entry? 460 RPM 1780 322950 Operating Pressure No Phase 3 54# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Is Check Valve Leaking? No Change Motor Oil & Grease X Repack Pump Grease Pump Pump is Presently Developing *1103 GPM *183' TDH Projected Curve Capacity 2780 GPM *130' TDH Rated Shut Off Head 175 ft. Calculated Shut Off Head *204 ft. 113 Full Load Amps Electrical Data With Pump in Operation: 480 Volts 55 / 55 / 66 Amps Can Electrical Control Box Be Locked Out? Yes Materials Needed to Test Pumr Meter Test. Remarks Meter Test. *Test Ran at 1468 RPM, Projected Results at 1750 RPM. Pump and motor off by less than 0.06 on all axis. Thermal imaging shows no areas of concern. To pull motor and pump, need engine hoist and 4 -wheel cart. Need smeal to load up pump. Unit has a VFD. Inspected By Ron Hughes Date Inspected January 19, 2017 Bid Request for High Service Pump Rehab 2017 BID OPENING: May 1st, 2017 - 1:00 p.m. local time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for High Service Pump Rehab 2017 Sealed bids will be received until 1:00 p.m. on May 1st, 2017 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, In a separate, sealed envelope please submit bid clearly marked "Sealed Bid for High Service Pump Rehab 2017". All work under this Bid and the resulting contract must comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Plans and specifications may be obtained from Mount Prospect Public Works website at: www.mountprospect.org/bids. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. A bid bond or bid security in the amount of $500 is required. 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/or informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael J. Cassady 1 High Service Pump Rehab 2017 Table of Contents Section Page Notice to Bidders 1 Table of Contents 2 Instructions to Bidders 6 Scope 9 Specifications 15 General Conditions 17 Proposal Form - Exhibit A 26 Bid Form 29 Affidavit — Bid Certification Form 32 Bid Security 34 Bid Sheet 35 Contract - Exhibit B 39 2 VILLAGE OF MOUNT PROSPECT High Service Pump Rehab 2017 The Village of Mount Prospect is seeking proposals for: High Service Pump Rehab 2017 PROJECT SCOPE The Contractor shall provide, at a minimum, the following work: • The Village of Mount Prospect (Village) is seeking proposals from qualified firms for the rehabilitation of the following two (2) pump and motor assemblies: 1. Station 11 pump 2- Peerless 100 HP horizontal split case 2. Station 17 pump 1 — Weinman 50 HP horizontal split case This proposal will include the removal, investigation and diagnosis, subsequent repair of pump, replacement of the motor -pump coupling, replacement of the existing motor with a new premium efficiency, inverter duty AC motor, and the re -installation, testing and alignment of the pump and motor assembly. The repair/replacement of mounting rails, base pad and /or safety shroud will be performed based on based on price proposal. The repair/replacement of any piping and or fittings will be performed based on price proposal. • Fulfill all items and requirements listed in the General Conditions and Specifications. • Perform any and all additional work, as required by the Director of Public Works, for the unit cost(s) indicated on the Bid Sheet. 3 1. RECEIPT OF PROPOSALS Sealed bid proposals to provide High Service Pump Rehab 2017 must be received in Village Manager's Office at 50 So Emerson St., 3rd floor, Mount Prospect, Illinois 60056, no later than 1:00 p.m. on Monday, May 1st, 2017. Bids arriving after that time will not be accepted. Mailed bids, which are delivered after the specified hour, will not be accepted regardless of postmarked time on the envelope. Electronic mail (email) and/or facsimile transmitted bids will not be accepted. All bid proposals will be publicly opened and prices read aloud thereafter on the same date at the Mount Prospect Village Hall, 50 South Emerson Street, Mount Prospect, Illinois. 2. HOW TO SUBMIT A BID The bid proposal must be delivered in a sealed envelope to the Village Hall and marked to the attention of the "Village Manager". The bid proposal must be clearly marked: "Sealed Bid High Service Pump Rehab 2017" and the date of the bid opening. No proposal will be considered unless it is submitted on the bid proposal form, Exhibit A, included in this bid packet. The bid proposal must be typewritten or legibly completed in ink. Any erasures or revisions in the bid proposal must be initialed by the person signing the proposal. Should a bidder wish to qualify his bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letter size sheets of paper, separate from the proposal form but included within the sealed proposal. It will be the sole responsibility of the bidder to ensure that his or her bid reaches the Mount Prospect Village Manager's Office on or before the deadline for bid submissions set forth above. Any bid that is not sealed or marked as specified in the requirements for submitting a bid will be disqualified from the bidding process. 3. QUALIFICATION OF BIDDERS To be entitled to consideration, bids must be submitted in accordance with this Notice to Bidders and the "Village of Mount Prospect Instructions to Bidders", and on the Proposal Form (Exhibit A). In addition, bidders must be licensed to do business in the Village of Mount Prospect, and must furnish satisfactory evidence of their professional experience and ability to meet the performance requirements of the High Service Pump Rehab 2017 (Exhibit 8). 4. AWARD OF CONTRACT TO SUCCESSFUL BIDDER The Village of Mount Prospect will be the sole interpreter of all bid documents, and reserves the right to make its own assessment of bids received; to reject any El and all bids; to waive irregularities and technicalities in the bids; to further negotiate details of the contract with the low bidder after award of the contract; and to award the contract based upon its consideration of the following criteria as well as relevant statutory provisions: a) Lowest responsible bidder. b) The ability, capacity, and skill of the bidder to perform the contract to provide the service required. 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. f) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. g) The sufficiency of the financial resources and ability of the bidder to perform the contract and provide the service. h) The ability of the bidder to provide future maintenance and service. i) The number and scope of conditions attached to the bid. j) Whether the bidder has a place of business in the Village. k) Responsiveness to the exact requirements of the invitation to bid. 1) Ability to work cooperatively with the Village and its staff. m) 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. n) Such other factors as would be in the best interest of the Village and its operations. The Village of Mount Prospect may make such inspections, as it deems necessary, including the right to inspect all bidder worksites related to the bid. 5. CONTRACT The specifications and terms for award of this contract include all of those set forth in this Notice to Bidder, the Instructions to Bidder, the Proposal Form (Exhibit A), the Specifications, the General Conditions, the Bid Form, the Affidavit — Bid Certification Form, the Bid Security Form, the Bid Sheet and High Service Pump Rehab 2017 (Exhibit B). The successful bidder will be required to execute the Contract for the duration specified and the successful bidder's submitted Bid Proposal Form will be attached to and incorporated into that Contract. 5 VILLAGE OF MOUNT PROSPECT INSTRUCTIONS TO BIDDERS To be entitled to consideration, bids must be made in accordance with the following instructions: 1. The Village of Mount Prospect reserves the right to reject any or all bids, or any part thereof, or to accept any bid or any part thereof, or to waive any information in any bid when, it its opinion, the best interest of the Village will be served by such action. 2. Bidders may withdraw or cancel their bid, in written form, at any time prior to the advertised bid opening time. Any bid submitted will be binding for 90 calendar days after the date of bid opening. No plea of ignorance by the bidder as to the conditions that exist or that may exist hereafter as a result of failure or omission on the part of the bidder to make the necessary examinations and/or investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. 3. 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. 4. All bidders must submit the following information on or before the deadline for bid submittal: (a) the location of the bidder's permanent place of business; (b) evidence of the ability to provide an efficient and adequate plan for executing the services requested; and (c) any additional evidence tending to show that the bidder is prepared adequately to fulfill the contract. 5. Bidders shall include with their bid, on a separate attachment to the bid, the names of three (3) references regarding their qualifications by experience, ability, personnel and equipment to perform the services required by the bid specifications. The 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. 6. All bidders agree that a complete background investigation of the principals of the bidder and all employees who will perform the required services on behalf of the bidder may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all the necessary information to complete the background inquiries. The Village, at its complete discretion, may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 7. 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 has failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 8. 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 C. (720 ILCS 5/33E-3 and 5/33E-4); compliance with the Illinois Drug Free Workplace Act (30 ILCS 580/1 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 the Illinois Human Rights Act (775 ILCS 5/2-105, as amended). 9. Any bidder in doubt as to the true meaning of any part of the Specifications or other did documents shall submit a written request for interpretation Matt Overeem, Superintendent, no later than five (5) calendar days prior to the 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. 