Loading...
HomeMy WebLinkAbout5.2 Motion to Accept Bid for Debris HaulingPage I of 3 Agenda Item Details Meeting Mar 19, 2019 - REGULAR MEETING OF THEM UT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 5. CONSENT AGENDA Subject 5.2 Motion to accept bid results for debris hauling and aggregate material delivery in an amount not to exceed $161,300. Access Publi@ Type Action Preferred Date •Mar 19, 20115' Absolute Date Mar 19, 20115' Fiscal Impact Yes Dollar Amount 161f300.00 awo 0=1 Budget Source General Fund and Water Funi.' Recommended Award a two (2) year contract with two (2) annual extensions for debris hauling Action and aggregate material delivery to the lowest responsible bidder, G & L Contractors, Inc. in an amount not to exceed $161,300 in 2019 Expenditures in subsequent years will be at the contract rates, but limited to funds appropriated i the budget. I Public Content IM11911i'l,"M This proposed contract provides for the transportation and disposal of spoils generated in the cours of routine Public Works operations. It also includes procurement and delivery of aggregate material use in everyday work. The scope of work includes delivery of CA -6 Crushed Aggregate Stone, FA -2 Torped 0 Sand, 3/4 inch Diameter Wash Stone, and cartage of spoil material in 21 -ton dump trucks. I Staff has determined that the Municipal Partnering Initiative (MPI) joint bid for debris hauling and aggregate material delivery provides the most competitive and cost effective means to procure these services. MPI is a regional collective of municipalities that jointly procures a range fo commodities, services, and projects to better leverage economies of scale. The MPI bid includes nearly $607,000 of debris hauling and aggregate material delivery work in 2019. Th Village of Mount Prospect is administering this bid and the Villages of Glenview, Kenilworth, Lincolnshir Niles, Winnetka and the City of Evanston are participants. I 01=91ron MM Page 2 of 3 Mrs Wx� M A Notice to Bidders was posted on Demandstar by nvia website on February 13, 2019. Sealed bids were received on March 4, 2019. Three (3) contractors submitted bids for this project. The Village"s portion of the bids ranged from a low of $161,300 from G&L Contractors to $257,800 from Martam Construction. The results are indicated in the table below. Prices shown are for only for anticipated Mount Prospect quantities. All bidders submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal. All bids were checked for their accuracy. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: on"104 W-1 •I Bid G & L Contractors, Inc. Skokie, IL $161f300.00 Utility Transport Services, Inc. Markham, IL Martam Construction, Inc. Elgin, IL [$257f800.00 Based on the bid review, G & L Construction of Skokie, Illinois is a responsible bidder that meets all of the bid qualifications and requirements. All reference checks indicate the company has consistently performed work of this scale and scope with acceptable results. G & L Contractors has previously held the MPI Debris zm-m 0=6 I 1 4! F93ROMMMM W01110 Alternatives 1. Accept lowest cost bid for 2019 Debris Hauling and Aggregate Delivery. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends accepting the results of the Municipal Partnering Initiative joint bid for Debris Haulin and Aggregate Delivery and award a two (2) year contract with two (2) annual extensions to G & Contractors, Inc. of Skokie, Illinois in an amount not to exceed $161,300 in 2019. Sufficient funds exist i the current 2019 budget for this project. Expenditures in subsequent years will be at the contract rates but limited to funds appropriated in the budget. ;I Aractors - Bid.pdf (26,942 KB) Debris HaLfli�ng &nd Aggregate Material Delivery G & L. C&r -ig &nd Aggregate Delivery Bid 201.9 Debris HaLfli�r ....... updated 2.21.19.pdf (61590 KB) Administrative Content Executive Content All items under Consent Agenda are considered routine by the Village Board and will be enacted by one motion. There will be no separate discussion of those items unless a Board member or member from th audience so requests, in which the item will be removed from the Consent Agenda and considered in its sequence on the agenda. I Page 3 of 3 Motion &Voting 111111 111111!1 1, 1111 1�1�1111; Motion by Paul Hoefert, second by Richard Rogers. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel EXHIBIT A (Upon award of contract, to be attached to Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka as Exhibit A) Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka • ik • .- J, FAT141• Address: Business Name: Business Address: Home Phone: This Business is a: Guy Battista 9421 Shermer Rd., Morton Grove, IL 60053 G & L Contractors, Inc. 7401 N St. Louis Ave., Skokie, IL 60076 847-966-7980 Business Phone: 847-679-7980 ❑ Individual Proprietorship ❑ Joint Venture ❑ Partnership Corporation If applicable, give names, addresses, and dates of birth of all partners, officers or directors. Address Guy Battista - President 9421 Shermer Rd., MortonGrove, IL 2/24/1958 LuAnn Battista - Secretary 9421 Shermer Rd., Morton Grove, IL 60053 7/27/1959 Has the applicant, business, or member of the business ever had a license or contract revoked, suspended or cancelled? ❑ YES NO If yes, explain in full detail on a separate sheet of paper, Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 24 Does the business currently hold a license or have a contract with any other municipality for trucking 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 7x 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. Services will be either full service cleaning, both inside and outside, or just outside cleaning. In submitting this Proposal Form requesting award of the Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka, I hereby certify that: In submitting this Proposal Form requesting award of the Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka, I hereby certify that: I will not assign or subcontract delivery or debris hauling services for the Village without prior written approval of the Corporate Authorities of the Village of Mount Prospect; 2. Neither 1, 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 seg.); 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 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 25 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; 8. 1 shall comply with the Illinois Public Works Employment Discrimination Act (775 ILLS 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 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 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 Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka. Name of Company G & L Contractors, Inc. Guy Battista Bid Submitted By President Position in Company Phone No. 847-679-7980 Date March 1, 2019 Bidder must use the official firm name and authorized representative must sign. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 26 1:11111191 CONTRACT DOCUMENTS FOR THE VILLAGE OF MOUNT PROSPECT, ILLINOIS Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka Company Name: G&L Contractors, Inc. Signature: Print Name: o6Gy Battista Position/Title: President Date: February 25, 2019 Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka DATE: February 21, 2019 1�111) OPENING: March 4, 2019 LOCATION: 50 South Emerson Street, 3 rd Floor, Village Manager's Office Please note the following clarifications, revisions, and additions the bid ,iocuments. To All Prospective Bidders: All BIDDERS for the above contract shall carefully read the enclosed addendum and consider its impact in the preparation of their bid. All bids shall be accompanied by a Bid Bond, Certified or Cashier's Check made payable to the Village of Mount Prospect for not less than ten percent (10%) of the bid amount. Page 1 of 41 1:11 DIM; I Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka The undersigned herewith submits a bid on Debis Hauling and Aggregate Delivry for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles & Winnetka in accordance with the attached documents. All bids are to be delivered to the office of the Village Manager at 50 South Emerson Street V Floor, Mount Prospect, Illinois, 60056, prior to 1:00.m. on Monday, March 4, 2019. Kdwf:g "mceizas We will perform the services as outlined Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka: We will perform the service as outlined on the Task Schedule sheets for sums as follows. 1 CA -7 Crushed Aggregate Virgin Crushed Limestone Delivered ................ ... $ 21.50 Ton Delivered 595 $ 12,792.50 2 CA -7 3/4" Chip (no fines) Ton Delivered 350 $ 21.50 $ 7,525.00 3 CA -6 Crushed Aggregate Stone Delivered (Limestone) Ton Delivered 7730 $ 16.40 $ 126,772,00 4 Pulverized Top Soil Delivered 21 -ton Truckload 47 $ 400.00 $ 18,800.00 5 FA -2 Torpedo Sand Delivered Ton Delivered 1424 $ 15.50 $ 22,072.00 6 FA -6 Clean Brown Beach Sand Ton Delivered 5 $ 40.00 $ 200.00 7 Wash StoneTon Delivered 260 $ 25.00 $ 6,500.00 8 Hauling of Spoil 21 -ton Truckload 1403 .. ...... ....... $ 270.00 $ 378,810.00 9 Hauling of Spoil — Concrete Only 21 -ton Truckload 14 $ 200.00 $ 2,800.00 10 Hauling of Spoil - Asphalt Only 21 -ton Truckload 66 $ 200.00 $ 13,200.00 11 Hauling of Street Sweeping Debris 21 -ton Truckload 30 $ 600.00 $ 18,000.00 -- TOTAL AMOUNT BASE BID $ 607,471.50 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 32 Total Base Bid of Debris Hauling and Aggregate Material Delivery for the municipaes of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka: MAUM *The estimated quantities listed in the bid table for each community are for reference only. The contractor is hereby made aware that the bid prices shall apply to work in all municipalities participating in this bid even if no restimated quantity is listed for that municipality. 01, 1 Emergency purchase and delivery of CA -7 Ton Delivered $ 23.00 2 Emergency purchase and delivery of CA -6 Ton Delivered-- $ 18.00 Additional Hauling Services (non -hazardous, non -special waste, 3 non-organic, non -street sweeping) 21 -ton Truckload $ 300,00 4 Hauling of Special Waste 21 -ton Truckload Hauling of Spoil — CCDD Facility (testing and PE certification by Municipality) 21 -ton Truckload $ 270.00 —5 Time and materials rate for one (1) 21 -ton truck and one (1) driver -straight time (regular business hours 7 a.m. to 4 p.m., 6 Monday through Friday) Hour $105.00 Time and materials rate for one (1) 21 -ton truck and one (1) —7 driver—outside of regular business hours Hour $145.00 Submitted this 1 st day of March 2019 Mark outside of envelope: "Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka," and deliver to the Village Manager's office at 50 South Emerson Street 3rd Floor, Mount Prospect, Illinois, 60056, by 1:00 p.m., MONDAY, March 4, 2019. G & L Contractors, Inc. Name of Company/Firm Address of Company/Firm By. Guy Battista -President Debris Hauling and Aggregate Material Delivery 5r the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 33 Phone: 847-679-79EI Date submitted: March 1 2019 Also note any exceptions to the specifications. COMPANY G & L Contractors, Inc. OWNER Guy Battista - President 7401 N St. Louis Ave. Skokie, IL 60076 117 - � 71 -"7"190 ADDRESS CITY, STATE, ZIP PHONE# March 1 2019 SIGH V j RTE DATE jai LT'Lq [a *jqMV1;q V -I q d 6W4 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 34 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 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 G&L Contractors, Inc an Illinois Corporation _, located at 7401 N St Louis Ave., Skokie, IL 60076, Illinois, (hereinafter the "Contractor"). 1. GENERAL As stated in the bid document. 2. 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; Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 35 d. Comply with the Americans with Disabilities Act; and 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 X01"34ALs. 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 ) 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. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 36 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 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. 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 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 37 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 beginning April 4, 2019, and shall remain in effect until December 31, 2020, unless terminated by either party under the conditions specified in Section 10, Contract Termination. The Contract may be extended for up to two one (1) year extensions beyond the termination date by mutual, written agreement between the Village and the Contractor. 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 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 38 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. 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. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 39 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 12019. 170-13 Attest: Lisa Angell, Village Clerk Corporate Name: AN Attest: Secretary (Corporate Seal) Its VILLAGE OF MOUNT PROSPECT, an Illinois Municipal Corporation Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 40 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka FROM: G & L Contractors, Inc. 7401 N St. Louis Ave., Skokie, IL 60076 (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") Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 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 — Cleaning Service Contract 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, as follows: 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. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 26 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 Representative Date Acknowledged February 21, 2019 Guy Battista - President February 25, 2019 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 ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check X Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: ME-0011TEM Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 27 2) Affidavit — Bid Certification Form 3) Bid Security 4) BID SHEET(S) — Debris Hauling and Aggregate Material Delivery For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka Respectfully submitted: Name of Firm/Bidder: G & L Contractors, By: Title: PresiZtol Date: March 1, 2019 Contact Information: Official Address: Telephone: 7401 N St. Louis Ave. Skokie, IL 60076 847-679-7980 Email: G LCONTROS EMARY@C OM CAST. NET (Signature) ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS (Pages 23-25 & 29-31) ALONG WITH TJ -4-2 AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALEN, MARKED ENVELOPE. Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 28 Company/Firm Name: G & L Contractors, Inc. 7401 N St, Louis Ave., Skokie, IL 60076 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, Guy Battista being first duly sworn on oath, deposes and states that he or she is President (sole owner, partner, joint ventured, President, Secretary, etc.) of G & L Contractors, Inc, and has the authority to make all (Name of Company) certifications required by this affidavit. Section I NoE-#MW= 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. • 11 Bid Rigging and Rotating The undersigned further states that G & L Contractors, Inc. (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 Drua Free Workplace The undersigned further states that G & L Contractors, Inc. (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. Section IV Tax Payment The undersigned further states that G & L Contractors, Inc. is (Name of Company) Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 29 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 G & L Contractors, Inc. 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 informajj,6n contained in this Affidavit is true and correct. 7 Signed by: Title: President Signature Name Print' Guy Battista Signed and sworn to before me this day of March 2019. My commission expires: Nota6f Public ------------- II a� 1�;; Vii, i^1111' w7: ISI, JAL 777 7%ffi�=W Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 30 1416111101*0111111010 Included with this bid is a bank cashier's check, certified check or bid bond in the amount of $61,000.00 being ten percent (10%) of the total amount bid by G&L Contractors. Inc. 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 1St SEAL (if corporation) DAY OF March 2019. I G & L Contractors, Inc. Guy Battista President 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 Illinois Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka 31 Permanent 121ace of business: 7401 N St. Louis Ave., Skokie, IL 60076 847-679-7980 Attached equipment owned by G&L Contractors, Inc. rivers with number of vears enlDloved by G&L Contractors, Inc. Frank Goldberg 847-812-2648 6 E Burr Oak Drive Arlington Heights, IL 60004 32 years experience with G&L Jose Carballido 847-812-2628 361 Locksley Dr Streamwood, IL 60107 22 years experience with G&L Vito Battista 847-812-2643 8319 Oleander Niles, IL 60714 17 years experience with G&L javierViveros 847-812-2655 9319 Home Ave. Des Plaines, IL 60016 14 years experience with G&L Reynaldo Vazquez 847-812-2611 2105 N. Kilpatrick Ave. Chicago, IL 60639 5 years experience with G&L Thomas I Bisognani 847-812-2651, 615 S. Mitchell Avenue Arlington Heights, IL 60005 3 years experience with G&L 6"; This report remains the property of the Illinois Department of Transportation. A copy must be filed numerically and Nkicft Deparbymnt chronologically at the Official Testing Station for a period of eighteen (18) months and must be available for inspection by employees of the Illinois Department of Transportation. Mark each field below Pass or Fail with an "X". It any item of liar*-pbrtatlon on this form does not apply, leave it blank. The submission of this form certifies the accuracy and completeness of the UV inspection In accordance with 49 CFR 306.21. This Inspection does not meet USOOT motorcoach Inspection. P = �- '' 1. 0 6 Month, 3. US DOT Number 4. E] Reject over 30 days 16. Station 7. License plate 18. Vehicle Identification Number 19. Certificate of Safety Number 2. [] 12 Mont Binding, Jamming or Loose Pads 5. E] Replacement C/ 0663 15114v 1m2aa18y2vwr07792 1-31082452719 10. Company Name Pitman Arm III Company City 112. Odometer Reading 113. Date of Test 114, Start Time 15. End Time ' ' ' G L CONTR Steering Gear 8- I SKOKIE 1539,123 g System Modification 110/11/18 17:00 NAM i'l 1� NAM E] PM 16.Model Year 117.Vehicle Type suspension 118. Trailer Make 119. Vehicle Make 20. Single Wheel Axle I 122.Test Fee , 123. Date C/S Applied 24, Time CIS Applied 1997 Truck CoA springs IMack 21. Double Wheel Axle 2 !49.00 ti'- 110/11/18 7:16 ®AM [] PM 25. CST Name 126. 4T Sig rptoe, 127. CST ID# 128. Retest CST Name 129. Retest CST Signature 130. Retest CST ID# J MERAZ /r I / 11 , ')--/ 125 1 X improper Load, Sea or Use X 1 Broken I I `%",sr J) X Absence of Braking Back Up Alarm (Ratuse Hauls, Onhi) X Adjustment Fr" Breakaway Device X Drums or Rotors Adjustable Aide Assemblies X Hoses or Tubes X Cracked or Broken Member Hydraulic Meet., x Loose or Missing Fast -ors X Look. (Air., Fluid) X Tire Wheat Clouirarr.. X Linings or Pods Fuel System X Mismatch Across A.I. 2T,* X Missing/WokenfLose, X Fuel Cap ComponentaASS X Looks X Parking Broke Missing or Looss Components Power Assist Unit Instruments and Indicator Panel Tractor Protection valve Coupling Devices Brake Failure Indicator Light ZRA" Low Pms.Nocuum Warning Device Drawbar or Towbar Eye X Ind. Light Drawbar or Towbar Tong" Lighting Devices and Reflectors Fish Whooll E?T5FidF7,,7 Pintle Heck I X I Back Up dSaddl. Mounts safety Devices Engine and Underbody Cornponsent. ArComprearror Exhaust System dLanka ago But - Gas Powered: Discharge Excess 6" Forward from Rear On* - Other than Gas Powered Discharge Excess 16" Forward from Real Discharge Forward of Dow or Opening Window Ise Plate ing cto Mark. (Snake) Signal o Secure I End Structure . Tim Steering Ifischanarn ME X 0.11 and Socket Joint Binding, Jamming or Loose Pads X Drag Links X Free Play X Pitman Arm X Power Assist Unit Steering Column Steering Gear 8- g System Modification Steering Wheal 13 suspension Air Suspension X Asia Positioning Pens CoA springs Rubber Springs Springs or Shackles X TorqualRadiuslTracking Components -Tlrea- NonTtosting Axis ""Paw LngL X ContadwithVehicla X Fiat or Look X improper Load, Sea or Use X Tire Condition X Tread Depth Then. aeration Asia or Ply Repair Racas or Retread or Look .par Load, Size or Use notch Radial or Dias ,coved (Urines Urban or Suburban) wheals end Rims Cracked or Welded Repairs Lock Rings Lugs or Fasteners Wheal Locating (Bolt) Hole Windshield Wricishielot Whedshl.11dwipw I x I lWindshitrIdWiper n Special Vehicles Only Door or Larches Duel Broke Emergency Exits Fire Extinguisher Heater or Defroster Horn Hosea or Cables King Pins Lattering Anchoring B.ft ks and Struts ;h Guards , or Floor Covering ina devices other then Windshield )Id Worthier — ----- — --- - - ------- ------- Printed 10/11/18 For further Information regarding this Inspection, call (217) 766.1161. This Inspection may not Include all the required equipment to operate a vehicle on Ifflinois' highways. BIC 3000 (Rev. 12(08/17) j I, "0 This report remains the property of the 111mads Department of Transportation. A copy must be filed numerically and chronologically at the Official Testing Station for a period of eighteen (18) months and must be available for inspection by employees of the Illinois Department of Transportation. Mark men field below Pass or Fail with an X. If any item on this form does not apply, leave it blank. The submission of this form certifies the accuracy and completeness of the Vehicle Inspection Report inspection in accordance with 49 CFR 396.21. This inspection does not meet USDOT motommach inspection. 1. 9 US DOT Number 4. [ I Reject over 0 days E. Station Absence of Braking __U_ License Plato 18. Vehicle Identification Number 19. Certificate of Safety Number 2. E] 12 A Jormpany 6. n Replacement C/S 10663 Drum. or Rotas 10206V JLM1AA13Y4TW059563 Hoses or Tubes 130976463319 10, Company Name Hydraulic Master 1 ,C City 12. Odometer Reading If Te 13. DaiWo, Test 14. Start Time 15. End Time G L CONT SKOKIE X SKOKIE 958,120 09/07!18 107:30 XAM OPM 07:45 Z AM E] PM - 16. Model Year 117. Vehicle Type 18. Trailer Make 19. Vehicle Make f2o. Single Wheel Axle 1 1,22.1e�ee 23. Date C/S Applied 24. Time C/S Applied 1996 j Mack 21. Double Wheel Axle 2 "1 1$4 7:46 g AM [] PM _[Tfiuck 25� CST Name 26. CST Signature 127. CST ID# _T �8. Retest CST Name ' _jr9. Retest C lure �_T —Si 9 1 — T30. Retest CST 1D# — J MERAZ I — .." �2�5 1 1 I Brakes MMEM x Absence of Braking X Adjustnei Breakaway Device x Drum. or Rotas X Hoses or Tubes Hydraulic Master X Leeks (Air., Fluid) X Linings or Pads X Mlamatch Across Axis X Parking Belk E Power Assist Unit Tractor Protection valve Couplmg Devices Drawbar or Tewbw Eye ........... . . Drawbar or Towbar Tongue Fifth Wheel Pintle Hook Saudi. Mount. Safety Devices Engine and Underbody Components X Air C(empmersOr Exhaust System M_ " Leaks 11-ocatadasnot tocause damage Bus -Gas Povini I JDischargeE-11 B' Forward from Rear Bus . Other than Gas F.". Dechaigo Excess 16' Fo.m from Rear Discharge Forward 11 Doeor Opening Window Remarks Exterior Back Up Alarm (Refuse Header Only) Frame Adjustable Axle Assemblies Cracked or Broken Member Lem or Missing Fasteners 'rim most Clearance Fuel System x Fuel Cap X Leak. X Missing or Loose Components hurtnumerris and Indicator Panel Broke Forum Indicator Light I— P—Naw= Warning Device Ind. Light 11.141ri. D—lor. and Rafael— Up Plate Safe Loading Cargo Secure Front End Structure Spare, Tim Steering Mechanism IWOM x Ball and Socket Joint X Binding, Jamming or Lome Parts X Drag Links x Free Play X Portion Arm X Power Assist Unit X Steering Column X Steering Door Box x Steering System Modification Steering Most Tie 11. Suspension i ii Air Suspension X MI. P.Mitlenmil Pads Gail Si Rubber Springs X Springs or Shackle. X Tomw/RadostTracking Components T�N..ii;ednqAdo Contact wire Vehicle Flat or Leak Improper Load. Size a Use Tire Cml Tread Depth Tires- Steedna Axle Beet or Ply Repair Bus -Recap, or Reused Contact with Vehicle Flat or Leak Improper Lead, St. or Use Mismatch Radial or Bias Regroxi (Unless Urban or Suburban) Tire condition Trend Depth Wheels and Rims 7 Cracked or Welded Repairs Lock Rings Lugs or Fasteners Wheat Locating (Soft) Hole Whidalthild Windshield ise.d.hileld Wiper 1�g TEempm X WritahkId Woe, E] specialvelikilesorely or L.I&as Simko ipm.y Extra -Xtinguemsrr er or Defroster s or Cables Fine ring or Anchoring Belt k, and Strixte in Guam. ; or Floor Covering ring devices A Alignment A Bearing ow other than Windshield Printed 10/10118 For further information regarding this inspection, call (217)786-1181. This Inspection may not Include all the required equipment to operate a vehicle on Illinois' highways. BIC 3000 (Rev. 12/08/17) Illinois Department of Thanspicirtation This report remains the property of the Illinois Department offransportation. A copy must be filed numerically and chronologically at the Official Testing Station for a period of eighteen (1 B) months and must be available for inspection byemployees of the Illinois Department of Transportation. Mark each field below Pass or Fail with an "X". If any item on this form does not apply, leave it blank. The submission of this form certifies the accuracy and completeness of the inspection in accordance with 49 CFR 396.21. This inspection does not meet LISFIOT mothr— rhin—Minn Vehicle Inspection Report 1. FLfl 6 Month 12 Month 13. us DOT Number 4. F1 Reject over 30 days 5. Ej Repla ment Cis 6. Station lolm 7. License Plate 10769V30288752819 8. Vehicle Identification Number 9. Certificate of Safety Number ..... 5281 9 10Company Name Headlights 11. Company City 12. Odometer Reading 13. Date of TEst 14. Start Time 15. End Time GL CONT x Skokie 265,048 02/07/19 07:00 g AM El PM 7:15 NAM E] PM 16. Model Year 17. Vehicle Type Tail 18. Trailer Make 19. Vehicle Make- 20. Single Wheel Axle 1 22. Test Fee 23. Date Cis Applied" 24. Time Cis Applied 2000 Truck Sleeving System Modification Spare In. Mack 21. Double Wheel Axle 2 x $49.00 02107119 7:15 X AM E] PM 55 CST Name 26. CST Si nature 27. CST ID# .-- 28. Retest CST Name 29. Retest CST Signature 130. Retest CST ID# J MEWRAZ ...... ... .. 25 Coil Springs -- Rubber Springs NFIA of Braking Breakaway Doves Drums or Rolom Hosea or Tubes Hydraulic Master Leaks (Air or Fl.id) -inings or Pads Vl,..rt.h Across Axle [,�P.rking Sisk. Power Assist Unit Tractor Protection Valve Coupling Devices Drawbar or T—ber Eye Drawbar or Towbar Tongue Fifth Wheel Pintle Hook Saudi. Mmumls Safety Devices Engine and Undorbody Components Air Compressor Exhaust System 1111, , , rel x Leaks x Located as hot to cause damage BUS - Gas Powered: Discharge Excess 6" Forward from Rear Bus - Other than Gas Powered EEDischmg. Excess 15" Forward from Rest, Discharge Forward of Door or Opening Whom agar Back Up Alarm (Refuse Hauler Only) Frame Adjustable Axle Assemblies Cracked or Broken Member Loose or Missing Few.