Loading...
HomeMy WebLinkAbout5.4 Motion to accept Municipal Partnering Initiative Joint Bid Results for Fire Hydrant Painting4/26/2019 BoardDocs® Pro Agenda Item Details Meeting Apr 16, 2019 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 5. CONSENT AGENDA Subject 5.4 Motion to accept Municipal Partnering Initiative Joint Bid results for Fire Hydrant Painting in an amount not to exceed $40,800. Access Public Type Action (Consent) Preferred Date Apr 16, 2019 Absolute Date Apr 16, 2019 Fiscal Impact Yes Dollar Amount 40,800.00 Budgeted Yes Budget Source Water and Sewer Enterprise Fund Recommended Action Accept the Municipal Partnering Initiative joint bid result for a three (3) - year fire hydrant painting contract awarded to Alpha Paintworks, Inc. of Chicago, Illinois in an amount not to exceed $40,800 in 2019. Expenditures in subsequent years (2020 and 2021) will be limited to funds appropriated for this purpose in future budgets. Public Content Information Funds are available in the 2019 budget to continue rehabilitating Village -owned fire hydrants. The Village owns and maintains 2,442 fire hydrants throughout its water distribution system. In 2018, staff successfully painted 400 Village owned fire hydrants utilizing contractual labor as well as Public Works staff. The scope of work included in the proposed project entails sandblasting each hydrant to remove layers of accumulated paint, priming, and recoating the hydrants. In 2019, staff determined that joining the Municipal Partnering Initiative (MPI) three-year hydrant -painting contract was the most cost-effective means to rehabilitate these hydrants. This year, the MPI project consists of 2,951 hydrants from 11 communities. The Village of Wheeling facilitated the joint request for bids on behalf of participating communities including the Villages of Mount Prospect, Glencoe, Glenview, Niles, Northbrook, Wilmette, and Winnetka, as well as the cities of Lake Forest, Rolling Meadows and Highland Park. Participation in a Municipal Partnering Initiative joint bid satisfies the public bidding requirements stipulated in the Village's purchasing policy. Bid Results The bid documents were posted on the Village of Wheeling's QuestCDN website and were available for all contractors. The work was also publicly advertised in newspapers. On March 29, 2019, The Village of Wheeling held a mandatory pre-bid meeting in their Village Hall boardroom. Five (5) contractors and four (4) representatives from participating communities attended. On April 5, 2019, the bids were publicly opened and read as required by Village Code. The following three (3) firms submitted bids: https://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 1/3 4/26/2019 BoardDocs® Pro Contractors Alpha Paintworks Muscat Painting Go Painters Inc Unit Price Extension Unit Price Extension Unit Extension Price Blasting & Painting Year 1 $87.00 $34,800 $99.00 $39,600 $0.00 Blasting & Painting Year 2 $89.00 $35,600 $101.80 $40,720 $0.00 Blasting & Painting Year 3 $91.00 1 $36,400 $104.65 $41,860 $0.00 Cap Painting Year 1 $15.00 $6,000 $20.00 $8,000 $0.00 Cap Painting Year 2 $15.50 $6,200 $20.56 $8,224 $0.00 Cap Painting Year 3 $16.00 $6,400 $21.14 $8,456 $0.00 Year 1 Total $40,800 $47,600 $0.00 Discussion All bids were reviewed to ensure that all submittals had required signatures, bid security, and an acknowledgement that the addendum was considered. Go Painters did not supply a bid deposit as required per bid specs. Therefore, the Village of Wheeling, the managing agency for this joint contract, rejected their proposal. The lowest -cost responsible bidder is Alpha Paintworks Inc. of Chicago, Illinois. Alpha Paintworks submitted all required documents, bid security and properly signed submittals. The firm has not previously worked for the Village. However, staff contacted their references and all reported positive experiences with the firm. Some of their past work included a five (5) year contract with the Village of Glenview for hydrant painting, a multi-year contract with the City of Highland Park for hydrant painting, and another multi-year contract with the Village of Skokie for hydrant painting. The proposed scope of work includes sandblasting, priming, and painting 400 hydrants each year at a cost of $87/hydrant (400 hydrants x $87/hydrant = $34,800) as well as recoating the hydrant port caps with an offsetting color to indicate water main size at a cost of $15/cap set (400 cap sets x $15/cap set = $6,000). The total award in 2019 would be $40,800 ($34,800 + $6,000 = $40,800). Expenditures in subsequent years of the contract (2020 and 2021) will be limited to amounts appropriated for this purpose in future budgets. A complete tabulation of the Municipal Partnering Initiative joint bid results, including the prices and cost extensions for all participating municipalities is enclosed for reference. Alternatives 1. Accept Municipal Partnering Initiative joint bid award to Alpha Paintworks for a three (3) -year hydrant painting contract. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the Municipal Partnering Initiative (MPI) joint bid awarded to Alpha Paintworks of Chicago, Illinois for a three (3) - year hydrant painting contract in an amount not to exceed $40,800 in 2019. Expenditures in subsequent years will be limited to amounts authorized for this purpose in subsequent budgets. Administrative Content Executive Content https://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 2/3 4/26/2019 BoardDocs® Pro 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 the audience so requests, in which the item will be removed from the Consent Agenda and considered in its sequence on the agenda. Motion & Voting Approval of the monthly financial report for March 31, 2019. Motion by Colleen Saccotelli, second by Paul Hoefert. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel https://www.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 3/3 OF I,W, e.W, i ( w a 0; T*1EELING 1II om mim , i Q4�p4UNG � li i i b INVITATION TO BID: Fire Hydrant Sandblasting and Painting Pre -Bid Meeting Date: Pre -Bid Meeting Time: Bid Opening Date: Bid Opening Time: Bid Opening Location: Bid Opening Room: Bid Deposit: Performance Bond: Submit Bids to: BID PACKAGE Friday, March 29, 2019 9:00 am Friday, April 5, 2019 11:00 am Village Hall Board Room Yes, 10% of Bid of Wheeling, Year 1 Total Price Yes ❑X No ❑ www.questcdn.com QuestCDN Project Number: 6239907 Please contact QuestCDN.com at 952-233-1632 or infokquestedn.com for assistance with free membership registration, downloading, and working with this digital project information. Table of Contents INVITATIONTO BID............................................................................................................................... 2 INSTRUCTIONS TO BIDDERS............................................................................................................... 3 GENERAL TERMS, CONDITIONS & INSTRUCTIONS....................................................................... 5 SPECIFIC TERMS, CONDITIONS & INSTRUCTIONS....................................................................... 18 SUB -CONTRACTOR INFORMATION (if applicable).......................................................................... 41 BIDPROPOSAL...................................................................................................................................... 42 INSTRUCTION TO BIDDERS ON FILLING OUT FORMS.................................................45 CONTRACT DOCUMENT (WHEELING SAMPLE)............................................................................ 46 PAYMENT BOND (if applicable)........................................................................................................... 49 PERFORMANCE BOND (if applicable)................................................................................................. 52 EXHIBIT "A" CERTIFICATION TO ENTER INTO PUBLIC CONTRACTS ..................................... 55 EXHIBIT "B" CONTRACTOR'S CERT. - TAX COMPLIANCE.............................................56 EXHIBIT "C" CONTRACTOR'S CERT. — SEXUAL HARASSMENT POLICY EXHIBIT "D" CONTRACTOR'S CERT. — C174E FHA RULES, 49 CFR382..... EXHIBIT `B" PAYROLL CERTIFICATION......................................................... ............................. 57 ............................. 58 ............................. 59 ITB: Fire Hydrant Sandblasting and Painting Page 1 INVITATION TO BID: Fire Hydrant Sandblasting and Painting The Village of Glencoe, Village of Glenview, City of Highland Park, City of Lake Forest, Village of Mount Prospect, Village of Niles, Village of Northbrook, City of Rolling Meadows, Village of Wheeling, Village of Wilmette and Village of Winnetka (collectively referred to as "Municipalities") invites you to bid on an anticipated contract for Fire Hydrant Sandblasting and Painting (hereinafter referred to as the "Project"). The Village of Wheeling is conducting the bid process on behalf of the Municipalities. The Project can generally be described as sandblasting and painting of fire hydrants. The Scope of the Project shall include all labor, equipment, materials, tools, transportation and warranties necessary to implement the contemplated Work. BID DEADLINE: Bid proposals must be received prior to Friday, April 5, 2019 at 11:00 am CST via online electronic bids only through QuestCDN. If a Bid is sent by mail or other delivery system, it will not be accepted and returned unopened to the Contractor. MANDATORY PRE-BID MEETING: All Bidders are required to attend and participate in a mandatory pre- bid conference to be held on Friday, March 29, 2019 at 9:00 am CST at Village Hall, 2 Community Boulevard, Wheeling, IL 60090. The Village may disqualify the Bid of any company that fails to attend the Pre -Bid Meeting. Representatives of Municipalities will be present to discuss the Project. NOTICE: Bid proposals must be received via online electronic bids through QuestCDN, until the Bid Deadline. To access the electronic bid form, download the project documents and click the online bidding button at the top of the advertisement. Upon opening and examining the submitted Bid Proposals, the Village anticipates awarding the Contract for the Work on the Project to the Bidder (or Bidders as the case may be) determined to be the lowest responsible Bidder. The Village of Wheeling reserves the right to waive any irregularities, technicalities, informalities, and other nonmaterial variances contain in any Bid Proposal and to reject all Bids. The Village reserves the right to hold any received Bid Proposal for a period of ninety (90) days from the opening date set forth above. BID SECURITY: Yes, 10% of Bid of the Village of Wheeling, Year I Total. CONTRACT SECURITY: The successful Bidder will be required to provide performance and payment bonds covering the full amount of the Contract Price or Contract Sum for the respective year securing full and faithful performance of the Contract and the payment for all labor material furnished by the Bidder or anyone furnishing such under the Bidder's contract or a subcontract of any tier. The successful Bidder will also be required to comply with the requirements under Illinois and federal law applicable to a public works project, including the Illinois Prevailing Wage Act. CONTRACT DOCUMENTS: Complete digital bidding documents are available at www.questcdn.com. You may download the digital documents for $25.00 by inputting Quest Project Number 6239907 on the website's Project search page. Please contact QuestCDN at 952-233-1632 or infokquestedn.com for assistance with free membership registration, downloading, and working with this digital project information. If addenda are issued, you will automatically be notified by e-mail to return to the web site to access them. PROJECT MANAGER: This Project is led by the Village of Wheeling, Christine Bajor, who can be reached by email at ebajorkwheelin ig�l. _og_v. ITB: Fire Hydrant Sandblasting and Painting Page 2 INSTRUCTIONS TO BIDDERS DEFINITIONS The following terms shall be interpreted to have the meanings referenced below for the purposes of these Bid Documents. The meaning of these terms as defined below shall be consistent with interpretation of such terms set forth in the Contract Documents for this Project. Upon the execution of any Contract between the Bidder and the Village, or Local Agency, for the Work on the Project, the definitions of these terms as provided in the Contract Documents shall govern and control in the event of any inconsistency or contradiction in the meaning of these terms as used in these Bid Documents. Addendum/Addenda. A written or graphic instrument or instruments issued prior to the opening of Bids which clarify, correct, or change the Bid Documents by addition, deletions, clarifications or corrections. Agreement. The written instrument which is evidence of the agreement between the Village and successful Bidder covering the Work as described and set forth in the Contract Documents for the Project. Alternate Bid. An Alternate Bid (or Alternate) is an amount stated in the Bid to be added or deducted from the amount of the Base Bid if the corresponding change in Project scope or materials or methods of construction described in the Bid Documents is accepted. Bid Documents. Bid Documents shall include the Notice to Bidders published in the newspaper advertising this Project, Request for Bids to which these instructions are attached, these Instructions to Bidders, the Bid Proposal form attached hereto, and the proposed Contract Documents for the Project, including any Addenda issued prior to the receipt of the Bid Proposals. Bid or Bid Proposal. The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bidder. The individual or entity who submits a Bid directly to the Village of Wheeling. Base Bid. Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described as the base, to which Work may be added or deducted for sums stated in any such Alternate Bids. Contract. Contract shall include the entire and integrated written agreement between the Village of Wheeling and the successful Bidder concerning the Work. The Contract Documents shall form the Contract. Contract Documents. Contract Documents shall include those documents which are defined as being the Contract Documents in the Standard General Conditions of the Construction Contract or other such document provided as part of the Bid Documents. Contractor. The person or company that undertakes a contract to provide goods or services to perform Work. ITB: Fire Hydrant Sandblasting and Painting Page 3 Local Government Agency. Refers to an individual municipality [Glencoe, Glenview, Highland Park, Lake Forest, Mount Prospect, Niles, Rolling Meadows, Wheeling, Wilmette, and Winnetka] or any other community for whom Work is to be performed as part of this Contract, including its agents and/or representatives. Municipalities. Refers to the collective group of participants in the joint purchasing of contracted services. For this project, these include Glencoe, Glenview, Highland Park, Lake Forest, Mount Prospect, Niles, Rolling Meadows, Wheeling, Wilmette and Winnetka. Owner. All references to Owner contained herein shall mean the Village of Wheeling. Unit Price. The amount stated on the proposal form for which the Bidder offers to perform Work for a fixed price per unit of measurement. Village. The Village shall be interpreted to mean the Village of Wheeling, an Illinois municipal corporation. Work. The entire construction of the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. ITB: Fire Hydrant Sandblasting and Painting Page 4 GENERAL TERMS, CONDITIONS & INSTRUCTIONS REQUIREMENTS OF BIDDER The successful Bidder will be required to enter into a fully executed Contract with the Village of Wheeling in the form provided with these Bid Documents covering the matters set forth in the Contract Documents for the completion of the Work on the Project. Each Local Government Agency, however, may have their own Contract Document for implementation. PREPARATION OF PROPOSAL Copies of Bid Documents. Complete digital bidding documents are available at www.guestcdn.com. You may download the digital documents for $25.00 by inputting Quest Project Number 6239907 on the website's Project search page. Please contact QuestCDN at 952-233-1632 or infokquestcdn.com for assistance with free membership registration, downloading, and working with this digital project information. A complete set of Bid Documents shall be used by each Bidder in preparing its Bid and neither the Village nor Local Agency assumes any responsibility for errors or misinterpretations resulting from the use of an incomplete set of Bid Documents. Interpretation of Correction of Bid Documents. Bidders shall promptly notify the Village and/or the Architect or Engineer of any ambiguity, inconsistency or error which they may discover upon examination of the Bid Documents or the site and local conditions. Bidders requiring clarification or interpretation of the Bid Documents shall make a written request to the Village or its designated representative at least seven (7) prior to the date for the receipts of the Bids. Any interpretation, correction or change to the Bid Documents will be made through the issuance of an Addendum. Bidders shall not rely upon any interpretation, correction or change to the Bid Documents not made through an Addendum. Addenda. All issued Addenda will be sent via QuestCDN to all who are known by the Village to have received a complete set of the Bid Documents. Copies of all issued Addenda shall be made available for inspection at the location wherever the Bid Documents are on file for that purpose. No Addendum will be issued later than four (4) days prior to the deadline for the receipt of Bids or withdrawing the request for Bids. Each Bidder shall confirm prior to submitting the Bid that it has received all issued Addenda and shall acknowledge receipt of any such issued Addenda in the submitted Bid Proposal. SUBMISSION OF PROPOSAL AND BID DEPOSIT Bid Documents will be received by the Village of Wheeling via online electronic bids only through QuestCDN, until the Bid Deadline. To access the electronic bid form, download the project documents and click the online bidding button at the top of the advertisement. If a Bid is sent by mail or other delivery system, it will not be accepted and returned unopened to the contractor. If Bidder is a corporation, the President and Secretary shall execute the Bid and the corporate seal shall be affixed. In the event the Bid Proposal is executed by an individual other than the President, Bidder must attach to Bid Proposal a certified copy of that section of corporate By Laws or other authorization by the corporation which permits such individual to execute the Bid Proposal for the corporation. ITB: Fire Hydrant Sandblasting and Painting Page 5 If Bidder is a partnership, all partners shall execute the Bid Proposal, unless one partner has been authorized to sign for the partnership, in which case, evidence of such authority satisfactory to the Finance Director shall be submitted with the Bid Proposal. Each Bid Proposal shall be accompanied by the required bid security provided herein. BID DEPOSIT When required on the cover sheet, all Bids shall be accompanied by a bid deposit in the amount of ten percent (10%) of the base bid amount for the Village of Wheeling, Year 1 Total Price. Bid deposits shall be in the form of a bid bond, cash, a certified check or cashier's check drawn on a responsible bank doing business in the United States and shall be made payable to the Village of Wheeling. All Bids not accompanied by a bid deposit, when required, will be rejected. The Bid deposits of all except the three (3) lowest responsive and responsible Bidders on each contract will be returned within fourteen (14) calendar days after the opening of the Bids. The Bid deposit of the accepted Bidder will be returned after acceptance by the Village of satisfactory performance and payment bonds where such bonds are required or completion of Project where no performance bond is required. The remaining bid deposits of each of the unsuccessful Bidders will be returned within fourteen (14) days after the Village Board has awarded the Contract. Any Bidder awarded the Contract by the Village shall forfeit its bid deposit upon its failure to execute the Contract or provide the necessary performance and payment bonds for the Contract. BID WITHDRAWAL Bidders may not withdraw their Bid after the Bid opening without the approval of the Village's Finance. Requests to withdraw a Bid must be in writing and properly signed. A Bidder may, however, without prejudice, modify or withdraw its Bid by written request, provided the request is received by the Village's Finance Director prior to the scheduled Bid opening and at the address to which Bids were to be submitted. Following withdrawal or modification of its Bid, Bidder may submit a new Bid, provided it is received by the Finance Director prior to the bid due date. No Bid will be opened which is received after the time and date scheduled for the Bids to be received. COMPLIANCE WITH LAWS The Bidder shall at all times observe and comply with all municipal, state, federal and other laws, ordinances, regulations, and requirements which in any manner affect the preparation of the Bid Proposal or the performance of the Work on the Project. JOINT PURCHASING/PURCHASING EXTENSION The purchase of goods and services pursuant to the terms of this Bid shall also be offered for purchases to be made by the Local Government Agency, as authorized by the Governmental Joint Purchasing Act, 30 ILCS 525/0.01, et seq. (the "Act"). All purchases and payments under the Act shall be made directly by and between each of Municipalities and the successful Bidder. The Bidder agrees that the Village of Wheeling shall not be responsible in any way for purchase orders or payments made by another Local Government Agency. The Bidder further agrees that all terms and conditions of this Bid shall continue in full force and effect as to the other Municipalities during the extended term of this Contract. Bidder and Local Government Agency may negotiate such other and further terms and conditions to this Contract ("Other Terms") as individual projects may require. In order to be effective, Other Terms shall ITB: Fire Hydrant Sandblasting and Painting Page 6 be reduced to writing and signed by a duly authorized representative of both the successful Consultant and other Local Government Agency. The Bidder shall provide each Local Government Agency with all documentation as required in the Bid, including but not limited to: 0 100% Performance and Payment bonds for the project awarded by each Municipality. 0 Certificate of Insurance (COI) naming the Local Government Agency as an additional insured. 9 Certified payrolls to each Local Government Agency for Work performed. PERFORMANCE BOND When required by the cover sheet, upon the award of the Contract, the successful Bidder must furnish and provide the Village with satisfactory Performance and Labor and Material Payment Bonds in the amount of one hundred percent (100%) of the Contract Sum or Contract Price for the respective year. [Each Local Government Agency shall require the same]. Said Bonds shall be in a form acceptable to the Village, shall be deposited with the Village at the time of execution of the Contract. The execution of any Contract between the Village and the successful Bidder shall be contingent upon the successful Bidder providing the Village such required Performance and Payment Bonds. As evidence of capability to provide such security for perforinance, each Bidder shall submit with its Bid Proposal either a letter executed by its surety company indicating the Bidder's performance bonding capability, or a letter from a bank or savings and loan within the Chicago metropolitan area indicating its willingness and intent to provide a letter of credit for the Bidder. Failure to furnish the required Performance and Payment Bonds within the time specified may be cause for rejection of the Bid. TERM The term of the contract will be for three (3) years [2019, 2020, and 2021]. For any year exceeding the first year of the initial term, this Contract is contingent upon the appropriation of sufficient funds by each Municipality; no charges shall be assessed for failure of any Local Government Agency to appropriate funds. The Municipalities reserve the right to renew this Contract for two (2) additional one (1) year periods, subject to acceptable performance by the Contractor ("Renewal Term"). At the end of the initial term or any Renewal Term, the Municipalities reserve the right to extend the Contract for a period of up to sixty (60) days on the same terms and conditions for the purpose of getting a new Contract in place. If a renewal term is exercised, the Bidder will be advised of such by the Village and requested to submit information documenting the need of any proposed unit price increases ninety (90) days in advance of the annual contract period. As a standard, the Consumer Price Index (CPI), Chicago -Naperville -Elgin IL -IN -WI may be considered as a valid cost adjustment factor. If the determines the proposed unit price increases to be reasonable and warranted, and approves the revised unit prices, the contract renewal option may be exercised and an amendment to the contract will be issued. Each Local Government Agency reserves the right to reject a proposed price increase and terminate the contract. EXAMINATION OF BID DOCUMENTS AND SITE CONDITIONS Prior to submitting any Bid Proposal, each Bidder shall carefully examine the Contract Documents for the Project, fully inform him or herself of existing conditions and limitations on the Project site and include in the Bid Proposal all sums sufficient to provide all Work required under the Contract Documents to complete the Work on the Project. By submitting a Bid, each Bidder represents and ITB: Fire Hydrant Sandblasting and Painting Page 7 acknowledges that he/she/it has examined in detail the Contract Documents and has determined that the Contract Documents and existing conditions are sufficient and/or satisfactory for the completion of the Work for the amount contained in its respective Bid Proposal. CATALOGS Each Bidder shall submit, when necessary, or when requested by the Finance Director, catalogs, descriptive literature and detailed drawings fully detailing features, designs, construction, finishes, operational manuals and the like not covered in the Specifications, necessary to fully illustrate and describe the material or Work proposed to be furnished. When equipment requires installation, the successful Bidder shall submit detailed shop drawings to the Finance Director for the Village's approval. Drawings shall show the characteristics of equipment and installation details. SAMPLES Samples, if required, must be furnished free of expense to the Village on or before date specified; if not destroyed in examination, they will be returned to Bidder, if requested, at his expense. Each sample must be marked with Bidder's name, address, subject of proposal, date, and time