10. Prices shall be provided for all items and service required to be performed under the contract. 11. All equipment and material bid shall be in accordance with all applicable federal, state and local laws, rules and regulations in effect at the time of the bid. 12. Bids will be considered on equipment or material complying substantially with the specifications, provided each deviation is stated and the substitution is described, including technical data when applicable, in a letter attached to the bid. The Village reserves the right to determine whether such substitutions or deviations are within the intent of the specifications and will reasonably meet the service requirements of the applicable Village Department. Brand names which may be mentioned in the specifications do not indicate a preference and are used only as a reference to the type and quality of materials or equipment desired. 13. The brand name and/or manufacturer of each item proposed must be clearly stated. Guarantee and/or warranty information must be included with this bid. 14. 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 the federal Occupational Safety and Health Act ("OSHA"), are being complied with in connection with the bid and any resultant contract or purchase by the Village. 15. All municipal, county, and State of Illinois sales taxes and federal excise taxes, which are NOT applicable to sales to the Village of Mount Prospect, must be excluded from bid prices. 16. Prices shall be stated in units when applicable and quotation made on each item separately. In case of conflict, unit price shall govern. 7 17. Bidders must be sure to specify any terms which they wish to offer in the space provided. Cash discounts will be deducted from the base bid in determining the low bidder. 18. A bid deposit in the amount of five hundred US dollars ($500.00), payable to the Village, is required. 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. 19. In case of default by the bidder, the Village may procure the services from other sources and may deduct the cost of such services from the unpaid balance due the bidder, or may collect against the bond or surety for excess costs so paid, and the prices paid by the Village shall be considered the prevailing market price at the time such purchase is made. 20. The bidder shall hold the Village, its officers, employees and agents, harmless from liability of any nature or kind on account of the Village's use of any copyrighted or uncopyrighted composition, trade secrets, secret process, proprietary rights, patented or unpatented invention, article or appliance furnished or used under the bid specifications. 21. The successful bidder is specifically denied the right of using in any form or medium the name of the Village for any advertising, promotion or reference unless express written permission is granted by the Village. 22. The opaque envelope containing the bid shall be marked plainly, "SEALED BID" — High Service Pump Rehab 2017 noted on the outside of the envelope along with the date of the bid opening. (See also Notice to Bidders requirements). 23. The bidder's submittal shall include the completed Proposal Form. The Village will strictly hold the bidder to the terms of the Proposal Form. The Proposal Form must be executed by a person having the legal right and authority to bind the bidder. Questions about this Request for Bids should be directed to: High Service Pump Rehab 2017 Attn. Matt Overeem, Superintendent Mount Prospect Public Works Department 1700 West Central Road Mount Prospect, Illinois 60056 Phone: 847.870.5640 Email: movereem@mountprospect.org E:? SCOPE OF WORK AND SPECIFICATIONS — 1. Program Overview/ Background The Village of Mount Prospect owns, maintains, and operates a water distribution system throughout the Village. The Village operates a water distribution system that utilizes five (5) water booster pumping stations with thirteen (13) high -service pumps to circulate and distribute water throughout the Village. The Village annually tests the high service pumps and motor assemblies to identify issues which would then be addressed on either an emergency or regular capital project basis. The work in this bid was identified as regular work with the needed repairs placed in the Village's capital project. In 2017, the High Service work is to be completed prior to September 30, 2017. The contractor shall provide all labor, equipment and materials to complete the work requested in this Bid. 2. Scope of Work The Village of Mount Prospect (Village) is seeking proposals from qualified firms for the rehabilitation of the following two (2) pump and motor assemblies: 1. Station 11 pump 2- Peerless 100 HP horizontal split case 2. Station 17 pump 1 — Weinman 50 HP horizontal split case This proposal will include the removal, investigation and diagnosis, subsequent repair of pump, replacement of the motor -pump coupling, replacement of the existing motor with a new premium efficiency, inverter duty AC motor, and the re -installation, testing and alignment of the pump and motor assembly. The repair/replacement of mounting rails, base pad and /or safety shroud will be performed based on price proposal. The repair/replacement of any piping and or fittings will be performed based on price proposal. Pump services are to include- disassemble pump, cleaning of all parts and a thorough inspection and repair to like new. Skim cut impellor hubs, fabricate and install new impellor wear rings and re -assemble pumps. Clean and paint motor and pump assembly including cast iron discharge assembly as applicable — Benjamin Moore latex hi -gloss metal in California Blue 2060-20. There are optional pricing requests — to epoxy coat the interior volute assembly and/or to add the AEGIS ring assembly to each motor, if needed, to fix the bench and rails for a pump and to install protective coupling shrouds. The pump/motor assemblies can be removed and taken out of service one unit at a time during the period of July through September 2017. The Village may allow two (2) pumps out of service at one time depending upon system demand; the Contractor shall coordinate the removal and re -installation dates with Village staff. IS] The work performed shall be in accordance with the provisions of the Illinois Prevailing Wage Act 820 ILCS 130/0.01 et seq. and Employment of Illinois Workers on Public Works Act (30 ILCS 570/). The scope and scale of each project may be limited or reduced by available funding. Please ensure that each item stands alone as a separate project as the Village may reduce the total repairs to meet the budget. The Village may choose to perform one or both of the pump rehab repairs plus any of the optional pricing, depending upon available budget at its sole discretion. For each of the pump and motor assemblies to be rehabilitated; we are attaching a photograph and the latest pump report. Station 11 Station 11 pump 2- Peerless 100 HP horizontal split case 10 PEERL,E,SSd MIDWEST 'Z 55860 Russell Industrial Parkway / Mishawaka, Indiana 46545 1574.254.9050 / Fax 574.254.9650 HORIZONTAL PUMP INSPECTION REPORT Owner Village of Mount Prospect City Mount Prospect State Pump No. HS 2 Location Station # 11 Phone 847-870-5640 Person to Contact Illinois Application System Booster Matt Overeem Test Completed Through Meter X Flange/Thread Size_ Motor HP 100 Make U.S. Volts Pump Mfg. Peerless Serial No, Rated Capacity: 2780 GPM 116' TDH Suze of Packing 1/2" Date Installed Dates of Overhaul Confined Space Entry? 460 RPM 1780 322950 Operating Pressure Phase 3 54# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Is Check Valve Leaking? No Change Motor Oil & Grease X Repack Pump_ Grease Pump_ Pump is Presently Developing *11103 GPM *1183' TDH Projected Curve Capacity 2780 GPM *130' TDH Rated Shut Off Head 175 ft. Calculated Shut Off Head *204 ft. 1113 Full Load Amps Elect6cal Data With Pump in Operation: 480 Volts 55 / 55 / 66 Amps Can Electhcal Control Box Be Locked Out? Yes Materials Needed to Test PumF Meter Test, Remarks.MeterTest. *Test Ran at 1468 RPM, Projected Results at 1750 RPM. Pump and motor off by less than 0.06 on all axis, Thermal imaciina shows no areas of concern. To i motor and pump, need engine hoist and 4 -wheel cart. Need smeal to load up pump. Unit has a VFD. Inspected By Ron Hughes Date Inspected January 19, 2017 11 SUCTION IDATE SHUT OFF GY.K PRESSURE DISCHARGE BOOST TIDH PRESSURE PRESSURE (OR LIFT) ORIGINAL - No C)Hginal Data Available - 1190@ 1600 AFTER LAST TEST 2015 70# 6* 64# 134' RPM PRESENT AT LINE 2017 67# I 925 @ 1468 I 5# 611# I I PRESSURE RPM Test Completed Through Meter X Flange/Thread Size_ Motor HP 100 Make U.S. Volts Pump Mfg. Peerless Serial No, Rated Capacity: 2780 GPM 116' TDH Suze of Packing 1/2" Date Installed Dates of Overhaul Confined Space Entry? 460 RPM 1780 322950 Operating Pressure Phase 3 54# THE FOLLOWING IS TO BE PERFORMED DURING EACH INSPECTION Is Check Valve Leaking? No Change Motor Oil & Grease X Repack Pump_ Grease Pump_ Pump is Presently Developing *11103 GPM *1183' TDH Projected Curve Capacity 2780 GPM *130' TDH Rated Shut Off Head 175 ft. Calculated Shut Off Head *204 ft. 1113 Full Load Amps Elect6cal Data With Pump in Operation: 480 Volts 55 / 55 / 66 Amps Can Electhcal Control Box Be Locked Out? Yes Materials Needed to Test PumF Meter Test, Remarks.MeterTest. *Test Ran at 1468 RPM, Projected Results at 1750 RPM. Pump and motor off by less than 0.06 on all axis, Thermal imaciina shows no areas of concern. To i motor and pump, need engine hoist and 4 -wheel cart. Need smeal to load up pump. Unit has a VFD. Inspected By Ron Hughes Date Inspected January 19, 2017 11 Station 17 Station 17 pump 1 —Weinman 50 HP - horizontal split case 12 PEERLESSIJ 5586URussell Industrial Parkway / Mishawaka, Indiana 46545/S74.2S4905W/Fax S74.Z54965G HORIZONTAL PUMP INSPECTION REPORT Owner Village mfMount P ospect city Mount Prospect State Illinois Pump No. HS ll Location Station # 17 847-870-5640 cellMatt Overeem Person to Contact Apphcation System Booster Test Completed Through Meter X_ F|ange/Threa6Size___ Motor HIP 50 Make U.S. Vohs Pump Mfg, Weinman Serial No. Rated[apacity:_1000_GPM '130'_TDH Size of Packing Mech. Sea Date Installed Dates of Overhaul Confined Space Entry? 