—. rim Wheel Clearance Fuel System 77 Looks Missing or Loose Components 'r - C-1 Instruments and Indicator Panel Broke Failure Indicator Light Low Pres Alacuum Warning Device Ind. Light Lighting Devices and Reflectors X Back Up X Clearance x Hazards X Headlights X Identification x License Plate Drag Links Parking x Reflectors Side Menem x Pitman Arm Step (Brake) Tail /i../jr fJ,lr Turn Signal Safe Loading X Cargo Severe Windshield Wiper Front End Structure Sleeving System Modification Spare In. Steering Mechanism Wheels, and Rims Ball and Socket Joint Cracked or Welded Repairs X Binding, Jamming or Louse Parts 7 Lock Rings Drag Links Lugs or Fasteners Fare Play Wheel Locating (Bolt) Hole x Pitman Arm Windshield x Podr Assist Unit 7 /i../jr fJ,lr x x Steering Column 8 set ng Gear Dow Windshield Wiper Sleeving System Modification Es"'mm, 19 x St.sming Wheal x Windshield Wiper X To Rods Special Vehicles Only Suspension Air Suspension Battery x A.10 Positioning Part. ...... ... .. Body Coil Springs Bumper Rubber Springs Color Spring$ or Shackles Door or Latches TorquoiRadwri'lacking Components Dual Bees Time- Non Steering Axle Emergency Exits MERRIMAN Fire Extinguisher x Contact with Vehicle Faster or Defroster X Flat or Lank Horn x Improper Load, Sum or Use Hoses a Cables X Tire Condition King Pin, x Tuned Depth Lettering Axle Minors NOE Muffler x Boot or Ply Repair Seat Anchoring Sus -Recap or Retread Seat Bell X Contact with Vehicle $book. and Struts X Flat or teak Splash Guards x Impropoi- Load, Size I Use Steps or Floor Covering x Mismatch Radial or Bias Warning cl.vices -grooved (Unless Urban or Suburban) W'reel Alignment Tire Condition F�x Wheel seeing —A n—$, Who" other then Windshield Printed 02/07119 For further information regarding this inspection, call (217) 785-11181. This inspection may not include all the required equipment to operate a vehicle on Illinois! highways BIG 3000 (Rev. 12/08/17) This report remains the property of the Illinois Department of Transportation. A copy must be filed numerically and chronologically at the Official Testing Station for a period of eighteen (1 B) months and must be available for inspection by employees of the Illinois Department of Transportation. Mark each field below Pass or Fall with an "X". If any item on this form does not apply, leave it blank. The submission of this form certifies the accuracy and completeness of the Inspection in accordance with 49 CFR 396.21. This inspection does not meet USDOT motorcoach inspection. 1. Ex] 6 Month 13. US DOT Number 4. El Reject over 30 days 6. Station X 7. License Plate 8. Vehicle Identification Number 19. Certificate of Safety Number 2. E] 12 Month Identification X 5, Replacement C/S 10663 Parking 121896V Reflectors 1M2A418Y02W148646 30388774219 10. Company Name Step (Britai) 11. Company City 112. Odometer Reading 113. Date of Te at 14. Start Time 15. End Time G L CONT Suspension SKOK'IE' 1446,123 ,a "POW 103/01/19 12:00 EjAM ®PM 12:15 E] AM ®PM 16.Model Year 117.Vehicle Type 18. Trailer Make 119. Vehicle Make 20. Single Wheel Axle 1 22. Test Fee 23. Date C/S Applied 24. Time C/S Applied 2002 ]Truck llvlarc� k 2 1. Double Wheel Axle 2 Flat or Leak 12:15 E] AM 0?< PM 26. CST Name 26 S' nature 16# 127 CST 28. Retest Name —42"9. Retest CST Signature Tread Depth 30. Retest CST ID# PINEDA 135 Brakes of Braking Breakaway Device Drums or Rotors Hoess, or Tubes Hydraulic Mtrat., Leaks (Air or Fluid) Linings or Parts Mismatch Across Axle X Parking Brake Power Assist Unit tractor Protection Valve Coupling Devices Drawbar or Towbar Eye Drawbar or Towbar Tongue Fifth Wheat Pintle Hook Saddle Mounts Safety Devices Engine and Underbody Components t X I Air Compressor Exhaust System X ranks Located as not to caurit, damage Bus - Gas Powered: Discharge Excess 6" Forward from Rear On . Other fluer Gas Isswerad Discharge Excess 15" Forward train Rea, Discharge Forward of Door or • Opening Window VHxtraner � Back Up Alarm (Refuse Hauler Only) Frame. Adjustable Axis Assemblies Cracked or Broken Member Lome or Missing Fasteners Tire Wheat Clearance Fuel System 7 Fuel Cap X Leaks X Missing or Lome Components Instruments and Indicator Panel Broke Failure Indicator Light x — Pll--,u,m Warning -vice Ind. Light Liahtina Devices and Reflectors X Back Up X Clearance X Humme x Headlights X Identification X License Plate X Parking Reflectors X Side Marker X Step (Britai) X Tail Turn Signal 509 Loading To Rod. Suspension ,a "POW 1­ in secure 7MC.-Front End Structure X Spare Tire Steering Mechanism ME ME X Hall and Socket Joint X Binding, Jamming or Lome Parts X Dreg Links x Free Play X Pitmen Ann PovwrArmA Unit X Steering Column X Steering Ga., Box X Steering System Modification Steering Vowel To Rod. Suspension ,a "POW Air Suspension X Mw Positioning Peru Coil Springs Rubber Springs X Springs or Shackles TorquefRadiusfTracking Components Tires. Non Steering Axle X Contact with -hill, Flat or Leak X Improper Load, Size or Use X Tim Condition X Tread Depth or Ply Repair Recap or Retread Flat or Leak Improper Load, Sim or Use Mismatch Radial or Bias Regreoved (Unless Urban or Suburban) Tim Condition Tread Iooplh___ Wheels and Rims Cracked or Welded Repairs Lock Rings Lugs or Fasteners Meet Locating (Bolt) Hole Windshield L_x ---- 1— Windshield Windshield Wiper % Windshield Wiper E] Special Vehicles Only or Latch" Brake rgency Exits Extinguisher ger or Defroster a or Cable. Pins Muffler Sets Anchoring Seat Belt Shocks and Saute Splash Guards Step. or Floor Covering Warning devices other than Windshield rld Wash., Printed 03/01/19 For further information regarding this inspection, call (217) 785-1181. This inspection may not Include all the required equipment to operate a vehicle on Illinois' highways. BIG 3000 (Rev. 12108/17) Thls report remains the property of the Wriols Department of Transportation. A copy must be filed numerically and Chronologically at the Official Testing Station for a period of eighteen (18) months and must be available for Inspection by employees of the Illinois Department of Transportation. Mark each field below Pass or Fail with an "X". if any item on this form does not apply, leave It blank. The submission of this form certifies the accuracy and completeness of the Vehicle Inspection Report Inspection In accordance with 49 CFR 396,21. This inspection does not meet USDOT motorcoach Inspection. 1. 6 Month 3. US DOT Number 14. E] Reject over 30 days 6. Station 17. License Plate 18. Vehicle Identification Number 3. Certificate of Safe Number 2. 12 Month X 15. Ej Replao X 1310682 x j1M1AKO6Y0 , 30976461819 10. Company Name 11. Company City 12. Odometer Reading 113. Date of Test 14. Start Time 15. End Time G L COST ISKOKIE 328,107 109/06/18 107:30 nx AM [I PM 7:45 g AM Ej PM 16.Model Year 17. Vehicle Type 118. Trailer Make IS. Vehicle Make 20. Single Wheel Axle 1 42, T41: Fee,,, 23. Date CIS Applied 24. Time C/S Applied 2007 Truck Mack 121. Double Wheel Axle 2./ $49.00 7:45 rxj AM [] PM 25. CST Name12% CSlgnarture 127. CST ID# 128, Retest CST Name Relast CST Signature ORetest CST I D# IJ MERAZ 1--U /_// 1'-- 126 1 1 Brakes '* "4FOil RA1�r f 04 #12, X Back Up Alarm (Refuse Hauler Only) Adjustment Fro" Breakaway Device X Drums or Rotors Ant-wicki Al. Assemblies X Hoses or Tubes X Crooked or Broken Member Hydrauk Mester x Loose or Missing Fasteners X Leaks (Air or F" X T4. Wheel I Cloarano. X Lining. or Peds Fuel System X Mismatch Across Axle X hT­iogMmk.ryL— Fuel Cap C..P.—WABS Looks X Parking Broke # Missing or Loose Components Power Assist Unk Instruments and brifleator P" Tractor Protection Volvo Coupling Dervices I 18rake Failure Indicator Ught Pres. Nocuum Warning Device Crowbar or Towboy Eye ar llend. Light Drawbar or Towner Tongue Lighting Devices andRaffetors, Fifth W" Ping. Hock X —Backup Boddie Mounts X Clearance Safety Devices X Hooafda Engine and Underbody Components x Herecilights, I'll E I%W1 x kloniffication I X I JAir Compressor x tjoarea plot. Exhaust system Parking F/117f 1101'w X Reflectors Looks X $it. Merkur X ILocated-nottocousedsmage X Slop(sroke) Bus - Gas Powered: X Tall Discharge Excess el"For wand X Turn Signal from Raw ftki Loading Bus - Obsor than G" Povv*md J�D(schavqo Excess 15" Forward from Rest Cargo Secure Discharge Forward of Door or Front End Structure Opening Window /r,:. Spare Tire Steering Mechanism Bell and Socket Joint Binding, Jamming or Loose Parts Drag, Links Free Play PftanA- Power Assist Unit Steering column Steering a.. Ba. Steering System Modification Steering Wheel 'no Rods Wheels and Rima x Crocked or Welded Repairs Lock Rings x Lugs or Fasteners x Wheel Locating (Solt) Hole Vifindshoold ILT x �"Wndshisld Windshield Wiper M M Windshield Wiper [:] Special Vehicles Only 3 Positioning Palls X x X X X x x x _ x, x Axle Suspension 3 Positioning Palls Body I Springs Burripar >bar Springs Color Ings or Shackles Door or Latches queuRadiustTrat,king Components 0-1 Broke Regrooved (Unless Urban or Suburban) Emergency Exits Tire Condition Fire Extinguisher itactWith Vehicle Hear. or Defrosts, or Look H m .par Load. Su:s or Use Hoses or Cables Condition King Ph. ad Depth Lettering Boot or Ply Repair Sus -Reap or Retread seat Bolt Conrad with Vehicle Shocks and Struts Flat or Look Splash Guards Improper Load, St.. or U . Steps or Fluor Covering Mismatch Radial or Blas Warning devices Regrooved (Unless Urban or Suburban) Wheel Alignment Tire Condition mew searing Remarks r777=Tread DepthWndow other than Windshield I I WnthilveldWashor '-Printed 09/06/18 For further information regarding this Inspection, call (217) 786-1181. This Inspection may not include alilhopecluxed equipment to operate a vehicle on Illinois' highways. SIC 3000 (Rev. 12/08/17) G & L CONTRACTORS INC 7401 N ST LOUIS AVE SKOKIE IL 60076.4043 Registration ID: 1010 4207 PIN: 1567 G & L CONTRACTORS INC 7401 N ST LOUIS AVE SKOKIE IL 60076-4043 Registration ID: 1010 4041 PIN: 9369 2019 Illinois Registration Identification Card Jesse White, Illinois Secretary of State CFUP06/13/18:01:6127: 2749.00 IVILI 15114V 9FUP16127 SHVR 0619 Vehicle Year Vehicle Make VIN 1997 1 MACK 1M2AA18Y2VW077972 Weight or CC's Body Style Application Type 72380 TRUCK TRUCK -TRACTOR Andes Leased/Rental Unit Number File Number County 016 1 35 1 COOK Driver's License Number(s) or FEIN(s) Expiration Date JUNE 30, 2019 Pate Number 15114V Renewal Fee Due SPECIAL HAULING VEHICLE PERMIT PAID 2749.00 HVUT PAID/SUSPENDED 2019 Illinois Registration Identification Card Jesse White, Illinois secretary of State CFUP06/13/18:01:6128: 2749.00 MU 10206V 9FUP16128 SHVR 0619 Vehicle Year Vehicle Make VIN 1996 MACK 1M1AA13Y4TW059563 Weight or CC's Body Style Application Type 73280 TRACTR TK TRUCK -TRACTOR Axles Leased/Rental Unit Number R e um er ounty 013 � 43 river's License Number(s) or FEIN s ExpirationDate CLAY JUNE 30, 2019 late um ar 10206V Renewal Fee Due SPECIAL HAULING VEHICLE PERMIT PAID 2749,00 HVUT PAIDISUSPENDED G L CONTRACTORS INC 7401 N ST LOUIS SKOKIE IL 60076-4043 Registration ID: 1010 4059 PIN: 3461 G & L CONTRACTORS INC 7401 N ST LOUIS SKOKIE IL 600764043 Registration ID: 1010 4737 PIN: 7860 G & L CONTRACTORS INC GUY F BATTISTA 7401 N SAINT LOUIS AVE SKOKIE IL 60076-4043. 2019 Illinois Registration Identification Card no Jesse White, Illinois secretary of State CFUP06/13/18:01:6129- 2749.00 MU 10769V 9FUP16129 SHVR 0619 VeNcle Year Vehicle —Make VIN 2000 MACK 1M2AA13 M130632 Weight or CC'S Body Style —Application Type 73280 73280 TRACTR TK TRUCK -TRACTOR Axles eased Rental UntNumber File Number C!Fou—nq—t)j­ 1 016 3 51 ==COOK river's jcenSe NUMber(s) or P9_FNTs_T Expiration Date JUNE 30, 2019 late umber r 10769V Renewal Fee Due SPECIAL HAULING VEHICLE PERMIT PAID 2749.00 HVUT PAIDISUSPENDED 2019 Illinois Registration Identification Card Jesse White, Illinois Secretary of State CFUP06/13/18:01:6130: 2749,00 MLI 21896V 9FUP16130 SHVR 0619 2019 Illinois Registration Identification Card m Jesse White, Illinois Secretary of State CFUP06/13/18:01:6131: 3316,00 MU 11171697 9FUP161131 SHVR0619 c' Veh de Year ehicle Make VIN 2007 MACK iMIAK06YO7NO23464 Weight or CC's 80000 Body Style TRACTR TK Application Type TRUCK -TRACTOR Ax es eased/Rental Unit Number 7ff;-pUW6;F—TC0unty 016 1 000063 COOK Se t .,a "s License river's License Number(s) or ) Driver's ExpirationUate JUNE 30, 2019 -pit-0 Wu-m-s—or 1_31068Z Renewal Fee Due SPECIAL HAULING VEHICLE PERMIT PAID 3316-00 1 HVUT PAIDISUSPENDED G&L Contractors, Inc 7401 N. St. Louis Ave. Skokie, |L6OO78 847-679-7980 References for Delivery of Aggregate Materials and Spoils Disposal City nfEvanston Public Works Edgar Cann847-448-8149 21DORidge Ave. Evanston, |LGO2O1 Village mfNiles Jack Grana D47-58O-79OG 6849TouhyAvenue Niles, IL 60714 Village ofKenilworth Public Works Department Donald LeichLD47-257-2354 491Richmond Rd. Kenilworth, IL 60043 Village ofGlenview Public Works Dave Battaglia 847-904-4522 2490E.Lake Avenue Glenview, IL 60026 Village ofMorton Grove Public Works 6101[apuUna Morton Grove, |L 60053 Public Works —Joe 0ahm-(847)GG3-39O4 ~ Wffi�11jr#r4FUr#r1rq1 "111TUP-ra- M. INUMS0 pjffl%�� Bluff City Materials/Reliable Materials 2250 Southwind Blvd. Bartlett, IL 60103 Prairie Material CCDD & Recycle Yard 491 15398 North Lorang Road Elbum, IL 60119 Consolidated Materials Inc. 1320 S Virginia Rd., Crystal Lake, IL 60014 Vulcan Materials Company 2000 Vulcan Blvd Bartlett, IL 60103 Vulcan Materials Company 841 Skokie Highway Lake Bluff, IL 60044 Midwest Aggregates 28435 W Route 173 Antioch, IL 847-395-2595 Orange Crush, LLC 507 Rock Rd Dundee, IL 60118 Orange Crush, LLC O'Hare Plant 1817 S Elmhurst Rd Chicago, IL 60606 Bld Request for For the mu In lclpal ltles of Mount n n Glenview,n ii LincolInshlre,ilii IF city of Evanston- � � W ufilp 0"4, �".I R, Mount Prospect PubUlIc Workst 1700 W. Central Road, IMount Prospect, Illiin®l 0056-2229 u %t ar � � f llli�lll,� '1 NILES 0"4, �".I R, Mount Prospect PubUlIc Workst 1700 W. Central Road, IMount Prospect, Illiin®l 0056-2229 NOTICE TO BUDDERS Bild for Debrils Haulling and Aggregate Materlial Defivery for the munliclipallifies ®f Mount Prospect, Evanston, Glenvilew, Kenillworth, Liin ®In hiir , files, & Wnnetka Sealed bids will be received until 1:00 p,irn, on March 4, 2019 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 imarked "Sealed Bid for Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka". The scrape of work includes the purchase and delivery of aggregate irnaterial and the hauling of disposal debris, Flans and specifications irnay be obtained from Mount Prospect Public Works website www,M(XM'1h'.)