of bid opening. DO NOT ENCLOSE IN OR ATTACH BID TO SAMPLE. TRAINING, DEMONSTRATIONS AND SHOP DRAWINGS Training will be required by the Bidders to the Village of Wheeling employees, if deemed necessary, by the Village. Bidders are required, if requested, to present a demonstration of the item being bid if the Village feels it has insufficient knowledge of the item's operation or performance capability. Such demonstrations and training must be at "no charge" to the Village and must be at a site convenient and agreeable to the affected Village personnel. SPECIAL HANDLING Prior to delivery of any product which is caustic, corrosive, flammable or dangerous to handle, the supplier will provide written directions as to methods of handling such products, as well as the antidote or neutralizing material required for its first aid before delivery. Supplier shall also notify the Village and provide material safety data sheets for all substances used in connection with this Contract which are defined as toxic under the Illinois Toxic Substances Disclosure to Employees Act. Failure or delay in providing data sheets may result in disqualification of your offer. DELIVERY All materials, if necessary, shipped to the Village must be shipped F.O.B. delivered, designated location, Wheeling, Illinois. If delivery is made by truck, arrangements must be made in advance by the successful Bidder in order that the Village may arrange for receipt of the materials. The materials must then be delivered where directed and may be required to be inside delivery. Truck deliveries will be accepted between 8:00 a.m. and 3:00 p.m. on weekdays only. No deliveries will be accepted on Saturdays, Sundays, or holidays. DISCOUNTS Cash discounts will be considered in the evaluation of the bids. Bidders shall indicate terms as 1% 20 days, net 30 days, 2% 20 days, net 30 days, or 1% 30 days, etc. Where cash discounts are offered, the discount date should begin with the invoice date or delivery date to the Village, whichever is later. No discount of less than 1% will be considered or for a period of less than 20 days. If no discount is taken, payment will be made 30 days after receipt and inspections have been completed. ITB: Fire Hydrant Sandblasting and Painting Page 8 PRICES Unit prices shall be shown for each unit on which there is a Bid and shall include all labor, equipment, materials, tools, transportation and warranties for this Project. TAXES The Bidders acknowledge that the Village of Wheeling, and Municipalities, are a tax exempt entity under the laws of the State of Illinois and that the Village, as part of its undertakings under this Contract, shall provide to the successful Bidder all certificates of exemptions and tax exempt numbers needed to entitle the successful Bidder to purchase material and other items to be used on the Work or incorporated into the Work on a tax exempt basis, said exemptions specifically to include but not be limited to the "Illinois Retailers Occupation Tax" (sales tax). The successful Bidder shall warrant that all material costs and scheduled values have been calculated so as to give the Village its full benefit of its tax exempt status, and the successful Bidder shall require that all subcontracts include a requirement that subcontractors purchase materials so as to give the Village the full benefit of its tax exempt status. The Village shall not be liable for, and shall not be entitled to a credit against the Contract Price or Contract Sum for any sales tax paid by the successful Bidder or any subcontractor of any tier which is shown to have been charged to the Village as part of the Contract Price or Contract Sum, as a component of the schedule of values, as a unit price, or otherwise. PREVAILING WAGES The Work under required under the anticipated Project calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ("the Act"). The successful Bidder and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village of Wheeling has adopted the prevailing wages as determined by the IDOL for Cook County, effective September 1, 2017, as revised. The prevailing rate of wages are revised by the IDOL and are available on the IDOL website, www.state.il.us/agency/idol. The successful Bidder and all subcontractors are responsible for checking the IDOL's website for revisions to the prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract Price or Contract Sum for the respective year. All bonds provided by the successful Bidder under the terms of this Contract shall include such provisions as will guarantee the faithful performance of the successful Bidder's obligations under this clause and under the Prevailing Wage Act, 820 ILCS 130/1 et seq. The successful Bidder and each of its subcontractors participating on the Project shall make and keep those records required under Section 5 of the Prevailing Wage Act. The successful Bidder shall also submit a certified payroll to the designated Village representative to verify the payment of prevailing wages as required under the Prevailing Wage Act. Such payroll shall record for each laborer, mechanic and other worker employed on the project by the successful Bidder and any subcontractor the name of the worker, address, telephone number, last 4 digits of social security number, classification or classifications, actual hourly wages paid for each pay period, hours worked per day and the starting and ending time of work each day. The certified payroll shall also include a statement signed by the successful Bidder or subcontractor which avers that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq.; and (iii) the successful Bidder or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor." ITB: Fire Hydrant Sandblasting and Painting Page 9 INVOICES AND PAYMENT Bidder shall submit all invoices directly to each Local Government Agency detailing the services provided to the respective Agency. All services shall be invoiced based on unit pricing and quantities used. The Municipalities shall only pay for quantities used or ordered. Quantities may be adjusted up or down based on the needs of the Municipality. Payment shall be made in accordance with the Local Government Prompt Payment Act. Invoices shall be addressed and delivered to: Village of Glencoe Village of Glenview City of Highland Park Donald Kirk, General Supt. Steve Zanoni Ron Bannon, Deputy Director 675 Village Court 2498 E. Lake Ave. 1150 Half Day Road Glencoe, IL 60022 Glenview, IL 60026 Highland Park, IL 60060 847.461.1118 847.904.4361 847.432.0807 -irl". >v"lla reot'glencoe.org szanaen L,glenview.i1.us rbannon(� phil.com City of Lake Forest Village of Mount Prospect Village of Niles John Varner, Water/Sewer Supv. Casey Botterman, Water Supt. Jack Grana, Utilities Supt. 220E. Deerpath Road 1700 W. Central Road 6849 W. Touhy Avenue Lake Forest, IL 60045 Mount Prospect, IL 60056 Niles, IL 60714 847.810.3571 847.870.5640 847.588.7900 V�trne (X)4 Ilt of ak4 forest.com cbott rnfla�1Ant ro�r p 9Vn11es-com Village of Northbrook City of Rolling Meadows Village of Wheeling Matt Morrison, Asst. Director Jeff Stewart, Water Foreman Christine Bajor, Asst. Director 655 Huehl Road 3900 Berdnick Street 77 W. Hintz Road Northbrook, IL 60062 Rolling Meadows, IL Wheeling, IL 60016 847.664.4111 847.394.8500 847.279.6903 Tf1)%tiff.morrisoiIC.),rlorthbr« ok i� .ij,, P .(LC)G ll$ rp app z eb q Village of Wilmette Village of Winnetka Accounts Payable Judy Kraus, Accounts Payable 1200 Wilmette Avenue 510 Green Bay Road Wilmette, IL 60091 Winnetka, IL 60093 847.251.2700 847.716.3505 a Wilmette con, COMPLIANCE WITH OSHA STANDARDS Equipment supplied to the Village must comply with all requirements and standards as specified by the Occupational Safety and Health Act. All guards and protectors as well as appropriate markings will be in place before delivery. Items not meeting any OSHA specifications will be refused. INDEMNIFICATION The Bidder shall indemnify, defend and save harmless the Village of Wheeling, and Municipalities, its officers, agents, employees, representatives and assigns, from lawsuits, actions, costs (including attorneys' fees), claims or liabilities of any character as allowed by law, brought because of any injuries or damages received or sustained by any person, persons, or property on account of any act or omission, ITB: Fire Hydrant Sandblasting and Painting Page 10 neglect or misconduct of said Bidder, its officers, agents and/or employees arising out of, or in performance of any of the provisions of the Contract, including any claims or amounts recovered for any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the "Worker's Compensation Act" or any other law, ordinance, order or decree. In connection with any such claims, lawsuits, actions or liabilities, the Village of Wheeling, its officers, agents, employees, representatives and their assigns shall have the right to defense counsel of their choice. The Bidder shall be solely liable for all costs of such defense and for all expenses, fees, judgments, settlements and all other costs arising out of such claims, lawsuits, actions or liabilities. PERMITS AND LICENSES The successful Bidder shall obtain, at its own expense, all permits and licenses which may be required to complete the Contract, and/or required by municipal, state, and federal regulations and laws. SUBLETTING OF CONTRACT No Contract awarded by the Village of Wheeling, and/or Municipalities, shall be assigned or any part sub contracted without the written consent of the Finance Director. In no case shall such consent relieve the successful Bidder from his obligation or change the terms of the Contract. GUARANTEES AND WARRANTIES The Bidder warrants to the Village, and Municipalities, that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects in material and workmanship for one (1) year from the date of issuance of the final payment by the Village and deficiencies shall be corrected by the successful Bidder immediately upon notification from the Village, or Local Government Agency, and that such Work will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Village, or Local Government Agency, the Bidder shall furnish satisfactory evidence as to the kind and quality of material and equipment. This section shall not act as a waiver by the Village or Municipalities of any non -warranty related claims. TERMINATION OF CONTRACT The Village, and/or Municipalities, reserves the right to terminate the whole or any part of this Contract, upon written notice to the successful Bidder, in the event that sufficient funds to complete the Contract are not appropriated by the Village of Wheeling or Local Government Agency. The Village, or Local Government Agency, further reserves the right to terminate the whole or any part of this Contract, upon ten (10) days' written notice to the successful Bidder, in the event of default by the successful Bidder. Default is defined as failure of the successful Bidder to perform any of the provisions of this Contract or failure to make sufficient progress so as to endanger performance of this Contract in accordance with its terms. In the event of default and termination, the Village and/or Local Government Agency, will procure, upon such terms and in such manner as the Finance Director may deem appropriate, supplies or services similar to those so terminated. The successful Bidder shall be liable for any excess costs for such similar supplies or service unless acceptable evidence is submitted to the Finance Director that failure to perform the Contract was due to cause beyond the control and without the fault or negligence of the successful Bidder. ITB: Fire Hydrant Sandblasting and Painting Page 11 COMPETENCY OF BIDDER Upon request Bidder should supply the Village with information pertaining to financial stability, available equipment, prior experience and conflicting working schedules which will be used in determining the lowest responsible Bidder. CONSIDERATION OF PROPOSALS No Bid Proposal will be accepted from or Contract awarded to any person, firm or corporation that is in arrears or is in default to the Village of Wheeling, and/or Municipalities, upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to said Village or Municipalities, or that has failed to perform faithfully any previous contract with the Village and/or Municipalities. The Village of Wheeling shall intend on awarding the Contract to the lowest responsible Bidder on the basis of the Bid that is in the best interest to accept. In awarding the Contract, in addition to price, the Village shall consider the following: a. The ability, capacity, and skill of the Bidder to perform the Contract to provide the service required; b. Whether the Bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; c. The character, integrity, reputation, judgment, experience, and efficiency of the Bidder; d. The quality of perforinance of previous contracts of services; e. The previous and existing compliance by the Bidder with laws and ordinances relating to the contract or service; £ The sufficiency of the financial resources and ability of the Bidder to perform the Contract or provide the service; g. The quality, availability, and adaptability of the supplies or contractual services to the particular use required; h. The ability of the Bidder to provide future maintenance and service for the use of the subject of the Contract; i. The number and scope of conditions attached to the Bid; j. Responsiveness to the exact requirements of the invitation to bid; k. Ability to work cooperatively with the Village and its administration; and 1. Past records of the Bidder's transaction with the