4o 230/460 RPM 1778 Phase 115723 Operating Pressure 62# THE FOLLOWING k5T3BEPERFORMED DURING EACH INSPECTION o° bCheck VailveLeaking? Valve_ Change Motor Oil & Grease- _'XRepack Pump MS_ GreasePump____ Pump isPresently Developing 1098 GPM 1116.Tom Projected Curve Capacity .V000_GPM _1119.ToH Rated Shut Off Head 155ft. Calculated Shut Off Head 132 ft, 56,8Full Load Amps Electrical Data With Pump inOperation: 480 Volts 503 / 497 / 51�2 Amps Can Electrical Control Box 8eLocked Out? Yes Materials Needed toTest Pum Meter Test RemarksFull Speed. Pump and motor off by less than 0.04 on all axis. Thermal I shows no areas of concern. To N motor and pump, there is a beam where Need 4+whee|cart and smeailm`load Inspected By Ron Hughes Date Inspected January 17 2017 13 SUCTION IDATE SHUT OFF G.PK PRESSURE DISCHARGE BOOST TDH PRESSURE PRESSURE (OR LIFT) ORIGINAL - No Original Data Available - AFTER LAST TEST 201�4 66# 926 3# 57# 125' PRESENT AT LINE 201�7 66# 1088 9# 59# Test Completed Through Meter X_ F|ange/Threa6Size___ Motor HIP 50 Make U.S. Vohs Pump Mfg, Weinman Serial No. Rated[apacity:_1000_GPM '130'_TDH Size of Packing Mech. Sea Date Installed Dates of Overhaul Confined Space Entry? 4o 230/460 RPM 1778 Phase 115723 Operating Pressure 62# THE FOLLOWING k5T3BEPERFORMED DURING EACH INSPECTION o° bCheck VailveLeaking? Valve_ Change Motor Oil & Grease- _'XRepack Pump MS_ GreasePump____ Pump isPresently Developing 1098 GPM 1116.Tom Projected Curve Capacity .V000_GPM _1119.ToH Rated Shut Off Head 155ft. Calculated Shut Off Head 132 ft, 56,8Full Load Amps Electrical Data With Pump inOperation: 480 Volts 503 / 497 / 51�2 Amps Can Electrical Control Box 8eLocked Out? Yes Materials Needed toTest Pum Meter Test RemarksFull Speed. Pump and motor off by less than 0.04 on all axis. Thermal I shows no areas of concern. To N motor and pump, there is a beam where Need 4+whee|cart and smeailm`load Inspected By Ron Hughes Date Inspected January 17 2017 13 Report Date 2/6/2017 Company Peerless (Midwest Inc. Address 55860 Russell Industrial Parkway Thermographer Ron Hughes Inspection Report Customer City of Mt. Prospect, IL Site Address 1700 W. Central Road, IMt. Prospect, IIL 60005 Contact Person IMatt Oveireern Camera Modell FUR T300 Lab&10 No Anomalies Detected Image Date 1/117120,17 2:59:16 PIVII Image Name IMt. Prospect HS 17-2 (2).jpg Emissivity 0.55 Reflected apparent 70.0 `F temperature 14 SPECIFICATIONS: 1. The Village of Mount Prospect seeks to contract with a qualified service provider to furnish and supply any and all labor, materials and services: 1. The following work or services shall be incidental to the base bid unit price for each pump -motor assembly: 1.0.1 For the removal of each existing pump/motor assembly. 1.0.2 For the evaluation, diagnosis and repair (as needed) of the bench or rails of the pump/motor assembly. The replacement or repair of the bench and/ or rail assembly of each pump/motor assembly will be considered incidental except where noted as an alternate bid item. This repair may include repair or replacement of concrete or epoxy concrete work along with the painting of any new concrete to match existing. 1.0.3 For the diagnosis, inspection, evaluation and subsequent repair or replacement of each pump assembly. Cleaning of all parts. Skim cut impellor hubs, if needed. Fabricate and install new impellor wear rings. Reassemble the pump assembly. 1.0.4 The Contractor shall replace all bearings and wear rings under this project. 1.0.5 To clean and paint cast iron surface discharge assembly and final pump and motor assembly — Benjamin Moore latex hi -gloss metal in California Blue 2060-20. 1.0.6 Contractor shall install a new coupling (sized appropriately) using a Falk Steelflex Grid Coupling T10 assembly sized and rated appropriately. 1.0.7 Contractor to replace the safety shroud over the coupling on the pump/motor assembly with a Rexnord `Orange Peel' rotating shaft guard, polyethylene, of appropriate size. 1.0.8 For the motor replacement; replace with a brand new premium -efficiency, inverter duty motor of the same voltage and phase as previous. The motors shall be US Electrical Motors, unless otherwise agreed to by the Village. The motor name tag must include the words "inverter duty' or `inverter grade' as shown below. 1.0.9 To provide a minimum two (2) year warranty on all parts and labor. To provide all warranty information with invoicing. 1.0.10 To provide quality assurance programs and procedures to ensure proper repair and/or replacement of the pump and motor assembly. 1.0.11 To provide any other related services that is customary in the industry and/ or necessary to perform such construction or work. Any additional work or services provided shall be clearly noted in the bid. 15 Upon disassembly & inspection, the contractor shall in conjunction with the Village determine exactly which parts and services are required in order to restore the pump back to `like new' condition. All of this work shall be repaired subject to the pricing submitted for each item by the Contractor and subject to the approval and acceptance by the Village. For the coating of the interior of the pump volutes with Enecon or Tnemec 140 epoxy coating (NSF rated for potable water pumps). This item shall be subject to acceptance of the alternate pricing by the Village. This does not apply to the vertical pump assembly. For the installation of the Aegis Bearing Protection Ring for each motor. Motors up to 100HP shall be provided with a minimum of one shaft grounding ring installed either on the drive end or non -drive end installed in accordance with manufacturer's specification using colloidal silver shaft coating. Information has been received that US Electric Motors now includes AEGIS bearing protection as standard on all new inverter duty premium efficient motors. The alternate pricing line allows for bidder to offer an "equal" new motor and then add any additional cost for the Aegis protection. Do not submit alternate pricing for this item if you are bidding a NEW US Electric motors with built-in Aegis ring protection. To inspect and replace as needed any piping, valves or other pipe fittings needed to ensure non -turbulent water flow as authorized by the Village and up to allowance amount provided. This item shall be subject to acceptance of a separate price proposal by the Contractor by the Village. 2. SITE CLEAN-UP The contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. 3. DAMAGE Damage to the booster station caused by the contractor shall be repaired by the contractor to its original state prior to the final invoice being paid. Damage to the booster station shall include, but not be limited to, cracking of concrete, scrapes, marks or other damage to walls, doors or other fixtures, paint spills. 4. SCHEDULING The contractor shall schedule all work with the Public Works Director or his designee. The sandblasting and painting of most items shall be done during regular business hours, 7 am to 3 pm. 16 GENERAL CONDITIONS A. Award of Contract; Performance; Payment 1. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) business days of delivery of the Notice of Award, by personal service or registered or certified U.S. Mail, postage prepaid and receipt requested, the contractor shall execute the contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. 2. Upon the Village's receipt of the executed contract, required bonds and certificate of insurance, the Village will issue and send to the contractor a Notice to Proceed that will start the performance period. 3. Substantial Performance; Final Completion. (a) The Contract shall be substantially performed within ninety (90) 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 thirty (30) days after the Substantial Performance Date (the "Final Performance Date"). 4. 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. 5. 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. 6. 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 17 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.i1.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. 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. 7. The Village reserves the right to alter the scope of the required services to be performed, add such incidental services as may be necessary and increase or decrease the services to be performed to accord with such changes, including the deduction or cancellation of any one or more or the services. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. 18 8. The performance of the required services shall be done under the supervision of the Village's Director of Public Works or his/her designee who shall decide all questions that arise as to the quality and acceptability of materials furnished, services performed, manner of performance, acceptable fulfillment of the contract, compensation and the disputes and mutual rights between contractors under the Specifications. 9. If the contractor fails to begin providing the services within the specified time, or fails to perform these services in accordance with the terms of the approved schedule or performs the services in a manner unacceptable to the Village, or if the contractor becomes insolvent or is declared bankrupt, or makes an assignment for the benefit of creditors, or from any other cause fails to perform the required services in a manner required by the contract, the Village shall give notice 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, does not proceed in accordance therewith, then the Village shall have the full power and authority to declare the contract and the contractor in default, and to forfeit the rights of the contractor in the contract. 10. All costs and charges incurred by the Village, together with the cost of performing the required services shall be deducted from any monies due or which may become due to the contractor under the 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 the performance of required services during the contract period, 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 performance of the required services under the contract, the contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. B. Performance of the Required Services 1. 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. The performance of services under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary, in accordance with the contract documents. 