(DE.;:)ec[.hk�lielc, All bids shall be accompanied by a Bid Brand, Certified or Cashier's Check irnade payable to the Village of Mount Prospect for not less than ten percent (10%) of the bid amount, Offers irnay not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and tiirne, 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 inforimalities in bid procedures and to award the contract in a irnanner bet serving the interests of the Village. Village Manager Michael J. Cassady Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitlies of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®IlnsNre, Mll Ies, & Wnnetlka 1 WWI- -------------------------------- -- ------------ 3 r------------------------ Uncolinshfire flIes, & Winnetlka Contract Table of Contents Section FAqe Notice to Bidders 1 Table of Contents 2 Bid Packet Information 3 Instructions to Bidders 7 Specifications 11 General Conditions 16 Proposal 1Forim - Exhibit A 24 Bid 1Forim 26 Affidavit— Proposal Certification 1Form 29 Bid Security 31 Bid Sheet 32 Contract - Exhibit B 35 Performance Bond 41 Debriis HaWiing and Aggregate IMateriiall Delllivery for the rnunli&ipalHfies of IMount Prospect, Evanston, Glenv�ew, KeniiWorth, LincoIlnsNre, Mll Ies, & Winnetka 2 Ki . The municipalitiesacre seeking proposals fair their: Debris Hauling and Aggregate Material delivery for the municipalities of IMo unt Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka PROJECT SCOPE The Contractor shall provide, at a minimuirn, the following work, • The work consists of transportation and disposal of spoils generated in the course of normal Municipality operations and for the delivery to the Municipalities of -7 Crushed Aggregate Stone, -71/4 Yip, -6 Crushed Aggregate Stone, Pulverized topsoil, ISA -2 Torpedo Sand, ISA -6 Clean Brawn Beach Sand, and Wash Stone, • Fulfill all iteirns 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 assts indicated on the Bid Sheet, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetka 3 1. RECEIPT OF PROPOSALS Sealed bid proposals to provide Debris Hauling and Aggregate delivery irnu t be received in the Village Manager's Office, at 50 South Emerson Street 3rd 1Floor, Mount Prospect, Illinois 60056, no later than 1:00p.irn. on March 4, 2019. Bids arriving after that tiirne will not be accepted. Mailed hid, which are delivered after the specified hour, will not be accepted regardless of postmarked tiirne on the envelope, Electronic irnail (eirnail) and/gar facsimile transmitted bids will not be accepted. All hid proposals will be publicly opened and prices read aloud thereafter on the sairne date at the Mount Prospect Village Hall, 50 South Emerson Street, Mount Prospect, Illinois, 2, HOW TO SUBMIT A BID The bid proposal arms t be delivered in a sealed envelope to the Village Hall and irnarked to the attention of the "Village Manager". The bid proposal arms t be clearly irnarked: Sealed Bid "Debris uliing and Aggregate Material Delivery for the municipalities of Il cunt Prospect, Evanston, Glenview, Kenilworth, Liiincollinhiir , Wiles, & Wininetka" and the date of the bid opening "Mairch 4, 20,19". No proposal will be considered unless it is submitted on the bid proposal form, Exhibit A, included in this bid packet. The bid proposal irnust be typewritten or legibly completed in ink, Any erasures or revisions in the bid proposal arms t be initialed by the person signing the proposal, Should a bidder wish to qualify his bid or irmake 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 irnarked 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 arms t be submitted in accordance with this Notice to Bidders and the "Village of Mount Prospect Instructions to Bidders", and on the Proposal 1Forirn (Exhibit ). In addition, bidders arms t be licensed to dna business in the Village of Mount Prospect, and arms t furnish satisfactory evidence of their professional experience and ability to irneet the performance requirement of the Debris Haulingn reate Material Delivery for the municipalities of Debriis Haualliing and Aggregate IMateriiall Delllivery for the rnuanlieligall fies of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®IlnsNre, Mll Ies, & Winnetlka 4 Mount Prospect, Evanston, Glenview, Kenilworth, Liiincollinhiiir , Willes, & Wininetka (Exhibit ). 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 yawn assessiment of bids received, to reject any and all h id , to waive irregularities and technicalities in the h id , to further negotiate details of the contract with the low bidder after award of the contract, and to award the contract bused upon its consideration of the following criteria as well a 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 scrape 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. rn) Past records of the bidder's transactions with the Village or with rather entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness, n) Such rather facture as would be in the bet interest of the Village and its operations, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 5 The Village of Mount Prospect imay make such inspections, as it deeirns necessary, including the right to inspect all bidder worksite s 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 �Forim (Exhibit A), the Specifications, the General Conditions, the Bid �Forim, the Affidavit .— Bid Certification �Forim, the Bid Security �Forim, the Bid Sheet and "Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolinshire, Niles, & Winnetka" (Exhibit B), The successful bidder will be required to execute the Debris Hauling and Aggregate Material Delivery for the imuniciplaites of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka for the duration specified in that contract and the successful bidder's submitted Bid Proposal �Forim will be attached to and incorporated into that Contract, Debriis HaWiing and Aggregate IMateriiall Delllivery for the rnunli&ipalHfies of IMount Prospect, Evanston, Glenv�ew, KeniiWorth, LincoIlnsNre, Mll Ies, & Winnetka 6 To be entitled to consideration, bids irnu t be irnade 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 irnay withdraw or cancel their bid, in written forirn, 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 irnay exist hereafter as a result of failure or mission on the part of the bidder to make the necessary examination and/or investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder, 3. Bids irnu t be signed by an authorized official of the organization submitting the bid with the nairne of the official and his/her title typed below the signature. 4. All bidders irnu t submit the following information on or before the deadline for bid submittal, (a) the location of the bidder's permanent place of business, (ha) evidence of the ability to provide an efficient and adequate plan for executing the services requested, and (c) any additional evidence tending to shrew that the bidder is prepared adequately to fulfill the contract, 5. Bidders shall include with their bid, on a separate attachirnent to the bid, the nairne of three (3) references regarding their qualifications by experience, ability, personnel and equipment to perforirn the services required by the bid specifications, The references irnu t include company nairne, 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 perforirn the required services on behalf of the bidder will be irnade. 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, irnay disqualify any Bidder, including a low Bidder, and irnay void any contract previously entered into teased upon its background investigation, 7. No bid will be accepted from or contract awarded to any person, firirn or corporation that is in arrears or is in default to the Village upon any debet or contract, or that i 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, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 7 3. All bid submittals irnu t include a signed Bid Certification 1Frarirn (ropy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Section 33E-3 and 33E-4 of the Illinois Criminal Grade regarding bid rotating and bid rigging (720 ILLS 5/33E-3 and 5/33E-4); compliance with the Illinois drug 1Free Workplace Act (30 ILLS 530/1 et seq.; that it is not delinquent in the payment of taxes (65 ILLS 5/11-42.1); and that it has a written sexual harassiment policy in place in full with the Illinois Human Right Act (775 ILLS 5/2-105, as amended), 9. Any bidder in doubt as to the true irneaning of any part of the Specifications or rather did documents shall submit a written request for interpretation to Casey Botteirman, no later than five (5) calendar days prior to the date set for the opening of the bid, Any questions received after that time irnay 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 irnay 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 sleet. Coral explanations are not binding, 10. Prices shall be provided for each service required to be performed under the contract, 11. 11 equipment and irnaterial 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 irnaterial 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 irneet the service requirement of the applicable Village Department, Brand naimes which irnay be irnentioned in the specifications do not indicate a preference and are used only as a reference to the type and quality of imaterials or equipment desired. 13.The brand nairne and/or manufacturer of each iteirn proposed irnu t be clearly stated. Guarantee and/or warranty information irnu t be included with this bid, 14. Unless otherwise directed by the Specifications, all irnaterial , equipment and services provided will irneet 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 teeing complied with in connection with the bid and any resultant contract or purchase by the Village. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 8 15. 11 municipal, county, and State of Illinois sales taxes and federal excise taxes, which are NOT applicable to sales to the Village of Mount Prospect, irnu t be excluded from bid prices. 16. Prices shall be stated in units when applicable and quotation irnade on each iteirn separately. In case of conflict, unit price shall govern, 17. Bidders irnu t be sure to specify any terms which they wish to gaffer in the space provided, Cash discounts will be deducted from the base bid in determining the low bidder, 18,A bid deposit in the airnount of ten percent (10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package, The deposit rnu t 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 irnade, at which tiirne 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 irnay procure the services from rather sources and irnay deduct the asst of such services from the unpaid balance due the bidder, or irnay collect against the bond or surety for excess assts so paid, and the prices paid by the Village shall be considered the prevailing irnarket price at the tiirne such purchase is irnade. 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 nairne of the Village for any advertising, promotion or reference unless express written permission is granted by the Village. 22, The opaque envelope the bid shall be imarked plainly, "SEALED BID" .— Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincoinshire, Niles, & Winnetka along with the SERVICES DESCRIPTION, and date of the bid opening, (See also Notice to Bidders requirements), 23.The bidder's submittal shall include the completed Proposal 1Forirn. The Village will strictly hold the bidder to the terims of the Proposal 1Forirn. The Proposal 1Forirn irnu t be executed by a person having the legal right and authority to bind the bidder, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 9 Questions out this Request for Bids should be directed to:: Mount Prospect Public Works Department Attn: Casey Botterman 1700 West Central Road Mount Prospect, Illinois 60056 Phone: 847.870.5640 Email: CIL�C)II(�rrry�FA¢ilri)ry�c)tiriiI Evanston Public Works Department Attn: Edgar Cano 2020 Ashbury Ave. Evanston, IL 60201 Phone: 847-448-8149 Email: L . . . . . . . . . . . . . . . . Glenview Public Works Department Attn: Dave Battaglia 2498 East Lake Avenue Glenview, IL 60026 Phone: 847-904-4522 Cell: 847-376-0160 Email: dbanaflF-r L-1 -AL211 I —e Kenilworth Public Works Department Attn: Donald Leicht 347 Ivy Ct. Kenilworth, IL 60043 Phone: 847-257-2354 Email: DLe !