Village or with other entities as evidence of the Bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency, and cooperativeness. The Village may reject any and all Bids, and may order a re -advertisement for new bids. The Bidder, if requested, must present within three (3) working days, evidence satisfactory to the Finance Director of ability and possession of necessary facilities, financial resources, and adequate insurance to comply with the terms of these specifications and Contract Documents. The Finance Director shall represent and act for the Village in all matters pertaining to this proposal and contract in conjunction therewith. The Village reserves the right to accept or reject any and all proposals or to waive technicalities, or to accept or reject any item of any proposal, and to disregard any informality on the bids and bidding, when in its opinion the best interest of the Village will be served by such actions. ITB: Fire Hydrant Sandblasting and Painting Page 12 The Bid award shall be made to the lowest responsible Bidder who submits the responsive bid that is determined to be most advantageous to the public, in the Village's sole discretion. In determining the responsibility of any Bidder, the Village may take into account other factors in addition to financial responsibility such as past records of its or other entities' transactions with the Bidder, experience, ability to work cooperatively with the Village and its administration, adequacy of equipment, ability to complete performance within the necessary time limits, and other pertinent considerations such as, but not limited to, reliability, reputation, competency, skill, efficiency, facilities, and resources. Written notification of award of Contract will be mailed to each Bidder within ten (10) working days of the President and Board of Trustees' decision. ITB: Fire Hydrant Sandblasting and Painting Page 13 PERFORMANCE REFERENCES All Bidders shall supply three (3) names, addresses, telephone numbers and names of persons to contact as performance references. Similar work and scope should have been completed within the last three (3) years. Company Name ............... Address ............................ City & State ...................... Telephone Number........... Person to Contact ............. Title/Position.................... Company Name ............... Address............................ City & State ...................... Telephone Number........... Person to Contact ............. Title/Position.................... Company Name ............... Address............................ City & State ...................... Telephone Number........... Person to Contact ............. Title/Position.................... ITB: Fire Hydrant Sandblasting and Painting Page 14 DISQUALIFICATION OF BIDS The following will be cause for disqualification of a submitted Bid: a. Prices excessively high and/or exceed monies available for the intended purchases; b. Failure to submit bid deposit or surety; c. Failure to offer to meet specified delivery or performance schedules; d. Failure to price out the Bid in conformance to the required format; or qualification of price to protect the Bidder from unknown future market conditions; e. Rights of the purchasing agency limited under any contract clause; f. Bidder currently listed among "debarred" bidders list. "Debarred" bidders list is a list of vendors who have not complied with the rules and regulations of Village contracts. If you have any questions, please contact Michael Mondschain, Finance Director; g. Reasonable basis to suspect either conflict of interest or collusion among bidders; h. Bidder fails to submit required information, literature, samples, or affidavits with bid; i. Late bids; j. Failure of any authorized person to sign bid; and k. Bidder is prohibited by local, state or federal law from entering into public contracts. CANCELLATION The Village reserves the right to cancel the whole or any part of the Contract if the Bidder fails to perform any of the provisions in the Contract or fails to make delivery within the time stated. DEFAULT In case of the default by the Bidder, the Village will procure articles or services from other sources and hold the Bidder responsible for any excess cost incurred as provided for in Article 2 of the Uniform Commercial Code. INSURANCE The successful Bidder shall carry worker's compensation and commercial general liability insurance in the amounts set forth below and furnish the Village, and Municipalities, with Certificates of Insurance (COI) and endorsements prior to commencing with Work. All such insurance shall be carried with companies satisfactory to the Village and/or Municipalities. The Bidder shall have the following obligations with regard to insurance coverage for the Work under the Contract: A. All Certificates of Insurance required to be obtained by the Bidder shall provide that coverage under the policies named shall not be canceled, modified, reduced or allowed to expire without at least thirty (30) days prior written notice given to the Village, and/or Municipalities. All certificates evidencing coverage extended beyond the date of final payment shall be provided at the time of the final Pay Request. All Certificates of Insurance shall name the Village of Wheeling (or respective Local Government Agency) and its officers, agents and employees as additional insured on a primary non-contributory basis. The actual additional insured endorsement shall be attached to the certificate of insurance. B. All insurance required of the Bidder shall state that it is Primary and Non -Contributory Insurance as to all additional insured's with respect to all claims arising out of operations by or on their behalf. If additional insured's have other applicable insurance coverage, those coverage shall be regarded as on an excess or contingent basis. C. The Bidder shall require that each of its Subcontractors and each of their subcontractors of any tier obtain insurance of the same character as that required of Bidder, unless the Village or Local ITB: Fire Hydrant Sandblasting and Painting Page 15 Government Agency authorizes such lesser amount of coverage, naming the same additional insured's and subject to the same restrictions and obligations as set forth for the Bidder's insurance in the Contract Documents. D. Under no circumstances shall the Village, and/or Local Government Agency, be deemed to have waived any of the insurance requirements of this Contract by any act or omission, including, but not limited to: (1) allowing work by Bidder or any subcontractor of any tier to start before receipt of Certificates of Insurance; (2) failure to examine, or to demand correction of any deficiency, of any certificate of insurance received. The Bidder agrees that the obligation to provide insurance is solely the Bidder's responsibility and cannot be waived by any act or omission of the Village, or Local Government Agency. E. The purchase of insurance by the Bidder under this Contract shall not be deemed to limit the liability of the Bidder in any way, for damages suffered by the Village, and/or Local Government Agency, in excess of policy limits or not covered by the policies purchased. F. The Bidder shall notify the Owner, in writing, of any possible or potential claim for personal injury or property damage arising out of the work of this Contract promptly whenever the occurrence giving rise to such a potential claim becomes known to the Bidder. G. The Bidder shall provide insurance acceptable to the Village, and Local Government Agency. Such insurance shall include the following coverage in the following amounts: (1) Worker's Compensation (including occupational disease and employer's liability insurance) covering liability of its employees and employees of its subcontractors in accordance with the law of the State of Illinois, including the Illinois Worker's Compensation Act, as amended. A waiver of subrogation shall be provided to the Village, and Local Government Agency, and the Waiver of subrogation attached to the certificate of insurance. (2) Commercial General Liability (including Premises -Operations; Independent Contractor's; Products and Completed Operations: Broad Form Property Damage): i. Bodily Injury & Property Damage Combined Single Limit ii. Covering the following hazards: X (Explosion) C (Collapse) U (Underground) $1,000,000 each occurrence $2,000,000 aggregate iii. Products and Completed Operations Insurance shall be maintained for a minimum of two years after final payment and the Contractor shall continue to provide evidence of such coverage to the Village on an annual basis during the two-year period. (3) Umbrella Excess Liability: $4,000,000 over Primary Commercial General Liability Insurance $10,000 Retention ITB: Fire Hydrant Sandblasting and Painting Page 16 (4) Automobile Liability (owned, non -owned, hired): Bodily Injury & Property Damage $1,000,000 each occurrence combined single limit H. The Bidder further agrees to cause contractual liability endorsements to be issued by the insurance companies and attached to the above-mentioned policies to include under the coverage therein extended an obligation on the part of the insurers to insure against Bidder's contractual liability hereunder and to indemnify the Village, and/or local Government Agency, and Agent against loss, liability, costs, expenses, attorney's fees and court costs, and further agrees that said coverage shall be afforded therein against all claims arising out of the operation of any structural work law or law imposing liability arising out of the use of scaffolds, hoists, cranes, stays, ladders, supports or other mechanical contrivances. Endorsements to the Certificates of Insurance shall include as additional named insured the following: (1) The Village of Wheeling and its officers, agents and employees. NON-DISCRIMINATION A. Bidder/Supplier shall, as a party to a public contract (1) Refrain from unlawful discrimination in employment and undertake affirmative action to assure equality of employment opportunity and eliminate the effects of past discrimination; (2) By submission of this proposal, the bidder/supplier certifies that he is an "equal opportunity employer" as defined by Section 2002(e) of Chapter 21, Title 42, U.S. Code Annotated and Executive Orders #11246 and #11375 (42 U.S.C., Section 2002 (e)); Exec. Order No. 11246, 30 F.R. 12319 (1965); Exec. Order No. 11375, 32 F.R. 14303 (1967) which are incorporated herein by reference. The Equal Opportunity Clause, Section 6.1 of the Rules and Regulations of the Department of Human Rights of the State of Illinois, is a material part of any contract awarded on the basis of this proposal. B. It is unlawful to discriminate on the basis of race, color, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge for military service. Bidder/supplier shall comply with standards set forth in Title VII of the Civil Rights Act of 1964, 42 U.S.C. 52002 et seq. and The Human Rights Act of the State of Illinois (775 ILCS 5/1 - 101). VENUE The parties hereto agree that for purposes of any lawsuit(s) between them concerning the Contract, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. CERTIFICATIONS FOR SUBMISSION OF BID Certification to Enter into Public Contracts — 720 ILCS 5/33E-1. Bidder certifies that it is not barred from contracting with any unit of state or local government as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code or any similar offense of any State of the United States which contains the same elements as the Illinois offenses of bid -rigging or bid rotating. Bidder shall execute the attached Certificate at Exhibit "A." Payments to Illinois Department of Revenue. Bidder certifies that it is not delinquent in payment of any taxes to Illinois Department of Revenue — 65 ILCS 5/11-42.1-1. Bidder shall execute the attached Certificate at Exhibit `B." ITB: Fire Hydrant Sandblasting and Painting Page 17 SPECIFIC TERMS, CONDITIONS & INSTRUCTIONS PROJECT OVERVIEW To extend the life of fire hydrants as well as maintain aesthetics, Municipalities require the painting of hydrants. This entails sandblasting to remove previous paint layers, applying a single coat of primer and single coat of paint (specific to each Municipality). Some Municipalities may require a separate paint color on hydrant caps. It is the intent of the Village of Glencoe, Village of Glenview, City of Highland Park, City of Lake Forest, Village of Mount Prospect, Village of Niles, Village of Northbrook, City of Rolling Meadows, Village of Wheeling, Village of Wilmette and Village of Winnetka (collectively referred to as "Municipalities") to jointly bid the sandblasting and painting of municipal fire hydrants and award a Contract to a single Contractor. Through this joint bid process, the Municipalities are presenting an economy of scale to potential bidders, providing them with opportunities for increased revenues as well as reduced costs, which the bidders will in turn extend to the Municipalities via lower pricing. The Village of Wheeling is conducting the bidding process on behalf of the Municipalities. Each of the Municipalities' manager, Board of Trustees or City Council as the case may be, will have the right to review and independently approve or reject the bid award and execute a Contract or Agreement. CONTRACTOR RESPONSIBILITY Contractors shall carefully examine all data made available in the Bid Documents, fully inform and familiarize themselves as to all existing conditions and limitations, the obstacles that may be encountered, and all relevant matters concerning the Work to be