19 3. The performance of services shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the diligent execution of the contract. The Village or its inspectors shall be furnished with such information and assistance by the contractor as is required to make a complete and detailed inspection. Completed performance of services not complying with the contract may be rejected by the Village and shall be performed again by the contractor at no expense to the Village. 4. 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 the completion of any contractual obligations under the contract. 5. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to perform the services required, and the contractor shall provide identification of its personnel if requested by the Village. Any contractor's employee or representative whose employment is reasonably detrimental or objectionable to the Village shall be transferred immediately 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 performance of the services required under the contract, or as making the Village responsible for safety. 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 OSHA and the 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 the award of the bid. 6. 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 competent in the English language. C. Bond; Insurance; Indemnification 1. Insurance Requirements. In the submission of a bid, the bidder is certifying that it has all the insurance coverage required by law or that would normally be expected for the bidder's type of work. In addition, the bidder is certifying that, as the 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 an 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: 20 711 Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability Bodily Injury Property Damage Contractual Ins. Automobile Liability Bodily Injury Property Damage Workers Compensation Employee Claims Employers Liability $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $3,000,000 $3,000,000 $3,000,000 $1,000,000 $1,000,000 Statutory for Illinois $1,000,000 per accident 2. Indemnification. The contractor shall indemnify and save harmless the Village, its officers, employees and agents from any and all liability, losses or damages, including attorney's fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including workers' 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 attorney's fees 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. The 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 or unpatented invention, article or appliance furnished or used under the bid Specifications. Compliance with Laws 1. 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 proposal or proposals, 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 21 or damage which the Village may suffer thereby, and the Village may advertise for new bids for performance of the required services. 2. 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 Village, its officers, agents and employees against any claim or liability arising from or based on his violation of any law, ordinance, regulation, decree or court order. The bidder and contractor, as the successful bidder, shall comply with all applicable federal, state and local laws, including, but not limited to, the following: a. Bid Ripping/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 pursuant to 65 ILCS 5/11-42.1-1. 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 pursuant to 30 1 LCS 580, et seq. d. Preference to Veterans Act. The contractor will comply with the Preference to Veterans Act, 330 ILCS 55, et seq. f. Non -Discrimination. The contractor will comply with the Illinois Public Works Employment discrimination Act, 775 1 LCS 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 that will be produced to the Village upon request, and the Rules and Regulations of the Illinois Department of Human rights, including the EQUAL EMPLOYMENT OPPORTUNITY 22 CLAUSE, that is a material term of all public contracts, as set forth in Exhibit B. h. 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 has contracted. The Village will have only a very short 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 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 within two (2) business days of the request being made by the Village. The bidder/contractor agrees to indemnify and hold harmless the Village 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 under the contract. E. Work Guaranty 1. 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 proposal), 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 23 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 prior to final payment and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. F. 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 the necessary licenses and permits in connection with the work under the contract. 3. Non -assignability. 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. 24 EXHIBIT A (upon award of contract, this is to be attached to High Service Pump Rehab Contract as Exhibit A) Proposal Form Village of Mount Prospect High Service Pump Rehab Contract OWNER INFORMATION Owner Name- ame: Address- Address: Business Business Name: Business Address: Home Phone: This Business is a: Date Of Birth: Business Phone: ❑ Individual Proprietorship ❑ Joint Venture ❑ Partnership ❑ Corporation If applicable, give names, addresses, and dates of birth of all partners, officers or directors. Name Address Date of Birth Has the applicant, business, or member of the business ever had a license or contract revoked, suspended or cancelled? ❑ YES If yes, explain in full detail on a separate sheet of paper. 25 ❑ NO Does the business currently hold a license or have a contract with any other municipality for service? ❑ YES ❑ NO If yes, explain in full on a separate sheet of paper. Have any complaints against the business been filed with the Illinois Commerce Commission, the Office of the Illinois Attorney General, or any other governmental body during the period of one year prior to the date of this proposal? ❑ YES ❑ NO If yes, explain in full on a separate sheet of paper. Please note, the Village reserves the right to conduct its own search with the Illinois Commerce Commission, the Illinois Attorney General, or any other governmental body, and may take into consideration any complaints and/or pending complaints made against the business or owner. In submitting this Proposal Form requesting award of the Village of Mount Prospect High Service Pump Rehab Contract, I hereby certify that: 1. 1 will not assign or subcontract High Service Pump Rehab for the Village without prior written approval of the Corporate Authorities of the Village of Mount Prospect; 2. Neither I, nor any person who will be working on my behalf, has been convicted under the laws of Illinois or any other state of an offense which under the laws of this state would be a felony involving the theft of property, violence to persons, or criminal damage to property. Please note that in the case of a person whose last conviction was more than two years past, and can demonstrate a compelling showing that he/she is nevertheless fit, such person or operator may be approved by the Village Manager if otherwise eligible; 3. 1 am not barred by law from contracting with the Village because of a conviction for prior violations of either Sections 33E-3 or 33E-4 of the Illinois Criminal Code of 1965 (720 ILCS 5/33E-3 (Bid Rigging) or 720 ILCS 5/33-4 (Bid Rotating)); 4. 1 am not delinquent in payment of any taxes to the Illinois Department of Revenue pursuant to Section 11-42.1-1 of the Illinois Municipal Code (65 ILCS 5/11-42.1-1) or in any payment, fee or tax owed to the Village; 5. 1 provide a drug free workplace pursuant to the Drug Free Workplace Act (30 ILCS 580/1, et seq.); 6. 1 shall comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), and the Rules and Regulations of the Illinois Department of Human Rights, including establishment and maintenance of a sexual harassment policy as required by Section 2-105 of that Article and Act 7. 1 shall comply with the Americans with Disabilities Act; 26 8. 1 shall comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1 et seq.); and 9. All of the information I have provided in this Application has been truthful and given in good faith. I have read and understand the information provided with this Proposal Form, including the Notice to Bidders, Instructions to Bidder, the General Conditions, the Specifications and the Village of Mount Prospect High Service Pump Rehab Contract, and agree to abide by the conditions set forth therein. My signature below indicates my acceptance of all such conditions and my bid for award of the Village of Mount Prospect High Service Pump Rehab Contract. Name of Company Bid Submitted By Position in Company Phone No. Date Bidder must use the official firm name and authorized representative must sign. 27 FROM: BID FORM High Service Pump Rehab 2017 Village of Mount Prospect Department of Public Works (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: High Service Pump Rehab 2017 The bidders have familiarized themselves with the services to be performed and probable work conditions required under this Bid affecting the cost of the performance of the required services and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — High Service Pump Rehab 2017 Contract Document Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools, equipment, and services (including all utility and transportation services) required to perform the required services, all in accordance with the above listed documents. Bidder agrees to perform all of the required services and provide the equipment and materials described in the Bid Documents. Bidder has bid on all items and has provided a price for all requested services. The Bidder acknowledges it understands all the requested services for which it has submitted a bid. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the required services as incidental to the fixed item price for each item proposed. 