� �Ichi @�Vok� Lincolnshire Public Works Department Attn: Walter Dittrich 1 Olde Half Day Road, Lincolnshire, IL. 60069 Phone: 847-883-8600 Email: wdHli� I 1-@11kincolinsIldimi Niles Public Works Department Attn: Jack Grana 6849 W Touhy Ave, Niles, IL 60714 Phone: 847-588-7905 Email: ggL@vrCHes.corn Winnetka Public Works Department Attn: James J. Bernahl 1390 Willow Road Winnetka, IL 60093 Phone: (847) 716-3261 Email: j,Vr( �mal Debriis HaWiing and Aggregate IMateriiall Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Linco�lnsNre, Niles, & Winnetka 10 SPECIFICATIONS 2019 IMUNICIPAL PARTNERING INITIATIVE DEBRIS HAULING AND AGGREGATE MATERIAL DELIVERY FOR THE MUNICIPALITIES OF IMOUNT PROSPECT EVANSTON GLENVI INNETKA 1. PROJECT SCOPE The work consiists of transportafion and disposall of spdills generated lin the course of normal) Munlidpalllity operafions and for the delllivery to the IMunliclipalllitlies of CAJ Crushed Aggregate Stone, CAJ 3/4CNp, CA -6 Crushed Aggregate Stone, PUIveriized tops&ill, FA -2 Torpedo Sand, FA -6 C�Iean lBrown lBeach Sand, and 3/4 )inch Wash Stone. Debrlis materi41 may consiist of spdills from utfliity work (mud, dirt, etc.), concrete, asphaft, street sweeplings and other materi41s wNch may not be separated. Hauling of hazardous materials is not included in this scope of work. Spoil shall be disposed of in compliance with applicable local, state and federal regulations. When directed by a Municipality to dispose of spoil at a Clean Construction or Demolition Debris (CCDD) facility, the Municipality will provide either form LPC -662 or LPC -663 for the spoil material. If the Contractor choses to dispose of any material at a CCDD facility without being directed to do so by the Municipality, the Contractor assumes all responsibility for providing all testing and certifications required, including all costs related thereto. 2. PROJECT SUIBRITTALS The Contractor must submft the foUloMng iinformation to the IMunliclipalllitlies for revliew Mth Nd submiissiions. Falillure to submlit the fdllIoMng Ml1l1 resuft lis disqualliificafion of Nd: 2.1 Eg2jprint C7cacLurintatlran Debriis Hadliing and Aggregate IMateriiall Delllivery for the munlidpalllities of (Mount Prospect, Evanston, Glenview, KeniiMorth, IL.iincollnshiire, Mll Ies, & W( innetka 11 IDelbris IHladlliing and re ate IDeUivery Estimated Quatifies (per IMulnliolilpalllity per the spedficafions lidentlifiied herelin: RNumbemer Rem Description Mourospnit ntect U Evanston Glenview Kenilworth Lincolnshire Niles Winnetka Total P CA -7 Crushed Aggregate Virgin Crushed Limestone Ton I Delivered Delivered 595 595 Ton 2 CA -7 3/4" Chip (no fines) Delivered - - 350 350 CA -6 Crushed Aggregate Ton 3 Stone Delivered Delivered 2,000 1,500 4,000 - 100 100 30 7730 Pulverized'Top Soil 21 -ton 4 Delivered Truckload - - 40 4 3 - - 47 FA -2 Torpedo Sand Ton 5 Delivered Delivered 1,000 150 20 30 24 200 1,424 FA -6 Clean Brown Beach Ton 6 Sand Delivered - - 5 5 % inch diameter Wash Ton 7 Stone Delivered 200 50 10 260 — -7T—ton------- 8 Hauling of Spoil Truckload 400 240 500 15 10 143 95 1,403 Hauling of Spoil — 21 -ton 9 Concrete Only Truckload - 5 3 5 1 - - 14 "Tauring of Spoil - Asphalt 21 -ton 10 Only Truckload 20 40 5 1 66 Hauling of Street 21 -ton 11 Sweeping Debris Truckload 12 3 15 30 2. PROJECT SUIBRITTALS The Contractor must submft the foUloMng iinformation to the IMunliclipalllitlies for revliew Mth Nd submiissiions. Falillure to submlit the fdllIoMng Ml1l1 resuft lis disqualliificafion of Nd: 2.1 Eg2jprint C7cacLurintatlran Debriis Hadliing and Aggregate IMateriiall Delllivery for the munlidpalllities of (Mount Prospect, Evanston, Glenview, KeniiMorth, IL.iincollnshiire, Mll Ies, & W( innetka 11 The Contractor shoUUsubmit Information tothe Municipalities documenting that the Contractor owns orhas access toominimum ofFIVE (5)21 -ton capacity trucks. The Contractor must show proof of vehicle ownership and/or a contractual agreement acceptable to the Municipalities covering the term ofthe contract. The Contractor shoUUsubmit evidence oflicenses and last Inspection for each truck tothe Village ofMount Prospect. 22 Dicloosal Location The Contractor shaUl submit to the Municipalities a list of anticipated disposal locations for each category ofmaterial tobohauled and disposed. Also Include the distance (�inm0os)from the Public Works facility ofeach Municipality tothe proposed disposal site. The Contractor shoUU notify the Municipalities of any new disposal locations prior to disposing any Municipalities material at the facility. 23 Material u o1v Location The Contractor shaUl submit to the Municipalities the locations from which the specified materials will bopurchased and delivered tothe Municipalities. The Municipalities reserve the right to designate the locations from which the Contractor will purchase and deliver material In an emergency situation. Adleast one location shoUUbolocated within o70mile radius ofeach Municipalities Public Works facility. 2.4 Deli ier and Di DOsan-ickets The Contractor sha�Hl provide the Mun�i&ipa�l�ifies with all delivery and disposal tickets. I MATERIALS & SERVICES 'TO BE PROVIDED BYTHE MUNICIPALITIES When a Mun�i&ipa�lfty opts to use the supplemental unit price "HaUlHng of Sp6i�l .— CCDD Facility (tesfing and PE certification by Mun�i&ipa�Hty)'% the testing of the material and necessary certifications will be provided by the Mun�i&ipa�lfty. All materials to be hauled shaUl be located at the respective Mun�ipaU�y's locations as noted below. An eqUipment operator and necessary equiipment will be made available to load the Contractor's trucks for all hauling. It Is the Contractor's responsibility to onsmwa that the Contractor's trucks are not overloaded and that the loads are balanced prior to leaving the Municipalities facility. Village of Mount Prospect Public Works Department Attn: Casey Bot erman 1700 W. Central Road Mount Prospect IL 60056 Hours of Operation: Monday-Friday:7AK8-3PK8 Village ofLincolnshire Public Works Department Attn: Walter Dittrich 1Olde Half Day Road, Lincolnshire, |L60069 Hours of Operation: Monday — Friday: 7AK8—lPK8 Houirs of Operation Village of Evanston Public Works Department Attn: Edgar Cano l0l0Ashbury Ave. Evanston, |L60l01 Hours of Operatiow Monday-Friday:7AK8-3PK8 Village of Niles Public Works Department Attn: Jack Grana 6849VVTomhyAve, Niles, |L60714 Hours of Operation: Monday — Friday: 7AK8—lPK8 Village of Glenview Public Works Department Attn: Dave Battaglia 13335hermerRoad Glenview, |L600l6 Hours of Operation: Monday — Friday: 7AK8—lPK8 Village mfV0nnetka Public Works Department Attn: James lBernah| 1390Willow Road VVinnetka,|L60093 Hours of Operation: K8onday— Friday: 7AK8-2 PM Village of Kenilworth Public Works Facility Attn: Donald Leicht 347Ivy Court Kenilworth, |L60043 Hours of Operation: Monday — Friday: 7AK8—lPK8 4. Length ofContract This Contract shoUU be In effect beginning April 4, 2019, and shoUU remain In effect until December 31,2020,unless terminated byeither party under the conditions specified InSection 10, Debris HaUl�ng and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, &Mnnotko Contract Termination. The Contract may boextended for mptotwo one (1)year extensions beyond the termination date by mutuaU, written agreement between the ViUlage and the Contractor, 5. 'TIECIHINUCALSIPIECUIFUCA'TIIOINS 5.1 The Contractor shaUl maintain aUl equipment used for compUefing the Work ingood operating condition and with the appropriate Hoonsosand inspections bythe State ofUUU�inois. The Contractor iswaspons�iUUofor providing qmoU�ifiodtruck drivers with verified Commopo4UDr�ivor's Licenses. NomU�ingservices shoUUoomph/with oUUFodomaU,State, IL000U,and Mmn�i6poUtios requirements and poU�ioios. 52Provide woUlkgrododcrushed stone aggregate oomp�lyngwith UDOT "StondomjSpooifioodions" gradation No. CA 7, free ofoUoy, Uoom, dirt, crushed concrete, ooUoowaoms orother foreign matter. 5.3 Provide weUlkgraded crushed stone aggregate compUy�ng with IDOT "Standard Spe6ificafions" gradation No. CA 7 3/4 CMp (no fines), free ofoUoy, Uoom, dirt, crushed concrete, ooUoowaoms or other foreign matter. 5.4 Provide woUU-gmadodcrushed stone aggregate oompUy�ingwith UDOT"Etondomj Spooifiootions" gradation No. CA8 free ofoUoy, Uoom, dirt, crushed concrete, ooUoowaoms orother foreign matter. 5.5 Provide tops60 that is free from Uarge roots, sficks, and weeds, brush or stones, or other I�tter and waste products. UtshoUU be o Uoomymixtmwa having otUoostQ0 percent passing the No. 10 percent organic matter. It shoUU contain not more than 10 percent oUoy. The sand content shoUU not ox000d 10 percent. The PNshoUUnot boUoworthan 5.0nor higher than 8.0. 5.6 Provide weUlkgraded fine aggregate sand compUy�ng with IDOT "Standard Spe6ifications" gradation FA -2 Torpedo Sand, free from organic matter. 5.7 Provide F/4-8oUoon brown beach sand oompUy�ing with UD<]T''Stondord Spooifiootions'^ gradation F/4-8brown beach sand, free from organic matter. 5.8 Prov�ido 3/4 inch 6omotor3/4 inch 6omotor3/4 inch diameter wash stone with rounded surface compUy�ng with IDOT "Standard Spe6ificafions" gradation Wash Stone, free from organic matter. 5.9 The contractor sha�Hl be a�Hlowed to make "round rob�in" with the same truck. Howeve A re ate mater�41 that has been contaminated with debris from 6. SCIHIEIDUILIING OF WORK 8.1 Hours ofoperation and U000tionsfor debris homlHngand aggregate doU�ivoryfor each Mmn�ioipoU�ity are Hsted in Section 3. 82Each Mmn�i&ipoUtyw0Ucontact the contractor requesting service for debris homU�ingand/or mater�oU doU�ivoryos-noodod. The contractor shoUUrespond tooUUnon-emergency requests for debris haUl�ng and/or mate�41 deU�very requests within 24 hours of the request. 83 Aggregate mate�41 shaUl be deU�vered to the respective mun�&ipaU fa&0�ty during the hours of operation I�sted in Section 3 above, unUess a different locafion or extended hours are specified by the Director of PmUU�io Works orMs/her designee. 8.4Requests from the Mmn�ioipoU�itiosfor debris homlHngand motor�oUdo�Hvoryoutside ofthe nonmoU business hours shoUUconstitute onemergency request. The Contractor shoUUrespond tooUU emergency requests (�n6lu6ng evenings, weekends and hoU�day) within 4 hours. 8.5 /4UU requests for services that are sohodmUod to occur during nonmoU business hours shoUU be considered non -emergency. Non -emergency services that are doUoyodsuch that they occur outside of normaU business hours shaUl sf0Hl be considered non -emergency services. Deb�s HaUl�ng and Aggregate Mate�41 DeU�very for the mun�&ipaU�ties of y�ount Prospect, Evanston, Glenview, Kon0worth, LinooUnshiwa, M0os, &Mnnotko T. MEASUREMENT OF PAYMENT 7.1 Purchase &DoU�ivoryofAggregate �Moter�ioU(CA-7,CA-73/4CNp,CA-8,PmUvor�izodTop So0, FA -2 Torpedo Sand, F4-8CUoonBnownB000hSand, Wash Stone) —TNsiteminoUmdosthe purchase and deU�very of aggregate mate�41 schedUled to occur du�ng normaU bus�ness hours, to the waspoofivommn�ioipoUfoo0Htiosdmr�inghours ofopomafionHstod�inSootion3,above, in6Um6ngoUU necessary motor�oU,oqmipmontand Uobor. TNsitomw0Ubomeasured �intons ofmotor�oU doU�ivowad(based onthe motor�ioUsmppU�iorUoodtiokots)for each motor�oUtype. 72 Purchase &DoU�ivoryofPmlvor�izodTopoo0—Ths iteminoUmdosthe doU�ivoryoftopoo0sohodmUod tooccur dmr�ingnonmoUbms�inosshours, tothe waspoofivommn�ioipoUfoo0�ifiosdmr�inghours of oporafion U�istod �in Section 3, above, in6Um6ng oUU n000ssorymoter�oU, oqmipmontond Uobor. TNs 73 Emergency Purchase & DeU�ery of Aggregate Mate�41 (CAJ CA-73/4CNp and CA -6) .— TNs item in6ludes the purchase and deU�very of aggregate mate�41 schedUled to occur outs�de of normaU bms�inosshours, tothe waspootivommn�ioipoUfoo0�ifiosU�istod�inSeotion3ortoonoftonnoteU000tion as 6waotod by the Director ofPmUU�io Works or Ns/hordos�ignoo, in6Um6ng oUU necessary motor�oU, oqmipmontand Uobor. TNsitomw0Ubomeasured �intons ofmotor�oUdoU�ivowad(based onthe motor�oUsmppU�iorUoodtiokots)for each motor�oUtype. 3, above. EqUipment and �labor to �load construcfion sp6i�l onto the contractor's trucks �is not 77 NomU�ingand DisposoUofStreet SwooK�ingDobr�is—Ths iteminoUmdosthe wamovoUand dsposoUof strootswoop�ing dobr�is, in6Um6ng d�irt, sand, Uoovos, wafmso (e.g., bot os, cans, paper, etc.), etc. from the waspootivommn�ioipoUfoo0�ifiosdmr�ingnonmoUhours ofoporafionU�istod�inSoofion3, above. TNs work inoUmdosoqmipmont,Uoborand 6sposoL Eqmipmontand UobortoUood oonstmuotionspo0onto the contractor's trucks �isnot inoUmdodand w0Ubopnov�dodbythe Mmn�ioipo�Hty. TNsitomw0Ubomeasured �in21-ton tmuoHoodsofstreet swoop�ingdobr�ishomUod from the fa&i�Hty. 7.8 T�knoand �Moter�ioUfor One (1)21Jon Truck and Dr�ivor—Ths iteminoUmdosone (1)21 -ton truck wth&ivorfor m�isooUUonoomshomlHngofmoter�oU�inand around the Mmn�ioipoU�ity,inoUmd�ing oqmipmontand Uobor. TNsitomw0Ubomeasured �inhours ofoporofionon-s�ito(not in6Um6ng trovoUbetween the contractor's foo0�ityand the Mmn�ioipoU�it/sfoo0�ity)dmr�ingthe Mmn�ioipoU�ifios wagmUor bms�inosshours and/or omts�idoofthe Mmn�ioipoU�ifioswagmUor bms�inosshomms. 