performed. Failure to do so will not relieve the Contractor from any obligations to comply strictly and fully with the terms of the Contract. No allowances or extra compensation shall be made for the failure of the Contractor to correctly estimate the nature and quantities of labor, equipment, materials, tools, transportation and warranties that are to be provided under this Contract. MEETING Once awarded, Contractor shall be required to attend a pre -construction meeting with the Local Government Agency to discuss the Work required in the Contract prior to the commencement of Work. At this time, or prior dependent on the Local Government Agency, the Contractor shall confirm hydrant products before any purchases are made. ADDITIONAL WORK Any alterations or modifications of the Work performed under this Contract shall be made only by written agreement between the Contractor and Local Government Agency, and shall be made prior to commencement of the altered or modified Work. No claim for any extra Work or materials shall be allowed unless pre -authorized by written agreement prior to commencement of said Work. PROPOSAL PRICING L Hydrant Painting • This price is a fixed price per hydrant for sandblasting, priming and painting a standard paint color for the entire hydrant (barrel and caps). IL Additional Color: Cap Painting • This price is an additional fixed price per hydrant for the painting of hydrant caps in a different color from the barrel or body of the hydrant to indicate water flow capacities. Colors may be blue, green, orange or red. The Local Government Agency shall wort-, with the Contractor on color and paint manufacturer. ITB: Fire Hydrant Sandblasting and Painting Page 18 VILLAGE OF GLENCOE A. Program Overview The Village of Glencoe owns, maintains, and operates an independent water system with approximately 515 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Waterous, A.P. Smith and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 19 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 20 VILLAGE OF GLENVIEW A. Program Overview The Village of Glenview owns, maintains, and operates an independent water system with approximately 2,800 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as U.S. Pipe, Mueller and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Yellow Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 21 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 22 CITY OF HIGHLAND PARK A. Program Overview The City of Highland Park owns, maintains, and operates an independent water system with approximately 1,773 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Waterous, Mueller and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The City will make every effort to identify hydrants for painting that are nearby one another, however, the City may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the City 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the City immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at City discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Red Urethane Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the ITB: Fire Hydrant Sandblasting and Painting Page 23 hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the touch, the signage may be removed. Wet paint signage shall be approved by the City before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the City shall communicate with the Contractor of such request and discuss any additional costs that may be entailed. All hydrants identified by the City shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the Work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the City). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the City that the workmanship is not sufficient and does not meet the City's standards, the Contractor shall return and make repairs to the satisfaction of the City at no additional cost. The City shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 24 CITY OF LAKE FOREST A. Program Overview The City of Lake Forest owns, maintains, and operates an independent water system with approximately 100 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Waterous, Mueller and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The City will make every effort to identify hydrants for painting that are nearby one another, however, the City may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the City 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the City immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at City discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Rust- Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the ITB: Fire Hydrant Sandblasting and Painting Page 25 hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the touch, the signage may be removed. Wet paint signage shall be approved by the City before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the City shall communicate with the Contractor of such request and discuss any additional costs that may be entailed. All hydrants identified by the City shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the Work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the City). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the City that the workmanship is not sufficient and does not meet the City's standards, the Contractor shall return and make repairs to the satisfaction of the City at no additional cost. The City shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 26 VILLAGE OF MOUNT PROSPECT A. Program Overview The Village of Mount Prospect owns, maintains, and operates an independent water system with approximately 2,227 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Mueller, East Jordan and Traverse City. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Yellow Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 27 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 28 VILLAGE OF NILES A. Program Overview The Village of Niles owns, maintains, and operates an independent water system with approximately 1,148 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as East Jordan, Traverse City and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Yellow Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 29 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 30 VILLAGE OF NORTHBROOK A. Program Overview The Village of Northbrook owns, maintains, and operates an independent water system with approximately 2,751 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Traverse City, Clow, and Mueller. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Sherwin Williams Kem Bond Hi -Solid Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red High Gloss Rust-Oleum High Performance V7400 System DTM Alkyd Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 31 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed. All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 32 CITY OF ROLLING MEADOWS A. Program Overview The City of Rolling Meadows owns, maintains, and operates an independent water system with approximately 1,469 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Waterous and Traverse City. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The City will make every effort to identify hydrants for painting that are nearby one another, however, the City may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the City's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the City 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the City immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at City discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Gloss Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the ITB: Fire Hydrant Sandblasting and Painting Page 33 hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the touch, the signage may be removed. Wet paint signage shall be approved by the City before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the City shall communicate with the Contractor of such request and discuss any additional costs that may be entailed. All hydrants identified by the City shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the Work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the City). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the City that the workmanship is not sufficient and does not meet the City's standards, the Contractor shall return and make repairs to the satisfaction of the City at no additional cost. The City shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 34 VILLAGE OF WHEELING A. Program Overview The Village Wheeling owns, maintains, and operates an independent water system with approximately 1,752 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Mueller, East Jordan, and Traverse City. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 35 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 36 VILLAGE OF WILMETTE A. Program Overview The Village Wilmette owns, maintains, and operates an independent water system with approximately 977 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Waterous and Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Sher-Cryl Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Sher-Cryl Professional High Performance Acrylic, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 37 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 38 VILLAGE OF WINNETKA A. Program Overview The Village of Winnetka owns, maintains, and operates an independent water system with approximately 620 fire hydrants. The hydrants to be sandblasted represent a variety of makes from manufacturers such as Clow. The Contractor shall provide all labor, equipment, materials, tools, and transportation to sandblast, prime and paint fire hydrants. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, to ensure access to the hydrant for the Contractor and minimize or eliminate any potential damage to vehicles or surrounding properties. B. Scope of Work The Contractor shall be responsible for sandblasting and painting selected hydrants. The Village will make every effort to identify hydrants for painting that are nearby one another, however, the Village may require a hydrant outside of the identified area be sandblasted and painted. C. Technical Specifications Hydrants shall be sandblasted, primed and painted in accordance with the following specifications. (1) Site Preparation and Protection The Contractor shall place a protective barrier at the base of each hydrant prior to sandblasting. A protective enclosure shall be placed on top of the barrier at the base and around the fire hydrant to contain slag abrasive and prevent overspray. If necessary, the Village will barricade spaces in public parking areas, such as at the Village's train stations, at the request of the contractor to ensure access to the hydrant for the contractor and minimize any damage to vehicles. The contractor must submit requests to the Village 36 hours in advance. (2) Sandblasting The Contractor shall remove all paint from fire hydrants using sandblasting. Any paint remaining on the hydrant shall be removed using a wire brush. Fire hydrants shall be completely free of old paint and grime prior to application of primer or paint. Any hydrants leaking after sandblasting shall be reported to the Village immediately. (3) Painting The Contractor shall paint all hydrants using Rust-Oleum Professional High Performance Primer, or approved equal (at Village discretion), pursuant to the manufacturer's specifications for complete coverage. After the primer coat has completely dried, the Contractor shall apply Safety Red Rust-Oleum Professional High Performance Protective Enamel, or approved equal, pursuant to the manufacturer's specification for complete coverage. Primer and paint shall be applied evenly to prevent drips. If primer or paint is applied using a spray method, the Contractor shall not spray hydrants on days when the wind exceeds twenty (20) mph unless a protective enclosure is used. Hydrants shall not be left unprimed for any period of time after sandblasting. After application of the primer coat and/or top coat of paint, the Contractor shall place signage on or around the hydrant indicating that there is wet paint. After the primer coat or top coat of paint is dry to the ITB: Fire Hydrant Sandblasting and Painting Page 39 touch, the signage may be removed. Wet paint signage shall be approved by the Village before use. D. Site Clean -Up The Contractor shall remove all trash, excess materials, barriers, enclosures, wrappers, and debris and return the site to its original condition at the end of the day or after painting has been completed. E. Damage to Parkway Damage to the parkway caused by the Contractor shall be repaired by the Contractor to its original state prior to the final invoice being paid. Damage to the parkway shall include, but not be limited to, cracking of concrete, damage to brick paver driveways, paint spills, and tire ruts in the ground. F. Scheduling of Work The Contractor shall schedule all work with the Public Works Director, or his/her designee. The sandblasting and painting of fire hydrants shall be performed during the hours of 7 am to 3 pm, Monday through Friday. In some instances, the Contractor may be required to sandblast and paint hydrants between the hours of 10 p.m. and 6 a.m. to avoid pedestrian and motor vehicle traffic. Should this be the case, the Village shall communicate with the Contractor of such request and discuss any additional costs that may be entailed All hydrants identified by the Village shall be sandblasted and painted by October 31. G. Work Zone Safety and