28 In submitting this bid, the Bidder understands that the Village reserves the right to add to or subtract from the estimated quantities. The Village 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) business 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 required services and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The contractor agrees to comply with all applicable federal and state 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 Date Representative Acknowledaed 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. 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) business days. The Village will then issue a written Notice to Proceed. 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 $500.00 US Dollars in form of (check one): Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". 29 This Bid Submittal contains the following: 1) Bid Form 2) Affidavit —Bid Certification Form 3) Bid Security 4) BID SHEET(S) — High Service Pump Rehab Contract Respectfully submitted: Name of Firm/Bidder: IN (Signature) Title- itle: Date- Date: Contact Contact Information: Official Address- ddress: Telephone- Telephone: FAM A iM. ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS, ALONG WITH THE AFFIDAVIT- BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE. 30 VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM Company/Firm Name- ame: Address- Address: As 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 and has the authority to make all (Name of Company) 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 agreement 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. 31 Section IV Tax Payment The undersigned further states that is (Name of Company) 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 has (Name of Company) 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. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature 8171-39WIii 01 Title: Signed and sworn to before me this day of , 20_ My commission expires: Notary Public 32 BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of $500 US Dollars by , the bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should bidder be awarded the contract for services contemplated under this bid and fail or refuse to execute a contract for the performance of said services, 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 , 2017. 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 33 BID SHEET HIGH SERVICE PUMP REHAB 2017 The undersigned Bidder herewith submits a bid for High Service Pump Rehab 2017 in accordance with the attached documents. All bids are to be delivered to the office of the Village Manager, third floor, 50 S. Emerson Street, Mount Prospect, Illinois, 60056, prior to 1:00 p.m. on May 1st, 2017. Bidder: CONTACT: EMAIL: PHONE: SCHEDULE OF PRICES We will perform the services as outlined in the Bid Documents for sums as follows: BASE BID PAY ITEM DESCRIPTION UNIT QUANTITY UNIT COST 1 Station 11 pump/motor 92 rehab LS 1 1 2 Station 17 pump/motor #1 rehab LS 1 BASE BID - TOTAL(sum pay item 1 and 2): ALTERNATE WORK ALTERNATE BID #1— if you are not proposinE a new US Electric Motor with AeEis rinE incorporated PAY DESCRIPTION UNIT QUANTITY UNIT COST 5 Alternate price- interior volute coating for item #1 DESCRIPTION 1 UNIT QUANTITY UNIT COST ITEM Alternate price — addition of Aegis Bearing protection 3 for item 41 LS 1 ALTERNATE BID #1 - TOTAL (sum pay item 3): ALTERNATE BID #2— if you are not proposinE a new US Electric Motor with Ae0s rinE incorporated PAY DESCRIPTION UNIT QUANTITY UNIT COST 5 Alternate price- interior volute coating for item #1 DESCRIPTION 1 UNIT QUANTITY UNIT COST ITEM Alternate price — addition of Aegis Bearing protection 4 for item 42 LS 1 ALTERNATE BID #2 - TOTAL (sum pay item 4): ALTERNATE BID 0 PAY ITEM DESCRIPTION UNIT QUANTITY UNIT COST 5 Alternate price- interior volute coating for item #1 LS 1 ALTERNATE BID 0 - TOTAL (sum pay item 5): 34 ALTERNATE BID #4 PAY ITEM DESCRIPTION UNIT QUANTITY UNIT COST 6 Alternate price- interior volute coating for item 42 Ls I UNIT COST ALTERNATE BID #4 - TOTAL (sum pay item 6): ALTERNATE BID #5 PAY ITEM DESCRIPTION UNIT QUANTITY UNIT COST 7 Alternate price- repair of bench and rails — Pump 411-1 Ls I UNIT COST ALTERNATE BID #5 - TOTAL (sum pay item 7): ALTERNATE BID #6 PAY DESCRIPTION UNIT QUANTITY UNIT COST ITEM Alternate price- Install two `Orange Peel' pump coupler s shrouds, polythylene, for Pump #16-1 and #16-2. Ls I ALTERNATE BID #6 - TOTAL (sum pay item 8): It is the intention of the Village of Mount Prospect to select ONE Contractor. A contract will be awarded to the lowest responsible bidder who complies with the conditions of the Bid Documents. The contract will be awarded only if it is in the best interests of the Village to do so. The Village reserves the right to award any combination of the Base Bid AND/OR Alternate Bids. The Village shall be the sole judge of bidder's compliance with the Bid Documents an/or whether the bid is or is not in the best interests of the Village. The Contractor shall include all parts listed on the `Parts listing Form'. The individual Parts Prices shall be added together and shall be included in the Base bid along with all other labor, equipment, materials, services that will be required to complete and proved a complete and working motor pump assembly for the project. SUMMARY OF PRICES - BASE BID: BASE BID PRICE (the sum of extensions of the Schedule of Prices -BASE BID): (In writing) (In figure) Dollars and Cents (In writing) Dollars and Cents 35 (In figure) SUMMARY OF PRICES — ALTERNATE #1 BID ALTERNATE 91 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 91 BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #2 BID ALTERNATE 92 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 92 BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #3 BID ALTERNATE 93 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 93 BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #4 BID ALTERNATE 94 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 94 BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #5 BID ALTERNATE 95 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 95 BID): Dollars and Cents (In writing) (In writing) Dollars and Cents (In figure) (In figure) M. SUMMARY OF PRICES — ALTERNATE #6 BID ALTERNATE 96 BID PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 96 BID): Dollars and (In writing) Dollars and (In figure) Cents (In writing) Cents (In figure) Mark outside of envelope: "SEALED BID: 2017 HIGH SERVICE PUMP REHAB 2017," and deliver to the office of the Village Manager, third floor, 50 S. Emerson Street, Mount Prospect, Illinois, 60056, by 1:00 p.m., MONDAY, May 1st, 2017. COMPANY ADDRESS PHONE # _ SIGNATURE email OWNER CITY, STATE, ZIP 2017 DATE Note: All bids to remain firm for ninety (90) days unless otherwise indicate on Bid Sheet. Be sure to mark the outside of the envelope, "Sealed Bid for High Service Pump Rehab 2017" Also note below any exceptions to the specifications. 37 EXHIBIT B VILLAGE OF MOUNT PROSPECT HIGH SERVICE PUMP REHAB 2017 THIS AGREEMENT (hereinafter the "Contract") is entered into by and between the Village of Mount Prospect, an Illinois home rule municipality (hereinafter the "Village"), and , an , located at Illinois, (hereinafter the "Contractor"). 1. GENERAL CONDITIONS As stated in the bid document. 2. SCOPE AND SPECIFICATIONS As stated in the bid document. 3. CONTRACTOR RESPONSIBILITY FOR PROPERTY/HOLD HARMLESS 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 proposal Specifications. 4. ADHERENCE TO LAWS Employees and agents of Contractor shall obey all federal, state, county and municipal laws and ordinances during the execution of their duties under this Contract. The existence of this Contract does not exempt such individuals from compliance with such laws or ordinances, nor does it convey any special rights or privileges upon those individuals. Contractor shall meet all applicable licensing requirements of the Village. In addition, Contractor is required to comply with all federal, state, county and municipal laws and ordinances, including the following: a. Provide a drug free workplace pursuant to the Illinois Drug Free Workplace Act (30 ILCS 580/1, et seq.); b. Comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1 et seq.); C. Comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), and the Rules and Regulations of the Illinois Department of Human Rights, including establishment and maintenance of a sexual harassment policy as required by Section 2-105 of that Article and Act; d. Comply with the Americans with Disabilities Act; and 38 e. Comply with the provisions of the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Department of Human Rights as a material term of all public contracts, which states as follows: Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, Equal Employment Opportunity Clause EQUAL EMPLOYMENT OPPORTUNITY In the event of contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of the Illinois Department of Human Rights ("Department"), 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 such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows - 1 ) ollows: 1) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2) That, if it hires additional employees in order to perform this contract or any portion thereof, it will determine the availability (in accordance with the Department's Rules) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service. 4) That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules, the contractor will promptly so notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5) That it will submit reports as required by the Department's Rules, furnish all relevant information as may from time to time be requested by the Department 39 or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules. 6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules. 7) That it will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such 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 such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. With respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above, following is an excerpt of Section 750.30 of the Department of Human Right's Rules and Regulations for Public Contracts: Title 44, Part 750, Section 750.30, Illinois Administrative Code, Subcontracts Each public contractor and subcontractor shall in turn include the Equal Employment Opportunity Clause set forth in Appendix A of this Part in each of its subcontracts under which any portion of the contract obligations are undertaken or assumed, said inclusion to be either verbatim or by reference so that the provisions of the clause will be binding upon such subcontractors. 