7.9 Add�ifionoU NomU�ing SoNicos —Ths item inoUmdos the wamovoU and d�isposoU of other non- hozomjoms,non-spoo4Uwaste, non-orgon�io,non-street swoop�ingdobr�is(�inoUm6ngbut not U�im�itod to demoU�ion deb�s, I�er and trash, storm damage 6leanup deb�s, etc.) from the respecfive mmn�ioipoUfoo0�itiosdmr�ingnonmoUhours ofopomationU�istod�inSeotion3,above. Eqmipmontand UobortoUoodoonstmuofionspo0onto the contractor's trucks �isnot inoUmdodand w0Ubopnov�dodby thoMmn�ioipoU�ity. TNsitomw0Ubomeasured �in21-ton tmuoHoodsofmotor�oUhomUodfrom the 7.10 NomU�ing ofSpo0CCDD Foo0ty(tosdng and PEoorfifioofion byMmn�ioipoU�ity) — TNs item inoUmdosthe wamowaUand d�isposoU(at oCCDDfoo0�ity)ofoonstrmotionspo0s,inoUm6ng oqmipmont,Uoborand 6sposoU,from the waspootivommn�ioipoUfoo0�ifiosdmr�ingnonmoUhours of oporafion U�istod �in Section 3, above. Eqmipmont and Uoborto Uood construction sp60 onto the contractor's trucks and tosfing and PE oorfifiootions are not inoUmdod and w0U be pmov�idod by the Mmn�ioipoUty. TNs item w0U be moosmwad �in 21 -ton tmuoHoods ofmoter�oU homUod from the foo0�ity. Deb�s HaUl�ng and Aggregate Mate�41 DeU�ery for the mun�ipaUfies of �ount Prospect, Evanston, GUonv�ow, Kon0worth, LinooUnsNwa, M0os, &Mnnotko 7.11 —The BosoContract Price w0Uboadjusted onononnmoUbasis oqmoU to the average monthUy popoontogo change of the Chicago CPU -U for the previous twoUvo month period with 2Y6minimum and 4Y6maximum protections. The rate adjustment shoUUtake effect each year beginning onJanuary 1,2020. 8. DELAYED SERVICES The awarded Contractor sha�Hl ensure the fime�ly de�l�ivery of mater�41 to the Mun�i&ipa�l�ifies and debris haUl�ing from the Mun�i&ipa�l�ifies. In the event the Contractor fa�i�ls to provide fime�ly service, the Mun�i&ipa�lfties reserve the right to contract with another service provider and N�Hl the awarded Contractor for a�Hl associated costs. T�ime�ly service shaUl be defined as de�Hver�ies or haUl�ing to be comp�leted by the next business day, uMess weather prohibits. If it is the opinion of the PuUl� Works Director or Ns/her designee that the awarded Contractor cons�stenfly fa0s to meet the service requiirements identified above, the Mun�&ipaUties reserve the right to immo6oteUyterminate the Agreement. The Mmn�ioipoU�ifiosshoUUbothe soUodeterminer of oons�istontUy. Deb�s HaUl�ng and Aggregate Mate�41 DeU�ery for the mun�ipaUties of �ount Prospect, Evanston, Glenview, Kon0worth, LinooUnsNwa, M0os, &Mnnotko A. acrd of ontir���� 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. The Contractor shall submit with each payment request a properly completedContractor's Affidavit setting out, under oath, the nairne, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or rather appropriate party included in its crest, and for every party listed a full or partial waiver of lien, as appropriate, Beginning with the errand payment request, and with each succeeding payment request, the Contractor shall submitContractor'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 thatsubcontractor's work, included on the previous payment request. . If final payment is requested, the Contractor shall submit a properly completedContractor's Affidavit setting out, under oath, the nairne, address and amount due or to become due, of Contractor, each subcontractor, vendor, and supplier or rather appropriate party included in its crest, 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, The Village reserves the right to alter the scrape of the required services to be performed, add such incidental services as irnay 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 irnrare 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, 7. The performance of the required services shall be dram under the supervision of the Village's Director of Public Works or his/leer designee who shall decide all questions that arise as to the quality and acceptability of material furnished, services performed, imanner of performance, acceptable fulfillirnent of the contract, compensation and the disputes and mutual rights between contractors under the Specifications, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligall fies of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®IlnsNre, Mll Ies, & Winnetlka 16 3. 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 irnanner unacceptable to the Village, or if the contractor becomes insolvent or is declared bankrupt, orimakes an assignimentforthe benefit of creditors, gar froom any other cause fails to perforirn the required services in a irnanner 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 permed of ten (10) calendar days after the giving of such notice, dues 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, 9. All assts and charges incurred by the Village, together with the asst of performing the required services shall be deducted from any imonies due or which irnay 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 uirn paid to the Village by the surety under this contract for the performance of required services during the contract permed, the surety shall be entitled to receive the excess difference paid to the Village. When such contractor default assts incurred by the Village exceeds the suim 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 asst of such additional expenses. 10. The purchase of goods and services pursuant to the terims of this Agreement shall also be offered for purchases to be irnade by the Municipalities, a authorized by the Governmental Joint Purchasing Act, 30 ILLS 525/0.01, et seq. (the "Act"), All purchases and payments irnade under the Act shall be made directly by and between each Municipality and the successful bidder, The bidder agrees that the Village of Mount Prospect shall not be responsible in any way for purchase carders or payments irnade by the rather Municipalities. The bidder further agrees that all terms and condition of this Agreement shall continue in full force and effect as to the rather Municipalities during the extended terirn of this Agreement, Bidder and the rather Municipalities irnay negotiate such rather and further terms and conditions to this Agreement (`Other Terirn ") as individual projects irnay require. In carder to be effective, Other Terms shall be reduced to writing and signed by a duly authorized representative of both the successful bidder and the rather Municipality The bidder shall provide the rather Municipalities with all documentation as required in the bid, and as otherwise required by the Village of Mount Prospect, haat not limited to, ® Certificate of insurance nairning each rather Municipality as an additional insured. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligall foes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®IlnsNre, Mll Ies, & Winnetlka 17 B. Performance ref t � iir� �irvi � 1. The contractor shall exercise every precaution at all tunes 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, irnaterial , tools, equipment and incidentals of every kind and description necessary, in accordance with the contract documents, 3. The performance of services shall be subject at all tunes 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 i required to imake a complete and detailed inspection, Completed performance of services not complying with the contract irnay 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 carder to perirnit the completion of any contractual obligation under the contract, 5. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to perforirn 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 i 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 irnaking the Village responsible for safety, All tools or equipment required to carry out the operations within the scrape of the contract shall be provided by the contractor, and shall irneet the standards of OSHA and the State of Illinois safety trades as irnay 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 tunes have a competent person in charge of its work crew at the job site to whom the Village representative irnay issue directives. Such person shall be competent in the English language. C.Bond-- IInsuir ne° Indemnification Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 18 1 Performance Brand. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against Ions. The premium of such bonds is to be paid by the Contractor, The surety rnu t be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company, All performance bonds shall nairne the Village of Mount Prospect as Obligee and be written upon form prepared or approved by the Village. Said bonds irnay be satisfied with a Letter of Credit, in the forirn acceptable to the Village, from a bank or savings and bean within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full terirn of the Contract and any extension thereof, 1Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid bond/Letter of Credit to the Village as liquidated daimages and not as a penalty, and the termination of the contract and/gar withdrawal of the award. 2. In orange eq�ent 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 type and in such amounts as irnay be necessary to protect itself and the interests of the Village against all hazards or risks of Ions contemplated by the contract, The Village shall be nairned 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 (0) days advance written notice will be given to the Village before any policy covered thereby i changed or canceled. Insurance coverage shall be in the following minimum amounts, Liirn it/ Liirn it/ hype raf In�ran�e ��. ���rren�e ggreate General Liability Bodily Injury $1,000,000 $3,000,000 Property Damage $1,000,000 $3,000,000 Contractual Ins, $1,000,000 $3,000,000 Automobile Liability Bodily Injury $1,000,000 $1,000,000 Property Damage $1,000,000 $1,000,000 Workers Compensation Employee Claims Statutory for Illinois Employers Liability $1,000,000 per accident Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 19 3. 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 assts of defense, the Village irnay suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including workers' compen ation claims, in anyway resulting from or arising out of the operations of the contractor under the contract, including operations of subcontractors, and the contractor shall, at his yawn expense, appear, defend and pay all attorney's fees and all assts and rather 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 yawn expense, satisfy and discharge saime, 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, crests, expenses, daimages and adjustiments based upon any infringement of any patent relating to good 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, D. lire it L 1. If, at any time, it shall be found that the person, firirn or corporation to whom the contract has been awarded has, in presenting any proposal or proposals, unlawfully colluded with any rather 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 Ions or dairnage which the Village irnay suffer thereby, and the Village irnay advertise for new bids for performance of the required services. 2. The contractor shall, at all tunes 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 carders of courts or agencies of competent jurisdiction, Likewise, said contractor shall be governed by all imunicipal ordinances and regulations which in any way affect the conduct of the work, The contractor shall indeirnnify and save harirnless the Village, its officer , agents and employees against any claim or liability arising from or teased on his violation of any law, ordinance, regulation, decree or court carder. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 20 The bidder and contractor, as the successful bidder, shall comply with all applicable federal, state and local laws, including, haat not limited to, the following, a. Bid fjiBy submitting a bid, the contractor certifies that no yawner, 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 provision contained in 720 ILLS 5/33E- 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 ILLS 5/11-42.1-1. Qrgu1Free Wrarltipla e t. The contractor will comply with the requirements of the drug 1Free Workplace Act if the contract i $5,000 or irnrare, and it has irnrare than 24 employees at the time of entering into the contract pursuant to 30 ILLS 530, et seq. d. Preference to Veterans Act. The contractor will comply with the Preference to Veterans Act, 330 ILLS 55, et seq. Aran -Discrimination, The contractor will comply with the Illinoi Public Works Employment discrimination Act, 775 I LS 10/1, et seq. g. The contractor will comply with Article 2 of the Illinois Human Right Act (775 ILLS 5/2- 101, et eq), including e tablishiment and maintenance of a sexual harassiment policy as required by Section 2-105 that will be produced to the Village upon request, and the Rule and Regulations of the Illinois Department of Human rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, that is a irnaterial terirn of all public contracts, as set forth in Exhibit B, h.rairn Hance with f=reedom of Information g f3q�, Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILLS 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 irnade by the Village for public record (as that terirn is defined by Section 2(c) of 1FOI ) in the undersigned's possession and to provide the requested public Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 21 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, assts, penalties, losses and injuries (including haat not limited to, attorney's fees, rather professional fees, court assts and/or arbitration or rather dispute resolution crests) arising out of or relating to its failure to provide public records to the Village under the contract, 1. General Guaranty. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product ork embraced in the contract by the Village or the Public shall constitute an acceptance of work not dram 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 three 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 lmake grand at his yawn crest any such defects or imperfections and replace any defective or imperfect materials or workmanship with rather 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 dram by others, and said contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay, All details of warranties shall be included with the bid, Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications, F. Miscellaneous Cofl!f2ELRggyjLt922aLs 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. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 22 2. Licenses and Permits, The contractor shall procure at its yawn expense all the necessary licenses and permits in connection with the work under the contract, 3. Moana i n�, The contractor shall not assign the contract, or any part thereof, to any other person, firirn 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 a may be applicable on all irnaterial , labor and services furnished by it under the contract, and the amounts of such taxes shall be included in the unit prices bid, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 23 EXHIBIT A (Upon award of contract, to be attached to Debrlis HaWiing and Aggregate IMateriiall DelHvery For the rnunii&ipalHfies of IMount Prospect, Evanston, Glenvliew, KeniiWorth, IL.iincollnsMre, Mll Ies, & Winnetka as ExNiNt A) EL222221Fair Owner Naime- Business Name, Business Address, IZEMNIM M This Business is a, qliir�11111�:111� �� 1�111 ijjmg� I qnmln MR3111MMMIM M ❑ Individual Proprietorship ❑ Joint Venture ❑ Partnership ❑Corporation If applicable, give naimes, addresses, and dates of birth of all partners, officers or directors, Has the applicant, business, or imeimber of the business ever had a _ license or contract revoked, suspended or cancelled? ❑ YES ❑ NO If yes, explain in full detail on a separate sheet of paper, Debriis HaWiing and Aggregate IMateriiall Delllivery for the rnunii&ipalHfies of IMount Prospect, Evanston, Glenv�ew, KeniiWorth, IL.iincollnshiire, Mll Ies, & Winnetka 24 Does the business currently hold a license or have a contract with any rather municipality for service? ❑ YES ❑ N0 If yes, explain in full on a separate sleet of paper. Have any complaints against the business been filed with the Illinois CommerceCommission, the Office of the Illinois Attorney General, or any rather governmental heady during the period of one year prior to the date of this proposal? ❑ YES ❑ N0 If yes, explain in full on a separate sleet of paper. Please note, the Village ireseirves the iright to conduct its own search with the Illinois Commerce Commission, the Illinois Attorney General, oir any otheir governmental body, and may take into consideration any complaints and/oir pending complaints made against the Services will be either full service cleaning, both inside and outside, or just outside cleaning. In submitting this Proposal �Forim requesting award of the Debris Hauling and Aggregate Material Delivery �For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka, I hereby certify that, In submitting this Proposal �Forim requesting award Uf the Debris Hauling and Aggregate Material Delivery �For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka, I hereby certify that, 1. 1 will not assign or subcontract delivery or debris hauling services 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 rather state of an offense which under the laws of this state would be a felony involving the theft of property, virulence to persons, or criminal dairnage 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/sloe is nevertheless fit, such person or operator may be approved by the Village Manager if otherwise eligible', 3. 1 aim not barred by law from contracting with the Village because of a conviction for prior violations of either Section 33E-3 or 33E-4 of the Illinois himinal Grade of 1965 (720 ILLS 5/33E-3 (Bid frigging) or 720 ILLS 5/33-4 (Bid Rotating)),, 4. 1 aim not delinquent in payment of any taxes to the Illinois Department of Revenue pursuant to Section 11-42.1-1 of the Illinois Municipal Grade (65 ILLS 5/11-42.1-1) or in any payment, fee or tax yawed to the Village; 5. 1 provide a drug free workplace pursuant to the drug If=ree Workplace Act (30 ILLS 530/1, et g . ); 6. 1 shall comply with Article 2 of the Illinois Human fights Act (775 ILLS 5/2-101, et2 .), and the Rules and Regulations of the Illinois Department of Human fights, including Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenviiew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 25 e tahalishiment and maintenance of a sexual harassiment policy as required by Section 2-105 of that Article and Act, 7. 1 shall comply with the Americans with Disabilities Act; 8. 1 shall comply with the Illinois Public Works Employment Discrimination Act (775 ILLS 10/1 et eq); and 9. All of the information I have provided in this Application has been truthful and given in grand faith. I have read and understand the information provided with this Proposal 1Forirn, including the Notice to Bidders, Instructions to Bidder, the General Conditions, the Specification and Debris Hauling and Aggregate Material delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka Contract, and agree to abide by the conditions set forth therein. My signature below indicates irny acceptance of all such conditions and irny bid for award of the Village of Mount Prospect Debris Hauling and Aggregate Material delivery 1For the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka. Name of Company Bid Submitted By Position in Company '�2 Bidder irnu t use the official firirn nairne and authorized representative irnu t sign. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenv�ew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 26 Debris Hauling and Aggregate Material Delivery for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles, & Winnetka (hereinafter called "Bidder") TO- Office of the Village Manager, 3rd 1Floor 0 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 asst 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 Provision Specification Bid 1Forirn Affidavit— Bid Certification 1Forirn Bid Security Bid Sheet — Cleaning Service Contract 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 material described in the Bid Documents, as follows, Bidder has bid on all items andprovided pin e for all irequested 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 iteirn price for each iteirn proposed, Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 26 In submitting this hid, 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 iteirns hid. If written notice of award of this bid is irnailed, eirnailed or otherwise delivered to the Bidder at any tiirne before this bid i 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 iteirns and irnaterial to the Village as mated 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 heehaw: Addendum No. Addendum -Date Ackn®wlledgernent by Ridder orA,uath®riized [date Re resentatlive A c kn®wlled ed f=ailure to acknowledge receipt, as provided above, irnay be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal, A regard of all Addenda and espies of sairne will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 Meat Central Bread, 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 irnu t 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, f=ailure to complete the work in the designated tiirne frairne irnay result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated tiirne frairne, calling the bonds, or taping such rather action as irnay be available, Security in the suirn of ten (10%) percent of the airnount bid in form of (check one), Bid Brand Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders" This Bid Submittal contains the following, Debriis Haualliing and Aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®IlnsMre, Mll Ies, & Winnetlka 27 Affidavit— Bid Certification 1Forim Bid Security BID SHEET(S) .— Debris of Mount Prospect, Evar Respectfully submitted, Name of 1Firim/Bidder, By Title, Date, Contact Information - Official Address: mmm� Emalill. ME= HOW OINE (1) SIGNED COPY OF THIS B111D FORIM AND B111D SHEETS (Pages 23-25 & 29-31) ALOING WITHTHE AFFIDAVIT .— B111D CERT111FCATIOIN FORIM, AND B111D SECURITY SIHALL BE SUBMITTED IN A SEALED MARIKED ENVELOPE. Debriis HaWiing and Aggregate IMateriiall Delllivery for the rnunli&ipalHfies of IMount Prospect, Evanston, Glenvliew, KeniiWorth, LincoIlnsNre, Mll Ies, & Winnetka 28 AFFIDAVIT — BID CERTIFICATIONFORM oirnpany/1Firirn Nairne - 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 dehaarirnent, the undersigned, being first duly sworn on oath, deposes and states that he or she i (scale yawner, partner, joint ventured, President, Secretary, etc.) of and has the authority to irmake all (Name ofCompany) certifications required by this affidavit. Section I on -Collusion The undersigned certifies that this bid is genuine and not collusive or a shairn, that said bidder has not colluded, transpired, connived or agreed, directly or indirectly, with any bidder or person, to put in a shaim bid or to refrain froom bidding, and has not in any irnanner, directly or indirectly, ought by agreeirnent or collusion, or coirnirnunication or conference with any person, to fix the bid price eleirnent of this bid, or of that of any rather bidder, or to secure any advantage against any rather bidder or any person interested in the proposed contract, Section II B i d RLqgiN�q��o The undersigned further states that (Name ofCompany) is not barred froom bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any siimilar offense of any state of the United States, a provided in Section 33E-3 and 33E-4 of the Illinois himinal Grade, 720 ILLS 5/33E-3, 33E-4. Section III r�ag Fire r�ir l � The undersigned further states that (Name ofCompany) provides a drug free workplace pursuant to the drug 1Free Workplace Act, 30 ILLS 530/1, et seq., and has, to the extent not covered by a collective bargaining agreeirnent that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 320 ILLS 265/1 et seq., a substance abuse prevention prograirn that imeets or exceeds these requireirnents of that Act. Section IV fix Egyment The undersigned further states that (Name ofCompany) N Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligall foes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®IlnsNre, Mll les, & Winnetlka 29 not delinquent in payment of any taxes to the Illinois Deparhirnent of Revenue, in accordance with Illinois oirnpiled Statues, 65 ILLS 5/11-42.1. The undersigned understands that irnaking a false tateirnent regarding delinquency in taxes is a Class A Mi deirneanor and, in addition, voids the contract and allows the irnunicipality to recover all airnounts paid to the individual or entity under the contract in civil action, Section V Sexual Harassment E211icy Pursuant to Section 2-105(A) of the Illinois Huirnan Rights Act, 775 ILLS 5/2-105 (A), every party to a public contract irnu t: "Have written sexual harassiment policies that shall include, at a irniniirnuirn, the following information, (1) the illegality of sexual para irnent; (11) the definition of sexual harassiment under State law; (111) a description of sexual harassiment, utilizing exairnple , (IV) the vendor' internal coirnplaint process including penalties, (V) the legal recourse, investigative and coirnplaint process available through the Departirnent (of Huirnan Right) and the Coirnimission (Huirnan Rights Coirnimission); (VI) directions on brew to contact the Departirnent and oirnirni iran; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Huirnan Right Act) "public contract" includes, —every contract to which the State, any of its political subdivisions or any irnunicipal corporation is a party" 775 ILLS 5/1-103 (M) (2002), The undersigned further states that Im (Name ofCompany) a written sexual harassiment policy in place in full coirnpliance with 775 ILLS 5/2-105 (A) (4). It is expressly understood the foregoing stateirnents and representations and proirnises are irnade as a condition to the right of the bidder to receive payment under any award irnade under the terms and provisions of this bid, The undersigned certifies that all information contained in this Affidavit is true and correct, Nairne Printed, Signed and sworn to before ire this day of 2019. My coirnimission expires: Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 30 BID SECURITY Included with this hid is a bank cashier's check, certified check or bid bond in the amount of hieing ten percent (10%) of the total amount hid 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 irnay be retained by the Village of Mount Prospect as liquidated daimages and not as a penalty, All bids to remain firirn for a permed of ninety (90) days after bid opening date. SUBMITTED THIS �20-19. SEAL (if corporation) Bidder's ent and Agent's Title Tate: If bidder is a partnership, the bid irnu t be signed by at least two of the partners® Tate: If bidder is a corporation, the bid irnu t be signed by an authorized officer of the corporation, attested and sealed by the secretary or rather authorized officer, If a corporation, mate here the state of incorporation, Incorporated under the laws of the State of Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 31 Debris Hauling and Aggregate IMaterial Delivery for the murriclilpalllitlies of (Mount (Prospect, IEvainstoin, Glenview, Kenilworth, Lincolnshire, Niles, & Wininetka SCHEDULEThe undersigned herewith submits a bid on Debis Hauling and Aggregate Delivry for the municipalities of Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Niles & Winnetka in accordance with the attached documents, All bids are to be