Property Protection The Contractor shall be responsible for all work zone safety including proper traffic control when necessary. The Contractor shall also be responsible for ensuring private property is not damaged while performing the work. H. Damage to Private or Public Property The Contractor shall take all necessary precautions to prevent damage to trees, grounds, driveways, curbs, sidewalks, structures, or other private property on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department on the day of occurrence. Any damages shall be repaired at the Contractor's expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Village of Wheeling). I. Safety Data Sheets (SDS) Contractor shall provide a copy of all Safety Data Sheets (SDS) for all products used. J. Warranty The Contractor shall provide, at a minimum, a one (1) year warranty against all workmanship beginning on the date of acceptance of the final invoice. Warranty items shall include, but are not limited to: chipping, fading, peeling, and improper thickness pursuant to the manufacturer's specifications. If it is determined by the Village that the workmanship is not sufficient and does not meet the Village's standards, the Contractor shall return and make repairs to the satisfaction of the Village at no additional cost. The Village shall be the sole determiner of what constitutes satisfactory workmanship. ITB: Fire Hydrant Sandblasting and Painting Page 40 SUB -CONTRACTOR INFORMATION (if applicable) (ATTACH ADDITIONAL PAGES AS NEEDED) Name: # Years in Business: Address: Services provided by Sub -Contractor: Name: # Years in Business: Address: Services provided by Sub -Contractor: Name: # Years in Business: Address: Services provided by Sub -Contractor: # Years used by Contractor: # Years used by Contractor: # Years used by Contractor: ITB: Fire Hydrant Sandblasting and Painting Page 41 VILLAGE OF WHEELING BID PROPOSAL CONTRACTOR INFORMATION Company Name: Address: City, State, Zip Code: Proposal for Contract Document. We hereby agree to furnish to the Village of Wheeling Fire Hydrant Sandblasting and Painting in accordance with provisions, instructions, and specifications of the Village of Wheeling for the prices as follows: NOT FOR BIDDING PURPOSES - ONLINE QUESTCDN BIDDING ONLY ITB: Fire Hydrant Sandblasting and Painting Page 42 Line Item Item Code Item Description UofM Quantity Unit Price Extension Village of Glencoe 1 1 Year 1, Sandblasting and Painting Per Hydrant 100 2 2 Year 2, Sandblasting and Painting Per Hydrant 100 3 3 Year 3, Sandblasting and Painting Per Hydrant 100 Village of Glencoe, Total Villae of Glenview 4 4 Year 1, Sandblasting and Painting Per Hydrant 600 5 5 Year 2, Sandblasting and Painting Per Hydrant 600 6 6 Year 3, Sandblasting and Painting Per Hydrant 600 Village of Glenview, Total City of Highland Park 7 7 Year 1, Sandblasting and Painting Per Hydrant 400 8 8 Year 2, Sandblasting and Painting Per Hydrant 400 9 9 Year 3, Sandblasting and Painting Per Hydrant 400 City of Highland Park, Total of Lake Forest -City 10 10 Year 1, Sandblasting and Painting Per Hydrant 100 11 11 Year 2, Sandblasting and Painting Per Hydrant 100 12 12 Year 3, Sandblasting and Painting Per Hydrant 100 City of Lake Forest, Total Villae of Mount Prospect 13 13 Year 1, Sandblasting and Painting Per Hydrant 400 14 14 Year 2, Sandblasting and Painting Per Hydrant 400 15 15 Year 3, Sandblasting and Painting Per Hydrant 400 Village of Mount Prospect, Total Village of Niles 16 16 Year 1, Sandblasting and Painting Per Hydrant 230 17 17 Year 2, Sandblasting and Painting Per Hydrant 230 18 18 Year 3, Sandblasting and Painting Per Hydrant 230 Village of Niles, Total ITB: Fire Hydrant Sandblasting and Painting Page 42 Villae of Northbrook 19 19 Year 1, Sandblasting and Painting Per Hydrant 400 20 20 Year 2, Sandblasting and Painting Per Hydrant 400 21 21 Year 3, Sandblasting and Painting Per Hydrant 400 Village of Northbrook, Total of Rolling Meadows -City 22 22 Year 1, Sandblasting and Painting Per Hydrant 250 23 23 Year 2, Sandblasting and Painting Per Hydrant 300 24 24 Year 3, Sandblasting and Painting Per Hydrant 300 City of Rolling Meadows, Total Villae of Wheelin 25 25 Year 1, Sandblasting and Painting Per Hydrant 200 26 26 Year 2, Sandblasting and Painting Per Hydrant 200 27 27 Year 3, Sandblasting and Painting Per Hydrant 200 Village of Wheeling, Total Villae of Wilmette 28 28 Year 1, Sandblasting and Painting Per Hydrant 112 29 29 Year 2, Sandblasting and Painting Per Hydrant 112 30 30 Year 3, Sandblasting and Painting Per Hydrant 112 Village of Wilmette, Total Village of Winnetka 31 31 Year 1, Sandblasting and Painting Per Hydrant 159 32 32 Year 2, Sandblasting and Painting Per Hydrant 156 33 33 Year 3, Sandblasting and Painting Per Hydrant 170 Village of Winnetka, Total Additional Color: Cap Painting 34 34 Year 1, Hydrant Caps Different Color Per Hydrant I 35 35 Year 2, Hydrant Caps Different Color Per Hydrant 1 36 36 Year 3, Hydrant Caps Different Color Per Hydrant 1 Additional Color, Cap Painting, Total NOT FOR BIDDING PURPOSES - ONLINE QUESTCDN BIDDING ITB: Fire Hydrant Sandblasting and Painting Page 43 VILLAGE OF WHEELING BID PROPOSAL (CONTINUED) Delivery of the item(s) will be within day(s) following notification of bid award. State length and terms of warranty(s): Signed on this day of , 2019. If an individual or partnership, all individual names of each partner shall be signed: By.................... Print Name ...... Position/Title... By.................... Print Name ...... Position/Title........ Company Name.. Address ........... Telephone........ If a corporation, an officer duly authorized should sign and attach corporate seal PLACE CORPORATE SEAL HERE By............................... Print Name ................. Position/Title.............. Company Name ......... Address ...................... Telephone .............. No additional charges over the total net bid price will be made during the specified Bid/Contract period. The Village of Wheeling is exempt from sales or federal tax; therefore, do not include in bid price. All bid prices shall be shown as F.O.B. destination Wheeling, Illinois, unless otherwise stated. ITB: Fire Hydrant Sandblasting and Painting Page 44 BIDDERS MUST PROPERLY FILL OUT THE FOLLOWING FORMS: 1. The Bid Proposal Form must be signed by an authorized agent. The seal, if applicable, must be affixed. The unit price(s), amount(s), delivery date(s), date of signature, warranty(s) and any other relevant information must be stated. The question concerning compliance with specifications must also be answered. 2. The Performance Reference Form located in the body of the general terms, conditions and instruction section must also be properly filled out. IF THESE TWO FORMS ARE NOT PROPERLY FILLED OUT, THE BID MAY BE REJECTED. The successful Bidder will be required to agree to and sign the Village of Wheeling contract and exhibits (certification under 720 ILCS 5/33E-11, Sexual Harassment Policy, Illinois Department of Revenue tax compliance certification, Contractor certification related to the Federal Highway Administration Rules on Controlled Substances and Alcohol Use and Testing, and payroll certification) that follow this page. These documents may be required to be completed at the time the Bid is submitted. ITB: Fire Hydrant Sandblasting and Painting Page 45 VILLAGE OF WHEELING Fire Hydrant Sandblasting and Painting CONTRACT DOCUMENT This agreement is made this day of , 2019 between and shall be binding upon the Village of Wheeling, an Illinois municipal Corporation hereinafter referred to as (the "Village") and hereinafter to as (the "Contractor") and its successors. Witnessed, that in consideration of the mutual promises of the parties delineated in the contract documents, the Contractor agrees to perform the services and the Village agrees to pay for the following services as set forth in the contract documents: sandblasting and painting of fire hydrants 1. This contract shall embrace and include all of the applicable contract documents listed below as if attached hereto or repeated herein: a. Specification and Contract Document for Fire, Hydrant Sandblasting and Painting, consisting of the following: i. Cover Sheet ii. Table of Contents iii. Invitation to Bid on Contract Document Legal Notice iv. Standard General Conditions of the Construction Contract, EJCDC C-700 2007 Edition (as modified) v. Specific Terms, Conditions and Instructions and Blue Prints vi. Bid Proposal Form vii. Plans and Specifications viii. All issued Addenda ix. Certificate of Eligibility to Enter into Public Contracts x. Required Performance and Payment Bonds xi. Required Insurance Certificates xii. All other Modifications issued after the execution of the Contract. A Modification is (1) a written amendment to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive or (4) a written order for a minor change in the work issued by the Engineer. b. The Contractor's Bid Proposal Dated 2. The Village agrees to pay, and the Contractor agrees to accept as full payment for the items, and installation of the same, which are the subject matter of this contract the total sum of S paid in accordance with the provisions of the Local Government Prompt Payment Act. ITB: Fire Hydrant Sandblasting and Painting Page 46 3. The Contractor represents and warrants that it will comply will all applicable Federal, State and local laws concerning prevailing wage rates and all Federal, State and local laws concerning equal employment opportunities. 4. The Contractor shall commence work under this Contract upon written Notice to Proceed from the Village and shall complete work on this project within ealetidaf days by October 31 from the date of the Notice to Proceed. Time is of the essence of this Contract and Contractor agrees to achieve completion within the contract time by all proper and appropriate means including working overtime without additional compensation. 5. Bonds required to guarantee performance and payment for labor and material for this work shall be in a form acceptable to the Village and shall provide that they shall not terminate on completion of the work, but shall be reduced to ten percent (10%) of the contract sum upon the date of final payment by the Village for a period of one (1) year to cover a warranty and maintenance period which Contractor agrees shall apply to all material and workmanship for one (1) year from the date of issuance of the final payment by the Village. 6. Pursuant to the provisions of Section 5 of the Mechanics' Lien Act of Illinois, prior to making any payment on this contract the Village demands that the Contractor furnish a written statement of the names of all parties furnishing labor and/or materials under this Contract and the amounts due or to become due on each. This statement must be made under oath or be verified by affidavit. Final payment -shall not be issued by the Village nor shall any retained percentage become due until releases and waivers of lien have been supplied as the Village designates. 7. In executing this Contract, Contractor agrees that it has examined the site of the work and the conditions existing therein, has examined the Contract Documents and taken and compared field measurements and conditions with those Documents. 8. This Contract represents the entire Agreement between the parties and may not be modified without the written approval of both parties. 9. Where the terms of this Contract conflict with the provisions of the Contract Documents, the Contract Documents shall be binding. IN WITNESS WHEREOF, the Village of Wheeling, Illinois by, Village President, and the Contractor have hereunto set their hands this day of 12019. If an individual or partnership, all individual names of each partner shall be signed or if a corporation, an officer duly authorized shall sign here: Accepted this _day of , 2019. Individual or Partnership Corporation Position/Title Print Company Name ITB: Fire Hydrant Sandblasting and Painting Page 47 THE VILLAGE OF WHEELING, ILLINOIS Accepted this day of 2019. Patrick Horcher Village President ITB: Fire Hydrant Sandblasting and Painting Page 48 M CON,71RACTOR P'AYME'NT BOND SURETY OWNER (nanieond oddre--u): CON57RUCTION CONTRACT Effective I of the Agreement:', Arnount, I 5:c r i pti o n (no nit o no' 6oco 6on): BOND Bond Murnber- Date rheC0Q5trUC60fl C0f1V0Cr): Amount: Moclifications to this Bond Forr-n,: 0 None El See Paragraph 18 SuretVaInd Contractor, intenclingto be legally bound hereby, subjectto the terrins setforth below, do each cause this Pavinent I to be duly executed bVan authorized officer, agent, or representative. CONTRACT'DIR AS PRIINC'II PAL. Contractor's Name anid Corporate Seal Bw Signature Print Name Title Attest:: Signature Title SURETY Surety's Name andCorporate Seal By:: Sig nature (attach powEr of attornEv) Print Name Title Attest:: Signature Title Notes; (1), PrDA6e supp'ternentat execution by any additional parties, such asjoint yeqtVrep, (2), Any singular refErEnCE M Contractor, Surety, Owner, or othErparty shaflbe,considrecd' pYuraf whereapplicable. c cI py I�:^ 11 t 2 0, 3 11i -: I t '0: r IS 'r 10 tYF 'adf 11) 1, c)(11 0 �, S '0: r I a 111: r f: r ev I �' 3, n' q� u k�3 r i c cI u n c I I ),:I if 1n : ; I r ic c r f: c)� r I' ; p:1 r I I'p: ITB: Fire Hydrant Sandblasting and Painting Page 49 I. The Contractor and Surety, jointly and severailly, bind themselves, their heirs, executors, administrators, successors, and assigns to the Oviner to pay for I abor, materials, and equipment furnished for use in the lo,erformairi of the Construction Contract, which is Incorporated herein byrEference,:subjeat.0thefollaviing to rms. Ifthe Contractor pro mpty makes p 2ym lentof 211 sumsdue tz Claimants, and defends, indemiri and h -olds harmlessthe Dvnerfrom :12iims, id-emands, liens, orsuits by any person or entity seeking payment for 12bar, materials, or equipment furnished for use in the performance ofthe Constru ction Contract, the rithe Surety and the Cont!raictor shall have no obligation under this Bond. If there is no Gwn-er Default under the Construction Contrai,;t:,theSuret.y':sobligationt.othe Owner underthis Bondshaill arise afterthe Gkoiner has promptly notified the Contractor and the Surety letthe address described in Paragraph 13,'B of claims, demands, liens, orsuits against; the &wner or the Dwri-ers property by any person or entity seeking paymentforliBib,or,materials, orequipment furnished for ase inthe performance ofthe Construction Contract, andtiendered defenseofsuch claims, demands Hans, orsuitsto the Contractor and thE Surety. 