5. FEE SCHEDULE The charges to be assessed by Contractor under this Contract are set forth in the fee schedule contained in Exhibit A. 6. LOG BOOK, RECORDS & REPORTS REQUIRED The Contractor shall provide the Village with a written status report on its provision of services required by the Contract. This report shall be due before the tenth day of the following month. 7. METHODS OF PAYMENT Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. .N 8. HOLD HARMLESS AGREEMENT (CONTRACTUAL LIABILITY) Contractor assumes full responsibility for the acts and omissions of its employees and agents while engaged in performing services under the Contract. Contractor agrees, to the greatest extent permitted by Illinois law, to protect, indemnify, save and hold forever harmless the Village, its officers, appointed and elected officials, Mayor and Board of Trustees, employees, volunteers, attorneys and agents from and against any and all liabilities, obligations, claims, losses, damages, penalties, and costs and expenses resulting from any suit, claim, demand, judgment, or cause of action initiated by any person, including Contractor and its officers, officials, employees, subcontractors, volunteers and agents, arising out of, connected with, or in any way associated with the performance of services covered by this Contract or the equipment used in connection therewith. 9. CONTRACTOR'S LIABILITY INSURANCE Contractor shall not commence with the performance of services under this Contract until it has obtained all insurance required hereunder and such insurance has been approved by the Village. Certificates of such insurance shall be filed with the Village prior to commencing work. Additionally, Contractor will provide the Village with a letter from the insurance carrier that the Village will be notified within thirty (30) days of the pending cancellation of any policy relating to this Contract. Each insurance company shall be subject to approval by the Village, and the respective policies shall name the Village as an additional named insured. Approval of the insurance by the Village shall not relieve or decrease the liability of Contractor hereunder. Such insurance is primary and in no event will be considered contributory to any insurance purchased by the Village. Such insurance will not be canceled, reduced, or materially changed without providing the Village thirty (30) days advance written notice, via certified mail. Contractor shall maintain all insurance required under subsections a through h of this Section for not less than one (1) year after completion of this contract. 10. CONTRACT TERMINATION The Village and Contractor reserve the right to terminate the Contract at any time upon ten (10) days advance written notice to the other party. In addition to the provisions set forth in Section General conditions (A,6) for immediate termination, failure of Contractor to perform any aspect of this Contract properly and/or to provide proper treatment to the general public, in the sole discretion of the Vilage, is cause for immediate termination of the Contract without prior notice. 11. LENGTH OF CONTRACT This Contract shall be in effect until December 31st, 2017, unless terminated by either party under the conditions specified in Section 10, Contract Termination. The Contract may be extended for up to one (1) year period beyond the termination date by mutual, written agreement between the Village and the Contractor. 41 12. COMPLIANCE WITH FREEDOM OF INFORMATION ACT REQUEST The Illinois Freedom of Information Act (FOIA), 5 ILCS 140/1 et seq., applies to public records in the possession of a party with whom the Village has contracted. The Village will have only a very short period of time from receipt of a FOIA request to comply with the request, and there is a significant amount of work required to process a request including collating and reviewing the information. Contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village for public records (as that term is defined by Section 2(c) of FOIA) in its possession and to provide the requested public records to the Village within two (2) business days of the request being made by the Village. Contractor agrees to indemnify and hold harmless the Village from all claims, costs, penalty, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the Village under this Contract. 13. Contractor shall not assign this Contract or any part thereof without the prior written consent of the Village. Approval, if any, for such assignment shall be made by the Corporate Authorities of the Village. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective assigns, legal representatives and successors in interest. 14. GOVERNING LAW This Contract shall be governed by and construed in accordance with the laws of the State of Illinois and applicable federal law. Venue shall only be proper in a court of competent jurisdiction located within the County of Cook, Illinois. 15. SEVERABILITY The invalidity or unenforceability of one or more of the terms or provisions contained in this Contract shall not affect the validity or enforceability of the remaining terms and provisions of this Contract so long as the material purposes of this contract can be determined and effectuated. 16. INTERPRETATION Any headings of the Contract are for convenience of reference only and do not define or limit the provisions thereof. Words of gender shall be deemed and construed to include correlative words of other genders. Words importing the singular shall include the plural and vice versa, unless the context shall otherwise indicate. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties and obligations of such person or entity succeeding to the rights, duties and obligations of such person or entity in accordance with the terms and conditions of the Contract. 17. WAIVER OF BREACH If either party waives a breach of any provision of this Contract by the other party, that waiver will not operate or be construed as a waiver of any subsequent breach by either party or prevent either party from enforcing such provisions. 42 18. MERGER -AMENDMENT This Contract sets forth the entire understanding of the parties relative to the subject hereof and supersedes any and all prior agreements, express or implied, oral or written. No amendment or modification of this Contract shall be effective unless reduced to writing and executed by the parties. 19. COUNTERPARTS This Contract may be executed in several counterparts each of which shall be an original and all of which shall constitute but one and the same instrument. 20. EFFECTIVE DATE The Effective Date of this Contract shall be the date executed by the Village President, and attested by the Village Clerk. In Witness thereof, the said parties have executed and signed this contract on . 2017. go Attest: Village Clerk Corporate Name- ly Attest: Secretary (Corporate Seal) Its 43 VILLAGE OF MOUNT PROSPECT, an Illinois Municipal Corporation I I IMMUNE I ifflil i 1 11 111 1 111 ProposalForm Village of Mount Prospect High Service Pump Rehab Contract 10-M-WITM-M I lZrorfiff—M Date Of Birth: Business Phone: Ej Individual Proprietorship E] Joint Venture [] Partnership [A corporation If applicable, give names, addresses, and dates of birth of all partners, officers or directors. Name, Address Date of Birth Has the applicant, business, or member of the business ever had a license or contract revoked, suspended or cancelled? E] YES NO M Does the business currently hold a license or have a contract with any other municipality for service? YES N 0 If yes, explain in full on a separate sheet of paper. C Have any complaints against the business been filed with the Illinois Commerce Commission, the Office of the Illinois Attorney General, or any other governmental body during the period of one year prior to the date of this proposal? [:] YES EJ NO I Z I Please note, the Village reserves the right to conduct its own search with the Illinois Commerce Commission, the Illinois Attorney General, or any other jovernmentall body, and may take into consideration any complaints and/or pending complaints made against the business or owner. In submitting this Proposal Form requesting award of the Village of Mount Prospect High Service Pump Rehab Contract, I hereby certify that: it - 0 1 #3 d [gI ATITJ d I I (Q IN: I *j 61 &Z& I its) S (INAK01 dolt] r. I (Mill I I AM I I I lZRK01 E I a INKFOR-101- t t 1- ould be a felony involving the theft of property, violence to persons, or criminal damage to property. Please note that in the case of a person whose last conviction was more than two years past, and can demonstrate a compelling showing that he/she is nevertheless fit, such person or operator may be approved by the Village Manager if otherwise eligible-, not barred by law from contracting with the Village because of a conviction for prior violations of either Sections 33E-3 or 33E-4 of the Illinois Criminal Code of 1965 (720 ILCS 5/33E-3 (Bid Rigging) or 720 ILCS 5/33-4 (Bid Rotating)), 4. 1 am not delinquent in payment of any taxes to the Illinois Department of Revenue M ursuant to Section 11-42.1-1 of the Illinois Municipal Code (65 ILCS 5/11-42.1-1) or in any payment, fee or tax owed to the Village; 5. 1 provide a drug free workplace pursuant to the Drug Free Workplace Act (30 ILCS 580/1, et jpgj; 6. 