delivered to the office of the Village Manager at 50 South Ernerson Street 3rd �Floor, Mount Prospect, Illinois, 60056, prior to'1:00p.m. on Monday, March 4, 20,19. II We will perform the services as outlined Debris the municipalitiesof Mount Prospect, Eva Niles, & Winnetka:: We III perform the service as outlined on the desk Schedule sheets for sums as follows. Debris Haualliing and aggregate IMlateriiall Delllivery for the muanliclipalllitGes of IMI®uant Prospect, Evanston, GIlenvliew, KeniilWorth, IL.iinc®Ilnshiire, Mll Ies, & W( innetlka 32 Estimated Item Item Description Unit of Measure Quantities *All Unit Price Extended Price Number Municipalities Ca -7 Crushed aggregate Virgin 1 Crushed Limestone Delivered Tan Delivered 595 2 Ca -7 3/4" Chip (rata fines) Tan Delivered 350 Ca -6 Crushed aggregate Stone 3 Delivered Tara Delivered 7730 4 Pulverized Tap Sail Delivered 21 -tarn Truckload 47 5 FA-2'Torpedo Sand Delivered Tarn Delivered 1424 6 FA -6 Clean Drawn Beach Sand Tarn Delivered 5 7 washy Stone Tarn Delivered 260 S Hauling of Spoil 21 -tarn Truckload 1403 9 Hauling of Spoil — Concrete Only 21 -tarn Truckload 14 10 Hauling of Spoil - Asphalt Only 21 -tarn Truckload 66 Hauling of Street Sweeping 11 Debris 21 -tarn Truckload 30 TOTAL U1 T BASE BID Debris Haualliing and aggregate IMlateriiall Delllivery for the muanliclipalllitGes of IMI®uant Prospect, Evanston, GIlenvliew, KeniilWorth, IL.iinc®Ilnshiire, Mll Ies, & W( innetlka 32 Totall Base Bid of Debiris Haulling and Aggregate Mateiriall Delliveiry for the municipallifies of �Mount Prospect, Evanston, Glenview, Kenilworth, Lincolnshire, Nilles, & Winnet1ka: 2 10=1 *The esfirriated quantities listed in the bid table for each community are for reference only, The contractor is hereby imade aware that the bid prices shall apply to work in all imunicipalities participating in this bid even if no resfirriated quantity is listed for that imunicipality, Supplemental is Item Item Description Unit of measure Unit Price No. 1 Emergency purchase and delivery of CA -7 Ton Delivered $ 2 Emergency purchase and delivery of CA -6 Ton Delivered $ Additional Hauling Services (non -hazardous, non -special waste, 3 non-organic, non -street sweeping) 21 -ton Truckload $ 4— Hauling of Special Waste 21 -ton Truckload $ Hauling of Spoil – CCDlD Facility (testing and PE certification by 5 Municipality) 21 -ton Truckload $ Time and materials rate for one (1) 21 -ton truck and one (1) driver -straight time (regular business hours 7 a.m. to 4 p.m., 6 Monday through Friday) Hour Time and materials rate for one (1) 21 -ton truck and one (1) 7 driver – outside of regular business hours Hour S u brn fitted th is —day of 20-19. Nairne of Coirripany/Firim Address of Coirripany/Firim No Debris Hauling and Aggregate IMateriiall Delivery for the munli&ipalllities of IMount Prospect, Evanston, Glenvliew, KeniiWorth, LincoIlnsMre, Mll Ies, & Winnetka 33 Date submitted, Also note any exceptions to the specifications. Dobr�isNomU�ingand Aggregate Moter�oUDoU�ivoryfor the mmn�i&ipoUfiosof�MomntProspect, Evanston, Gkanv�iew, Kon�ihmorth, LinooUnsNwa, M0os, &VVinnotko 34 iWA IMIZ TII 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 As stated in the bid document, 2. SPECIFICATIONS stated in the bid document, 3. CONTRACTOR RESPONSIBILITY 1FOR FROPEFRTY/H LD HARMLESS Contractor agrees to defend and hold harmless the Village from and against all demands, claims, suits, assts, expenses, daimages and adjustiments 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 LAMS Employees and agents of Contractor shall obey all federal, state, county and irnunicipal laws and ordinances during the execution of their duties under this Contract, The existence of this Contract draw not exempt such individuals from compliance with such laws or ordinances, nor draw it convey any special rights or privileges upon threw individuals, Contractor shall irneet all applicable licensing requirements of the Village. In addition, Contractor is required to comply with all federal, state, county and irnunicipal laws and ordinances, including the following - a, Provide a drug free workplace pursuant to the Illinois drug 1Free Workplace Act (30 I LS 530/1, et seq. ), b, Comply with the Illinois Public Works Employment Discrimination Act (775 ILLS 10/'1 et eq.), C. Comply with Article 2 of the Illinois Human fights Act (775 ILLS 5/2-101, et e .), and the Rules and Regulations of the Illinois Department of Human fights, including e tabli hirnent and maintenance of a sexual harassiment policy a required by Section 2-105 of that Article and Act; Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 35 d. Comply with the Americans with Disabilities Act; and e, Comply with the provisions of the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Department of Human Rights as a irnaterial terirn of all public contracts, which states as follows- Title ollow -Title 44, Pairt'750, Section '750, APPENDIX A, Illmois Administrative Code" Equal Employment Opportunity Clause EQUAL EMPLOYMENT OPPORTUNITY In the event of contractor' 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 Right ("Department"), contractor irnay 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 irnay be cancelled or voided in whole or in part, and such rather sanctions or penalties irnay 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, irnarital status, national origin or ancestry, age, physical or irnental handicap unrelated to ability, or an unfavorable discharge from military service; and further that it will examine all job classifications to determine if irninority 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' Rule) of minorities and women in the area(s) from which it irnay 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. ) 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, irnarital status, national origin or ancestry, age, physical or irnental 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 rather agreement or understanding, a notice advising such labor organization or representative of the contractor' obligations under the Illinois Human fights Act and the Department' 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 rather sources when necessary to fulfill its obligations thereunder. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 36 ) That it will submit reports as required by the Department's Rules, furnish all relevant information as irnay from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department' Rules, 6) That it will perirnit access to all relevant books, regards, 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' 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 orassuirned, so that such provisions will be binding upon such subcontractor, In the airme manner as with rather 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 RightCommission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or irnunicipal corporations, With respect to the two type of subcontracts referred to under paragraphs 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 ontract - Title 44, Pairt'750, Section'750.30, IIllinois inn tir tive 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. SEE 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 it onth, 7, METHODS OF PAYMENT Payment under the Contract will be irnade in accordance with the Illinois Local Government Prompt Payment Act, 50 ILLS 505/1 et seq. 3. HOLD HARMLESS GFREEME lI (Q��LI L LI ILI Contractor assumes full responsibility for the acts and omission of its employees and agents while engaged in performing services under the Contract, Contractor agrees, to Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll Ies, & Winnetlka 37 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 assts 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 (0) 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 nairne the Village as an additional nairned 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 irnaterially changed without providing the Village thirty (30) days advance written notice, via certified rnail, Contractor shall irnaintain 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 rather party. In addition to the provisions set forth in Section General condition (A,6) for immediate termination, failure of Contractor to perform any aspect of this Contract properly and/gar to provide proper treatirnent 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 beginning April 4, 2019, and shall remain in effect until December 31, 2020, unless terminated by either party under the conditions specified in Section 10, Contract Termination, The Contract irnay be extended for up to two one (1) year extensions beyond the termination date by irnutual, written agreement between the Village and the Contractor, 12. COMPLIANCE WITH FREEDOM OF INFORMATION ACT BEQUEST The Illinois Freedom of Information Act (FOIA), 5 ILLS 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 Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®Ilnshiire, Mll les, & Winnetlka 38 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 irnade by the Village for public regards (as that terirn is defined by Section 2(c) of FOI ) in its possession and to provide the requested public regards to the Village within two (2) business days of the request being irnade by the Village, Contractor agrees to indemnify and hold harmless the Village from all claims, assts, penalty, losses and injuries (including haat not limited to, attorney's fees, rather professional fees, court assts and/gar arbitration or rather dispute resolution crests) arising out of or relating to its failure to provide the public regards 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 irnade 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, SEVIEFRABILITY The invalidity or unenforceability of one or it ore 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 Deng as the irnaterial purposes of this contract can be determined and effectuated. 16. INTERPRETATION Any beadings of the Contract are for convenience of reference only and dna not define or limit the provisions thereof, Words of gender shall be deemed and construed to include correlative wards of rather 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 obligation 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 rather 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, 13. MERGER-AMENDMIENT 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 airnendirnent or it odification of this Contract shall be effective unless reduced to writing and executed by the parties. Debriis Haualliing and aggregate IMateriiall Delllivery for the rnuanlieligalllitGes of IM®uant Prospect, Evanston, GIlenvliew, Keniillw®rth, IL.iine®IlnsMre, Mll les, & Winnetlka 39 19, COUNTERPARTS This Contract imay 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 , 2019, WA Lisa Angell, Village Clerk Corporate Naime- Im FAM Secretary (Corporate Seal) VILLAGE OF MOUNT PROSPECT, an Illinois Municipal Corporation Debriis HaWiing and Aggregate IMateriiall Delllivery for the rnunli&ipalHfies of IMount Prospect, Evanston, Glenvliew, KeniiWorth, LincoIlnsNre, Mll Ies, & Winnetka 40 lBond No. : Principal Amount: Contract: KNOWN ALL IIVI E IN BY 'THESE PRESENTS, that Contractor as Principal (hereinafter "Contractor"), and with main of at a corporation of the state of as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of �Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($_), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of in accordance with the drawings and specifications prepared by: (Village of �Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof. �NOW, THEREFORE, 'THE CONDITION 01: 'THIS OBLIGATION IS SUGH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village; or (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete the improvements at Surety's expense. 'The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, or, if no liquidated damages are provided for in the Contract, actual damages caused Debriis HaWiing and Aggregate IMateriiall Delllivery for the munli&ipalHties of IMount Prospect, Evanston, Glenvliew, KeniiWorth, LincoIlnsMre, Mll Ies, & Winnetka 41 by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor sunder the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any suit sunder this Brand must be filed before the expiration of two years from the date on which final payment sunder the Contract is due or the applicable statute of limitations, whichever is banger. No right of action shall accrue on this Brand to or for the use of any person or corporation rather than the Village or its heirs, executors, administrators or successors. any proceeding, legal or equitable, sunder this Brand may be instituted In a court of competent In the location In which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of time In the Contract. Signed and sealed this day of 201 Contractor Surety By: y: Signature Officer Of The Surety 'Title 'Title ATTEST: address: Corporate Secretary (corporations only) 1, , a Notary Public In and for said county, do hereby certify that (insert Name of attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day In person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the ruses and purposes therein set forth. Elven sunder my hand and notarial seal this day of , 201_ Notary Signature: My Commission expires: Debris Haualliing and aggregate IMateriiall Delllivery for the rnuanliryligalllitGes of IM®uant Prospect, Evanston, Glenview, Keniillw®rth, IL.iinry®Ilnshiire, Nines, & Winnetka 42