4. Whenthe Ovinerhassaitisfied the conditionsin Paragraph 3, the Suretyshaill promptly and at the Surety's ex:p,ense defend, indemnify, and hold h,airmlessthecyvineriaigiaiin:s;tiai duly tendered claim, demand, lien, or suit. 5. The Surety's obligations to a Claimant un-d-erthis Bon -d shall arise afterthe follo�win,g: 5.1 C�l aii m ari w h o d o mot have a, d I re ct contract with the Contractor, 5.1.1 have furnished a, written notice of non- payment to the Contractor, stating with substantial accuracythe amount claim -ed and the name of the party to whom the materials were, or equipment was, furnished or :supplied or for whom the abor was done or perform -ed, within ninety (90) days after having lest performed labor or laist furnish -ed materials or equipment in -luded in the Claim; and 5.1.2 hAyg sent a Claim to the Surety Iat the address described in Pairagraph 13',1. 5.2 Clail mar i are employed by or have ai direct contraic.twiththeContractor have sent eClaim to, the Surety latthe address described in Paragraph C3). G. Ifai notice ofrion-paymentrequired by Paragraph 5.1.2 is given bythe Nonert the,�,qq 13 issufficieritto :sati:sfyaC:IliBiimaint:':Eoblggi3t:iont.ofurni:shaivorit.t.ennckticeof non-payment under Pairagraph 5.1.1. 7.When aiC�liailmainthai:s:satCi:sfiedthEi:mnditionsofPairiai:graiph 5.1 or 5.2, whichever is applicable, the Surety shall promptlyand attheSurety's exp,ense take the following act I o ns: 7.1 Sand ai n amswee r to t he C I a I m ai nt, w It h ai c o p V to t: he &vp ne r, vi ith i n si xt:V days after race I pt of the Claim,statingth,e arno,untsthan are undisputed and t:he basis for challenging ainy amounts that are disputed; and 7.2 Pay or arrange for payment of any undisputed Elm 0 U nts. 7.3 The Surety's failure to discharge its obligations u n d a r P aregrap h 7. 1 o r 7.2:sh ail 11 not; ha deemed to constitute ai waiver of defenses the Surety or Contractor may have or acquire as to al Claim, except ars to undisputed announts for which the Surety and Claimainthave reached agreement. If, however, the Surety faills to discharge its obligations under Paragraph 7.1 or 7.2, the Surety shall indemnify the Claimaint for the reasonable attorney'sfetes thE Claimaint incurs the to rEcmver any surri found to be due and iawing to t�hE Claimaint. S. The Suretystatal otligationshaill not exceed the ani of this Bond, plus thte amount of reasi attorn,ey's fees pro;viderl under Paragraph 7.3, and the arrizurit oft:his Bond shall be credited for any payments maizie in goud faith by t:h,e Surety. Amounts o-wed bythe Gwri-ert.13 the Contractor under the Con:sttructionContrai,t::shailI be used for the performance ofthe Construction Contract and to satisfy claims, ifany, under any construction performance b-ond. By th a C o ri r fu rn ish i RZ and th a &w n a r accepting t!h is Bo n id, t!h a V aigre a t!h at ail I funds ds a arn ed b V th a C o ritracto r i n th a performance oftheConstruction Contract aire dedicated tosatisfyolbligatiori Contractor and Surety under thispond, subjecttothe Gwrier's priorityto use tha funds for the cc m p I et�i o n of th a v000 rk. 1-0. Th a Su retysh al I n ot b a I iab I a to the &vo n a r, Cl aii m ants, or ot:her:sfor obligations oftheContraictorthatare unrelated to the Construction Contraot:. The Divinershaill not be liable for the payment of any CoStS or expenses ofainy Claimaintunderthis Bond, and havieunder this Bond no obligation to maike payments to or EivE rictice an behailfofClaimairi or otherwise have any obligationsto C11 ai m ants u n d a r th Is Ro n d. 11. Th -a Su rety h a rab y vi ai ves n oti ce of ain y chain ge, I n c I u d I n E chain gas of'ti m a, to t:h a C o nistru ctio n C ontract or g'o're l2t&d subcontracts, purchi orders, aind ot:her obligations. t-fiva' 11:�ond : n 4'rne� 'o:iri��Curiicflolf Iriiri'EE� (CrinPrll'E' �Rrid Amew ri alfckilllriCr1em 1111 �Ehts o enre'd. 2 ITB: Fire Hydrant Sandblasting and Painting Page 50 22. No suitor actionshaii I be commen-ced by aClaimaintunder S. The totail amount due and unpaild to the this Bond otherthain ineic;ourt;ofcmmpetent;juri:sdhvjnin Claimant for labor, materials, or equipment thestate in which the project that isthe subject ofthe furnished ais ofthe date ofthe Clailm. Con:st,ructionContriaicti:slociate-d or afterthe expiration of one yeairfrom the dai on which the Clailmairi a 16.2 Claimiann An Individual or ent,ity having ai direct Clairritothe Surety pursuainttoPairagraph 5.2.2 or 5.2, or contract with the Contractor or with ai l2',ion whichthe lastlabor or service wasper-formed by submritractor of the Contrairtort.ofurnish lab -or, anyone orthe last materials or equipment werefurnished materials, or equipmentfor use in the performance byanyone under the Co ristruction Cori yah icheve - of ofthe Construction Contract. The term Claimaint ll)or 12,'Ifirst occurs. Ifthe provisions ofthis paregraph also includes any Individual or el that has aire said or prohibited by larvil the minimum period of rightfully asserted ai clairin under an applicable limitation a(vaillable to :sureties as ai defense in the mechiainic;':sl'enor:similair:st,atut,e againstthe real j u risid I cti o In of the suit sh aii I be ap p I i c ab I a. property upon which the Project is located. The Intent of this Bond shaill be to include without 23. Notice and Clailms to the Surety, the Giviner, or the limitation in the tai of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part ofthe water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt ofinoticeorCalms, howeveraconrinplished, rental equipment used in the Construction shailll be sufficient compliance as oft:he date received. Contract, architectural and engineering services required for performaince of the work of the 24. When this Bond has been furnished to comply with ai Contractor and the Contractors :subcmntrairt.or:s statutory or othe rl egail require me rit in the lorationwhere and all other iternsforwhih ai mechanic's lien may the construction wasto be performed, any provision in be aisserted in the jurisdiction where the lab -or, this Bond conflicting with said statutory or lai rin ate ri als, or eq u I p me rit we re fu rn ishe,d. requirement shall be deemed deleted hp,rp"M aind provisions conforming to such statutory or other lai 26.3 Coristruicti an, Coritraicu The agre e m e nt between require mentshail I be deemed incio irlocrated herein. When the Diviner and Contractor identifed on the cover im furnished, the intentisthatthis Bondshaill be construed page, including all Contract Doc:umsi and all acs ai statuto-ry b o In d and not as ai cc m m o In I arra b o n d. changes maide to the agree me int and the C o ntrart Documents. 15. Upon requests by ainy person or eri appearing to be ai potential loeneficiary of this Band, the Contractor Bind 16.4, Owner Default: Faillure ofthe Gkoiner, which has Dwriershaill promlodyfurnish acopy ofthis Bond orshailll not been remedied or waived, to pay the permit ai copy to be made. Contractor ki required under the Construction Contract or to perform and complete or comply 26. Definiti with the other material terni of the Construction Contract. 16.1 ClainI A written statement by the Clailmaint including ata minimum: 2. The name ofthe Clailmairi 2. The name ofthe person for wh-om the labor was done, or materials or equipment furnished,; 3. A copy ofthe agreement or purchase order pursuant to which laibor, matel or equipment was furnished for use in the performance ofthe Construction Contract', 4. A brief description ofthe labor, materials, or equipment furnished; 5. The date on which the Clailmaint last performed labor or lastfurnished materials or eq u I p me rit for use I n the pe rform ance of the Construction Contract,; I Thatotail annountearned by the Clailmaint for I ab o r, mate ri alis, or e q ui orn ant fu rnishad as of the date ofthe Clailm; 7. The totail annount of previous parVirrients received by the Claimant,; and 16.5 Contract Dmuimients:: All the documents that coni the agreement between the Diviner and Co ritracto r. 27. If this Bond is issued for an agreement between ai contractoraind :sub-:ontrairtor,thetermContrairtor In this Bond shell be deemadto beSubcontractor and the term Gwriershaill be deemed to be Contractor. 28. Mudificationsto this Bond afire aisfollows: ll::: KII t 8 a 1u , 11:)�R f [ :R r r k 115� 'o f i� d top,j,Ir::Iht 2013 fiab,cirial 4, r aei� kz f I ("clur III I alf ll::: r if lee Y if 1tonipgfile�l �affd lv in Scxcletv, cd: c l I s. i'dl1I ipspu ve(i, 3 ITB: Fire Hydrant Sandblasting and Painting Page 51 M CIDN71RAC711DIR OWNER (momeandaddress): CIDN571RUC71ON CONTRACT Effective Date of the A gr e e rne nt: Arniount: De sc ri l3ti o n (mo nieo md ¢°oco tion): F94 1.1—thliIg, l4rUM SURETY I Biond Njurnber: Date (nor,eorrfer fkon the EffectfIve Uoreof rkeAgreenienrof the COrUStrUC60#1 ICO;ntFOCr): Arnioant: M ad if i c aiti o n s to this I n d Irani: El Ie F-1 S,e e P air agr aip l"r 16 Suretyand Contraictor, intending to be I egailly bound l"iereby,.subject to the ter rnis set forth be I aw,. do each cause this Perforinaince I to be duly executed by ain authorized officer, agent,or representative. CONTRACTOR AS P'Rll NC11 PAL (sw Contractor's Name anid Corporate Seal By:: — Signature Print Name Title SuretVs Name anid Corporate Seal I'm Signature (attach power of attorney) Print Name Title Attest::: Attest:: Signature Signature Title Title (�w Notes., (1), Provide supplemental execution byany additional parties, such asidint "ptIgM, (2)jAny singular reference to Contract -or, Surety, Owne,r or other party shall bE considered plural where applicable. I : 4-61u" IIDsrfir)lM:1 'Ire ffinr fl! t Ei: v E �n'a 13 t 'cir a I 5�cicle t 'if, ,',If I), I, ',If e �: 5 k)r I, a I ll::: r q 1 r iem s , 4, ria i� r i t cl I ,-),If E r 11 r iem 4 t' r I ; Ri: r I le� r I'd '�.r I' iei� Ior I t 'if '�Idf t "( 11 ll::: r 1�:: 4 IIE e itis 1� lit 5 1� E 5e� "V E Ch I '�Idf 3 ITB: Fire Hydrant Sandblasting and Painting Page 52 1. The Contractor and Surety, jointly and severailly, bind th e ni I ves, th ei r h e I ris, ex e ic,uto ris, aid nn I n istrato ris, su ccesso irs, and assigns to the Gwrier for the performance of the Construction Contract, which is incorporated herein by reference. C. Ifthe Cont,rai,.t.orperformst,heC!on:s;trui.tion Coni the Suretry and the �Co,ntriBi,.I.,Dr:EhiBilllhiB(ve nz,albli under this Bo,nd, except when applicable to participate in a, oonferenze as provided in Paragraph B. B. Ifthere Is no Owner D,L-fault under the Construction ContraiU the Surety's obligation under this Band shailll ar[se after: 3.1 The Dwrierfirst provides notice tz0e Contract.or and t!he Suret:ythattlhs Owner is considering declaring aiContract.Mr Default. Such notice shall indi,c2i whether the Owner is requesting 2, oonferenoe annong the Owner, Cont�ratcarl and Suretyt.a disc,uss0e Contractors performance. Ifthe awner does not request: 2, conference, the Surety may, voit!hin five ls;l busIness days after receiptofthe Givoner's notice, re-questsuch ai rznferenrse. Ifthe Suretytimely requests a rninfereiri the &wnershall att,end. UnlsissthE Owner agrees otherwise, any onriferenoe requested under this Paragraph 3.1 shall be held within ten 120) business days of the Surety's receipt of the 'i notic.e. Ifthe Diviner, the Contractor, and the Surety agree, the Contract: -or shailll be allowed ai reasonable tine to perform the Construction Coni bUtsuchain egreemeni not waivethE Givinersiright,, if any, subsequenty to declare ai Contractor Dafsult�; 3.2 The Owner decl2irL-s2iC�ontrai-trOrDef-aiult'I terminates t,he Construction Contract and notifiesthe Surety; and 3.3 The Diviner hais agreed to pay the Bailairi of the Contraii-ft Price in aoconclaince wraith the terms of the Co nstruction C an tractt.o the Surety a rt.0 a co -retractor sele ted to perform ttie Construction Contract:. 4. Failure on the part of the Owner t.a comply with the not,ice re q u i re mant I n P airegraph 3. Ish al I not co ristitute a faii I u re to rz rin p I V w i0 s co n d itiz n p rL-sdentto th E Su rety's a In I igatio ns, a - re IE size the Surety from its obligations, except to the extent the Surety dennonstrates aic.tuail prejudice. S. When the Ovinerhaissatisfied the conditions oflPairaigreph 3,the Sursityshall promptly and 21 Surety's expense take One ofthe following actions: 5.2 Arrange for the Contraol.or, with the consent afthe Owner, t10 perform and coni the Construction Ccintraiot; 5. 