1 shall comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et apqand the Rules and Regulations of the Illinois Department of Human Rights, including establishment and maintenance of a sexual harassment policy as required by Section 2-105 of that Article and Act T 1 shall comply with the Americans with Disabilities Act; M VI shall comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1 et seq.); and 9. All of the information I have provided in this Application has been truthful and given in good faith. RM-27HUMUM; F1 aA' , OX" Phone No. Date I I I I III qf�•� 27 FROM: 7--ff id " 0 =W Vii illage of Mount Prospect Department of Public Works 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 services to be performed and probable work conditions required under this Bid affecting the cost of the performance of the required services and with the Bid Documents which include: Rtice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — High Service Pump Rehab 201 Contract Document I Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools, equipment, and services (including all utility and transportation services) required to perform the required services, all in accordance with the above liste0, documents, Bidder agrees to perform all of the required services and provide the equipment and materials described in the Bid Documents. Bidder has bid on all items and has provided a price for all requested services. The Bidder acknowledges it understands all the requested services for which it has submitted a bid. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the required services as incidental to the fixed item price for each item proposed. W In submitting this bid, the Bidder understands that the Village reserves the right to add to or subtract from the estimated quantities. The Village • to award one (1) • (if at all) for the items bid. If written notice *f 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 • and furnish •. and performance bonds, or letter • `• and the insurance certificates required • the Bid Documents to the Village within ten (10) business 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 required services and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The contractor agrees to comply with all applicable federal and state laws, rules and regulations, and • and •. ordinances, as described in the General Conditions, 0119 This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 4) BID SHEET(S) — High Service Pump Rehab Contract Name of Firm/Bidder: By, (Signature) Title: Fam -0 umm=* 4 ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS, ALONG WITH THE AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE. KES L . 1 0 . 3 9 12 04-119 M 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 penury and possi le termination of contract rights and debarment, the undersigned, '7 �(J- I - '�'\ ( I being first duly sworn on oath, deposes and states that he or she is (sole owner, partner, joint ventured, President, Secretary, etc.) of and has the authority to make all (Ili. me of Company) certifications required by this affidavo • 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. •0 Oro 5 70 1 -. ?,,I F. T• The undersigned further states that � )ro'Y 0 - (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, 33&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 agreement 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. 31 Section IV Tax Payment The undersigned further states that is (ITame of Company) 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 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 has (Name of Company) 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. The undersigned certifies that all information contained in this Affidavit is true and correct. MM= Title: Signature Name Printed: ff- �, 4, r " " , Signed and sworn to before me this 5 day of, 20i •Ali! 11 i•n pires., miss x - --- =F sm ivit IEC Nota blic X - STATE OF XLAW W Sm 0 Included with this bid is a bank cashier's check, certified check or bid bond in the amount of $500 US Dollars by Cf,-oT - , , the bidder, in favor of the Village of Mount Prospect. It is hereby agreed Rat, 'should bidder be awarded the contract for services contemplated under this bid and fail or refuse to execute a contract for the performance of said services, 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 12017. Bidder's Agent and Agent's Title AAc � r"V"" � !, a CI �1� Q 4'j 1C, n4, Title "1 111111; 1111 111, 1111111111 111111111plilijIllilil ill I 1111111111pyllilil 11 111 1111111111111 1 113 111 Ill, ,Incorporated under the laws of the State of L � JA.� M 1 0 11111.-1 ; 1:4 HIGH SERVICE PUMP REHAB 2017 The undersigned Bidder herewith submits a bid for High Service Pump Rehab 2017 in accordance with the attached documents. All bids are to be delivered to the office of the Village Manager, third floor, 50 S. Emerson Street, Mount Prospect, Illinois, 60056, prior to 1:00 p.m. on May 1st, 2017. Bidder: CONTACT: -v, EMAIL: (�2 k'N oo PHONE: Ile will perform the services as outlined in the Bid Documents for sums &a follows: PAY ITEM DESCRUY1,10N UNIT QUANTITY UNIT COST I Station 11 pump/motor #2 rehab LS I QUANTFIV 2 Station 17 punip/niotor #I rehab L'S I BASE RID - T(YFAL(sum pay, itera I awed 2): 2 Z ATE; MATE OIL) #j - ifyou arg not r)i r ronom kg a Naew JJS Electric Nl(),O)r witfi Agg 12 ra el -is ring Wcor o t ( UNIT QUANTF Y UNITCOST PAY DESCRIPTION I'S I UNIT QUANTFIV 00 UNITCOST ITEM i's ALTERNATE Bit) #2 - TOTAL (sum pay Fain 4): L] Alternate price -.- addition of'Aegis Bearing protection � 3 for item # I LS I ALTERNATE BID 41 - TOTAL (suin pay i(ent 3): il �00 AIXERNAIE BID #2- ify,qg are not pro r witli Aegis ring igeoEograty.4 , pM, ing 4 qgw US Ele(tric Moto I PAY 11,11"M DESCRIPTION UNIT QUANTF Y UNITCOST 5 Alternate price - addition of Aegis Bearing protection I'S I — Ll 00 4 for item #2 i's ALTERNATE Bit) #2 - TOTAL (sum pay Fain 4): L] ALTERNATE 811) #3 PAY ITE M DESCRUYVION UNIT QUANTITY 1 UNITCOST 5 Alternate price- interior volute coating for itern # I I'S I ALTERNATE DID #3 - TOTAL (sura pay item 5): C' M ALTERNATE BID 44 PAY ITEM DESCRIPTION UNIT QUANTITY UNITcOs'r 6 Alternate price- interior volute coating fior item 42 ALTERNATE, Bit) #5 - TOTAL (sura pay item 7)« Tper, 70 U ALTURNA TE fill) #4 - TOTAL (suaw pay item 6): shrouds, polythylene, for Purnp # 16-1 and #€1 Ti -2. ALTERNATE 1111) #5 PAN' FITY! DESCRIPTION UNIT QUAN,rurv, UNITCOST 7 Alternate price- repair of bench and rails -- Pump #11-1 I's I ALTERNATE, Bit) #5 - TOTAL (sura pay item 7)« ALTERNATE BID #6 PAY FFEM DESCRIPTION UNFT QUANTITY 1 UNIT COST Alternate price- Install two`Oran gC PCO' PUtul) Coupler 8 shrouds, polythylene, for Purnp # 16-1 and #€1 Ti -2. L's I ci ALTERNATE 811) #6 - TOTAL (sum pay item 8): It is the intention qJ'the Village of Mount Prospect to select ONEContractor. A contract will be awarded to the lowest responsible bidder who complies with the conditions (if the Bid Documents. The contract will be awarded only if it is in the best interests (if the Village to do so. The Village reserves the right to award any combination of the Base Bill ANDIOR Alternate Bids. The Village shall be the sole judge, of `bidder's compliance with the Bid Documents an/or whether the bid is or is not in, the best interests qf the Villa, e. The Contractor shall include all parts listed on the Tarts listing Form. The individual Parts Prices shall be added together and shall be included in the Base bid along with all other labor, equipment, materials, services that will be required to complete and proved a complete and working motor ;dump assembly for the project. SUMMARY OF PRKTS —1 ASE BID: BASE BID PRICE (the SUrn ofextensions of the Schedule ot'Ptices 43ASE BID): it 'ents 'I'll -'TL&,0 Dollars and C . . . .. . ... . ..................... (in writing) (In writing) car �a 2, Dollars and Cents ------- . ..... (In figure) (In figure) W, SUMMARY OF PRICES — ALTERNATE #1 BID ALTERNATE #1 BID PRICE (the sura of extensions of the Schedule of Prices — ALTERNATE #1 BID): Dollars and.--- Z Cents (In writing) (in writing) Dollars Cents (In figure) (in figure) SUMMARY OF PRICES — ALTERNATE #2 BID ALTERNATE 42 BID PRICE (the surn of extensions of the Schedule ofPrices— ALATRNATE #2 BID): Dollars and Z if 1(0 Cents (in writing)�(in writing) �01 Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #3 BID ALTERNATE #3 BID PRICE (the sura or extensions of the Schedule of Prices — ALTERNATE #3 BID): Dollars and Cents (In writing) (in writing) �J Dollars and Cents (In figure) (In figure) SUMMARY OF PRICES — ALTERNATE #41131D ALTERNATE #4 BID PRICE (the suer of extensions of the Schedule of Prices — ALTERNATE #4 BID): 6, (In writing) -,X) (In figure) Dollars and c V�',kq Cents (In writing) ') U Dollars and Cents (In figure) SUMMARY OF PRICES — ALTERNATE #5 BID ALA'ERNATE #5 BID PRICE (the suer of extensions of the Schedule of Prices — ALTERNATE #5 BID): Dollars and Cents (in writing) (In writing) Dollars Cents (In figure) (In figure) 36 SUMMAR.Y OF PRICES — ALTERNATE #6 BID ALTERNATE 46 131D PRICE (the sum of extensions ofthe Schedule of Prices — ALTERNATE #6 BID): Ji> Dollars, and .......... (in writing) (In writing) (In figure) Dollars and (In III gLJ re) RUM MJA =01 11* 0 -4--- 1 0 0 1 N 0 is i i —M i 101TINi! -VA Lj vt u A 'L, ADDRESS CITY, STATE, ZIP PHONE# C4Lj 2017 SIGNATURE DATE L01 C, email I Cents Cents Note: All bids to remain firm for ninety (90) days unless otherwise indicate on Bid Sheet. Be sure to mark the outside of the envelope, "Sealed Bid for High Service Pump Rehab 2017" am -IMM" 6. \L�6 _y'kt,� �'>,r U 0 C> k-,> C b,6 S oc� 37 I 14 W 0, cc] ig I "N • A THIS AGREEMENT (hereinafter the "Contract") is entered into by and between the Village of Mount Prospect, an Illinois home rule municipality (hereinafter the "Village"), C, and an —,(� �- �,Dt- c located at (J1q ',,�--A11 KIN C Illinois, (hereinafter the "'Contractor"). 1. GENERAL CONDITIONS As stated in the bid document. X101 3. CONTRACTOR RESPONSIBILITY FOR PROPERTY/HOLD HARMLESS 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 proposal Specifications. 4. ADRERENCE TO LAWS mployees and agents of Contractor shall obey all federal, state, county and municipal laws and ordinances during the execution of their duties under this Contract. The existence of this Contract does not exempt such individuals from compliance with such laws or ordinances, nor does it convey any special rights or privileges upon those individuals. Contractor shall meet all applicable licensing requirements of the Village. In addition, Contractor is required to comply with all federal, state, county and municipal laws and ordinances, including the following: a. Provide a drug free workplace pursuant to the Illinois Drug Free Workplace Act (30 ILCS 580/1, et seq.); b. Comply with the Illinois Public Works Employment Discrimination Act (775 1 LCS 10/1 et seq.); cComply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, gt seq.), and the Rules and Regulations of the Illinois Department of Human Rights, including establishment and maintenance of a sexual harassment policy as required by Section 2-105 of that Article and Act; d. Comply with the Americans with Disabilities Act; and 38 e. Comply with the provisions of the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Department of Human Rights as a material term of all public contracts, which states as follows: Title 44, Part 760, Section 750, APPENDIX A, Illinois Administrative Code, Equal Employment Opportunity Clause In the event of contractor's non-compliance with the proons of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of the Illinois Department of Human Rights ("Department"), 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 such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation, During the performance of this contract, the contractor agrees as follows: 1) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2) That, if it hires additional employees in order to perform this contract or any portion thereof, it will determine the availability (in accordance with the Department's Rules) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, Rules. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules, the contractor will promptly so notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5) That it will submit reports as required by the Department's Rules, furnish all relevant information as may from time to time be requested by the Department 39 or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules. 6) That it will permit access to all relevant books, records, accounts an#' work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules. 7) That it will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such 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 such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, "'ith respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above, following is an excerpt of Section 750.30 of the Department of Human Right's Rules and Regulations for Public Contracts: Title 44, Part 760, Section 750 .30, Illinois Administrative Code, Subcontracts Each public contractor and subcontractor shall in turn include the Equal Employment Opportunity Clause set forth in Appendix A of this Part in each of its subcontracts under which any portion of the contract obligations are undertaken or assumed, said inclusion to be either verbatim or by reference so that the provisions of the clause will be binding upon such subcontractors. 5FEE SCHEDULE The charges to be assessed by Contractor under this Contract are set forth in the fee schedule contained in Exhibit A. 6. LOG BOOK, RECORDS & REPORTS REQUIRED The Contractor shall provide the Village with a written status report on its provision of services required by the Contract. This report shall be due before the tenth day of the following month. 7. METHODS OF PAYMENT Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. U01 8. HOLD HARMLESS AGREEMENT (CONTRACTUAL LIABILITY) Contractor assumes full responsibility for the acts and omissions of its employees and agents while engaged in performing services under the Contract. Contractor agrees, to the greatest extent permitted by Illinois law, to protect, indemnify, save and hold forever harmless the Village, its officers, appointed and elected officials, Mayor and Board of Trustees, employees, volunteers, attorneys and agents from and against any and all liabilities, obligations, claims, losses, damages, penalties, and costs and expenses resulting from any suit, claim, demand, judgment, or cause of action initiated by any person, including Contractor and its officers, officials, employees, subcontractors, volunteers and agents, arising out of, connected with, or in any way associated with the performance of services covered by this Contract or the equipment used in connection therewith. 9CONTRACTOR'S LIABILITY INSURANCE Contractor shall not commence with the performance of services under this Contract until it has obtained all insurance required hereunder and such insurance has been approved by the Village. Certificates of such insurance shall be filed with the Village prior to commencing work. Additionally, Contractor will provide the Village with a letter from the insurance carrier that the Village will be notified within thirty (30) days of the pending cancellation of any policy relating to this Contract, Each insurance company shall be subject to approval by the Village, and the respective policies shall name the Village as an additional named insured, Approval of the insurance by the Village shall not relieve or decrease the liability of Contractor hereunder. Such insurance is primary and in no event will be considered contributory to any insurance purchased by the Village. Such insurance will not be canceled, reduced, or materially changed without providing the Village thirty (30) days advance written notice, via certified mail. 10RACT TERMINATION The Village and Contractor reserve the right to terminate the Contract at any time upon ten (10) days advance written notice to the other party, In addition to the provisions set forth in Section General conditions (A,6) for immediate termination, failure of Contractor to perform any aspect of this Contract properly and/or to provide proper treatment to the general public, in the sole discretion of the Vilage, is cause for immediate termination of the Contract without prior notice. 11. LENGTH OF CONTRACT This Contract shall be in effect until December 31st, 2017, unless terminated by either party under the conditions specified in Section 10, Contract Termination. The Contract may be extended for up to one (1) year period beyond the termination date by mutual, written agreement between the Village and the Contractor, EE 12. COMPLIANCE WITH FREEDOM OF INFORMATION ACT REQUEST The Illinois Freedom of Information Act (FOIA), 5 ILCS 140/1 et seq., applies to public records in the possession of a party with whom the Village has contracted. The Village will have only a very short period of time from receipt of a FOIA request to comply with the request, and there is a significant amount of work required to process a request including collating and reviewing the information. requests made by the Village for public records (as that term is defined by Section 2(c) of FOIA) in its possession and to provide the requested public records to the Village within two (2) business days of the request being made by the Village, Contractor agrees to indemnify and hold harmless the Village from all claims, costs, penalty, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the Village under this Contract. 13, Contractor shall not assign this Contract or any part thereof without the prior written consent of the Village. Approval, if any, for such assignment shall be made by the Corporate Authorities of the Village. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective assigns, legal representatives and successors in interest. 14. GOVERNING LAVT' This Contract shall be governed by and construed in accordance with the laws of the State of Illinois and applicable federal law. Venue shall only be proper in a court of competent jurisdiction located within the County of Cook, Illinois. 15, SEVERABILITY The invalidity or unenforceability of one or more of the terms or provisions contained in this Contract shall not affect the validity or enforceability of the remaining terms and provisions of this Contract so long as the material purposes of this contract can be determined and effectuated. 16. INTERPRETATIOR �ny headings of the Contract are for convenience of reference only and do not define or limit the provisions thereof. Words of gender shall be deemed and construed to include correlative words of other genders. Words importing the singular shall include the plural and vice versa, unless the context shall otherwise indicate. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties and obligations of such person or entity succeeding to the rights, duties and obligations of such person or entity in accordance with the terms and conditions of the Contract. 17. WAIVER OF BREACH If either party waives a breach of any provision of this Contract by the other part that waiver will not operate or be construed as a waiver of any subseque breach by either party or prevent either party from enforcing such provisions. 11 42 18. MERGER -AMENDMENT This Contract sets forth the entire understanding of the parties relative to thi; subject hereof and supersedes any and all prior agreements, express or implied, oral or written. No amendment or modification of this Contract shall be effective unless reduced to writing and executed by the parties. 19. COUNTERPARTS This Contract may be executed in several counterparts each of which shall be original and all of which shall constitute but one and the same instrument, I 20. EFFECTIVE DATE The Effective Date of this Contract shall be the date executed by the Village President, and attested by the Village Clerk. IF I, 11111 !I11111pI11111111 ;11111111 111111111 1 111 11111111 Ir •�11111111!111 1111111 ill 1• on 2017. M Attest* Corporate Name: I iL BY:Li L c)",""A I ts, M M-9 Secretary (Corporate Seal) M L J0 O O O O O O O 0 O LD N Ln Ln Ln Ln V Ln Ln I, W00 •= 00 I, Ln N N 00 N M M 2 lD rn -1 1-1 -1 N i CO F w 3 = o � LL LL N t� lD O O O O DD O O O O 00 LSD O O 0 O fl. r- Ln Ln O O E N 0 00 c -I c -I -4 ro 3 C o C m N Lr M C — t/} C to to to to to to to O O O O 0 0 n O O O O O 3 z o 0 0 0 o 0 o n m 0 C Y Ln c -I c -I Ql LO L N H m OD s a � to ih to to to to to � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o Ln o o Ln 0 s � 0 � co w o rn 0 E a CN 0 = m nN 01 •� Y C i O LL o 0 0 o to 0 0 0 0 0 0 0 0 0 am 0 0 0 0 o 0 0 0 0 DO 1=1 0 Lr E Ln m .--i ri c -i .--i cr *' Lu to Q). to to Q). ' o N F Z N D C O c Lu Q F Z D H Z m w LU H ti � Q z m Q O N c l QO. c -I c -I N Q O Ol O O w bA t 0 m O N M b0 N 01 U C EQ OJ OJ Q O 4 — o -4 N M -Zt Ln lD O1 v v v v v v C E C O O t � O � N E OJ E OJ E O) OJ Ol m a a a a a a �* o � � o c CD ai o N a M o rl N M Ln w I, u co