2 U n d E rvaike t10 p erfo rm ain d co m 1pl ete th E �Co instru ot! 0 n Contra,ft itself, through itsegentsor independent contral�ors; 5.3 Obtain bids or negotiated proposals from qualified oantraic-toris aiczelptable to the Owner for a contract: for performance and completion of t!he Construction Contract; arrainge for ai contract to. be prepared for execut,ion by the &wnerand 2,contr2ic.ttor:selectedvaiththL-&oanersconcurrLnce, to be secured with performance and payment bonds executed by ai qualified :surety equivalent t.10 the bonds issued an the Construction Contract, and pay t'a the Owner the amount of damages as descri bed in Paragraph 7 inexressofthe Baianois of the Contract Price incurred by the Givoner as ai result of the Contractor Dafaulk; or 5.4 Waive its rightao perform and =ni arrange for czrinpletio,ri,ar,obtain 21 new contractor,, and with reasonable promptness u nd a - t�h E c I rcu ni ces: 5.4.1 After Investigation, determine the annount for which it may be liaible to the Owner and, as co -on as praicticaiblEafterthEaim-aunt ii:sdL-t,Ermiined,maike payment t'o the Owner; or 5.4.2 Dany lisibillity in whole or in part and notify the Owner, citing the reasi for deniaL S. Ifthe Surety doss nztproczeedl as provided in Paragraph 5 with re aso n aib I e prom ptness, t�h E Su rei all be d e em ed to be I n defau lIt an thus Bandse ve in days after rei pi of ain add It anal wrist: -en not oe from the Give n E - t10 the Su rely d Em ain di ng that the Su rely pe rfo rm its abliggatizinis under this Band, and the Owner shall be entAlled to, sinforce any remedy availableto the Owner. Ifthe Surety prooseds as provided in Paragraph 5A, and the Dwrierriefusesthe paymentorthe Surety1hascl-enied liability, inwh-olis or in part,voithnutfurther ratios the Ownershall be entitled to enforce any remedy available t'athe Givoner. 7. If the Su rEty e I ects to act u n de - P aragrap h 5.2, 5.2, or 5. 3, th-e n the respo,ri b R ities of the Su rety t.0 the Ovi ne r shall not be greater then t�h ose of th a Contractor u n d e - th a �!o nstru oti a n �!o ritraii-1,1 and the respz,ri b R ities of the aw ner t.10 the Surety shall not be greater th ain t,h ose of th e Ow, n e - u n d er th e C a nst,ru ctio n Coi Su bj e ct tm the rn m m itni by the 'i n e r to pay the Bail 2in c;e of t,h e Contract Price, the Surety is obligated, without duplication for: 7.1 the responsibiliflesofthe Contraii-torforcorrection of defective work and completJon ofthe Cnnsltruction Contract;; 7.2 additional legal, design professional, and delay [;Dsts resultingfrom th,e�Co,ntriBi,.Iar':&DefaiuIt; and resulting from the actions orfailure to aict ofthe Surety under Pairegraph 5; and 7.3 liquidat,Ld dam -ages,, or if no liquidated daini aire specified in the Construc.tionContraot, act,uaI dernages caused by delayed pErfarri or non-performainoe of the Contractor. S. Ifthe Surety elLotsta aot under Paregraph 5.1, 5.3, or 5.4�, the Surety's I I aib I I ity Is I i m ite d to t:h e .amount of th is Bn n d. 9. The Surety shall not be liable t10 the Owner or others for obligati ons ofthe ContTain.arthat aire u n rel ated to the Canstru,nizin Contract,, nindthe Balanoe ofthsContract Priceshaill not be recluoed orsetaffan ao.c.ount ofainysuch unrelated obligai No right of actionshalll accrue on this Mnd to any person Or entity other than the Gwiner or Its heirs, executors, administrators, successors, and assigns. 11:x1l:"c 610, 11:ieirif"111 :kDfild c'opiqil�!„Iv i 2r,113 ('orapini,e�, ITB: Fire Hydrant Sandblasting and Painting Page 53 I -D. The Surety hereby waives notice of any change, including changes of time, to the Co,instructicin Contract or tom related subcontracts, purchase orders, and other o,bligatizns. 22. Any pro-ceeding, legaiI or equitable, under this Bond may be instft�ut.eclin any court of compet.entjurisdiction in t,he location in which the viorkorpairtoft,heviurki:slocat.ed aind shell be instit,ut.ed within t:wn years2i 2, declaration of' Contractcr Default or within t,wD Vearsafterthe Contractor ceased wurking or within t.,wn years afterthe Surety refuses or favi lst.0 loerfzrm its ,ob I igatio,ns under this Bond, w h icheve r,oczu r:s fi rist. If the p ro;visizns of th is p ar2igrap h aire void or prohibited by larvil the minimum periods of limitations availableto sureties asaidefense irithe jurisdiction ofthesuitshall be applicable. 22. kotice to the Surety, the Owner, or the Contractorshaill be maiIled ordeliverecItz the add rens showrion the Paige on which their signature appears. 23. 11 this Bond has been furnished t.a comply with astatut.ory orcitherlee gaol req uirementinthelocatbnviheret:hec,onsttructbnvrds t'D be performed, any pro;visicin in this Bond conflicting with said statutory or Ilegail requiremeftshaill be deemed deleted hgEgfrpiMand prov:suon:sconformingt.o:such:st.atutmry or other legail requirement shall be deemed immirpor-ated herein. When:m furnished, the intent isthai Bondshaifl be construed as astaitutmiry bond and not as 21 common law bond. 24. Definitions 14.1 Bahaince of the Contract Price: The total amount payable by the Divine rt.o the Contractor under the C a ristruction Contract after ai I I proper adjustments have been made including ail I owwince for the ContractnirParr any amou hits received ortobe re,ceiv,e,dbyt,h,eOwn,erin:setttllementofin:suriBince,o,roth,erLia . ms for dernegest.13 which t,he Contractor is erifted, reduced bV2111 valid and proper payments ni to or on behalfof the Co,ntract.cr underthe Construction Contract. 24.2 Constru-nionContract: The agreement bet -ween the DvineriBin-dCant,rai-.I.Dridentifedont,heco;verpeige,in-dudingaillI Cont�riBic.t�D,o,:unient:saind chaingesmaide to the agreementaind the Contract Documents. 24.3 ContractorDefault: Failure ofthe Contrsictcar, which has not; been remediedorwaiewe d, to perform or otherwise t.0 comply with ai ni term ofthe Construction Contract:. 24.4 GivinerDsifault: Failure ofthe Diviner, which has not been remedied or waived, t.13 pay the Cant,raictcir as required underthe Construction Coni orto per -fon -n and complete or cmirriply wit,h the other ni terms of t,he Construction Contract:. 241.5 Co,ritractDocuments: Allthe documentsthatco,mprise th-e aigreement betvi�aien the Owner and Contractor. 25. IfthisBond isissuedforain egreem ant betw-ea n ai contractor and subcontractlor, thetlerm Contractor in t:his Bond sheIll be deemed t10 be Subcontractor and the term Owner shell be deemed to be Contractor. 26. %Andific2tionsto tNs Bond are 2isfollows: ITB: Fire Hydrant Sandblasting and Painting Page 54 EXHIBIT "A" CERTIFICATION UNDER 720 ILCS 5/33E-11 I, (name), certify that I am employed as the (title) of (company), a Bidder for the contract for the Work described in the Bid to which this certificate is attached, I hereby certify that I am authorized to make this certificate and that I have personal knowledge of the matters certified to herein, and that the company named above is not barred from contracting with any unit of state or local government as a result of a violation of either Section 33E-3 or 33E-4 of Article 33E of the Illinois Criminal Code of 1961. Company Name By: Name (Print) Title Signature SUBSCRIBED AND SWORN to before me this day , 2019. Notary Public ITB: Fire Hydrant Sandblasting and Painting Page 55 EXHIBIT `B" CONTRACTOR'S CERTIFICATION: Illinois Department of Revenue - Tax Compliance , having submitted a bid/proposal for Fire Hydrant Sandblasting and Painting, to the Village of Wheeling, hereby certifies that said contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue, or if it is: 1. it is contesting its liability for the tax or the amount of tax in accordance with procedures established by the appropriate Revenue Act; or 2. it has entered into an agreement with the Department of Revenue for payment of all taxes due and is currently in compliance with that agreement. LOW SUBSCRIBED AND SWORN to before Authorized Agent of Contractor me this day , 2019. Notary Public ITB: Fire Hydrant Sandblasting and Painting Page 56 EXHIBIT "C" CONTRACTOR'S CERTIFICATION: Sexual Harassment Policy , having submitted a bid/proposal for Fire Hydrant Sandblasting and Painting, to the Village of Wheeling, hereby certifies that this contract shall be performed in compliance with all requirements of the Illinois Human Rights Act, 775 ILCS 5/1-101 et sec., and that the Contractor and any of its subcontractors shall not engage in any prohibited form of discrimination in employment as defined by the Act. The Contractor further certifies that it and any of its subcontractors shall maintain a policy of equal employment opportunity consistent with the requirements of the Act. The Contractor further certifies that said contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A) (4). A copy of these policies shall be provided to the Village or Engineer on request. By: Authorized Agent of Contractor SUBSCRIBED AND SWORN to before me this day , 2019. Notary Public ITB: Fire Hydrant Sandblasting and Painting Page 57 EXHIBIT "D" CERTIFICATION OF CONTRACTOR c174E FHA Rules, 49 CFR 382 hereby certifies that it is in full compliance with the Company Name Federal Highway Administration Rules on Controlled Substances and Alcohol Use and Testing, 49 CFR 382 et.seq., and that (Name of employee/driver or "all employee drivers") is/are currently participating in a drug and alcohol testing program pursuant to the aforementioned rules. Company Name Name/Authorized Agent of Contractor Its: SUBSCRIBED AND SWORN to before me this day , 2019. Notary Public ITB: Fire Hydrant Sandblasting and Painting Page 58 EXHIBIT "E" PAYROLL CERTIFICATION UNDER 820 ILCS 130/5 I, (name), certify under oath that I am employed as the (title) of (company), a contractor or subcontractor that has performed work on the Fire Hydrant Sandblasting and Painting (name of project) for the Village of Wheeling for the relevant periods set forth in the attached records kept and maintained in conformance with the requirements of Section 5 of the Prevailing Wage Act (820 ILCS 130/5). I hereby certify that I am authorized to make this certificate and that I have personal knowledge of the matters certified to herein, and that the attached payroll records are: (1) true and accurate; (2) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act (820 ILCS 130/0.01 et seq.); and (3) that I am aware that filing a certified payroll that I know to be false is a Class B misdemeanor. Company Name By: Name (Print) Title Signature SUBSCRIBED AND SWORN to before me this day , 2019. Notary Public ITB: Fire Hydrant Sandblasting and Painting Page 59 0 C) O1 M N bA C C CL C ro n4 c m L a C (6 C r6 T x 2 LL W ih V? I 1 N V>• 1 V> -1 t4 1 V> 13 V? 1A T4 iA4 V} VF V} 1A V? V1 V? r1 to V? V} ih V? V} VF 0 V► VF V► V► Co O O Ln O O Ln O O u1 O O Ln O O u1 O O Ln O O Ln O O Ln d4 O W lD O W lD O OO tD O OO tD O OR lD O OO lD O OJ lD O W lD m -1 V m c -i t m c -i V m 11 V m .—i V m ri V m rl V m"� y m 0 0 m 0 0 m 0 0 m 0 0 m 0 0 m 0 0 m 0 0 m 0 0 V V? r1 IH V?" cl V} cl " V? " cl V} -1 IH V? IH cl 1^ ci " V} rI 1-1 .� •i V} V tlT V} V} V} V} V} V} V} U} V} V} V} V} V} a a Y y, V � C7 G 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O U.0 O O O O O O O O O O O O O O O O C O O O O O O O O O O O O O O O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 14 ci 1, m 0 0 0 0 ll) Ill O O N N n m r -i N N S lD N�D -Zt N N n m r-1 00 w 1.0-Zt a O V m N to N N n N M y X N Vl VT Vl kp Ill L(1 Vl O MM CO N VT V} VT O M M M LDO O O O MM M n N N N O W Vf N t!�- V? V�- N V? V)- to i? N V} V} V} 14 V} V)- t4 ( q V? V). t/} -Ln V} V} V} 3 VF t/? VF to Y O O O 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O a y O O O 0 0 0 O O O 0 0 0 0 0 0 O O O O O O 0 0 0 .L 00 m rI 00 m .-1 m r1 M I0 m r1 00 m rI 00 m r1 m r1 M 10 m r1 s a 0000 m oo co m00 m m 00 00 m 00 00 m00 00 m00 m m oo Lr m o. Vl in Vn n in to Vl in in r ito in in in in in iin in io in to n tin in — Y Q c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Y o 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m m 00 0 1n o 0 I'D lD lD 1 -4c -I N V N N N N M M C (6 cr c c c c c c c c c c c c c c c c c c c c c c c c O T T T T T T T T T T T T >• T T T T T T T T T >• T N N N O1 N N N N N N N N N OJ N OJ N OJ N N U/ N U1 OJ bD to bD bA QD w QD w bD b0 w w on bD QD bD bD to bD bD bD bD bA w C C C C C C c C c C C c C c C C C C C C C C C C Y D_ d D_ d d d D_ d D_ d D_ d d d D_ d D_ d D_ d d d d d .0 C C C C C C C C C C C C C C C C C C C C C C C C N !D (0 !Q (6 (b (6 (b (6 (b (b (b (b (b (6 (b (b (b (b (6 (b (6 (b (b (6 GJ bD to bD bD bD w to w to W W bio w b.0 bD b0 to w b0 UD b0 W bD w Q C C C C C C C C C C C C C C C C C C C C C C C C VI Vf VI VI VI IA VI Vf VI Vf VI VI N VI VI Vf VI VI (A VI VI VI N Vf al Y a C C C C C c c C C C C C C C C C C C C C c C C C (b (b (b (a (b (b (a (b m (a cb (b (b (b (a (b m (a (D (a (b (b (b (b V7 Vl L' to N Vl In Vl (n Vl (n V7 In (n n In V7 (n V7 (n V7 l!) (n ci N m ri N M ci N m ci N m ci N m ci N m ci N m ci N m i (D (b (D (b (b (b (D (b (D (b (D (b (b (b (b (b (b (b (b (b (b (b (b (b N N N O! N N N D) N N N N N N N OJ N N N N N N U1 N >- >-} } } } } } } } } } } } } } } } } } } } } } d O U c -I N m � vl l0 1, com O c -I N m 1 1n lD n W m 0 ci Nm C c -I c -I c -I c -I c -I c -I c -I c -I c -I c -I N N N N N d Y GJ Y I -i N m ul lD h al m O 0 c -I c -I c -I rl c -I c -I 1-1 c -I 1-1 a—I N N N N N C J u a 3 n Y O Li0 O N y 3 m Y a Q N a Y c c c `o aNi m LL O l7 C7 L (U Z Z — m y O O = O O O y� 0) N w w d GJ Gl w to bA O O to bD OD O (a (c T m (c m > 0 0 n o o n o o un 0 �D v 0 oa lD 0 00 QD 0 oo lD 0 U� -! C71 -1 v c f 1-1 V 4i c -i lzt O O c l Ol O O (n O O Q) O O N N N t/? ci -1 ci c l O O O O O O O O O O O O O O O O O O O O O O O O O O O O O bn O V) O O O O O O 00 N lD N m V 0 m m �D M O O O O �D m ci W m 00 r, a -i ci � N a Zt 00 N lA m —4 V N 00 00 t iR to -Ln i/} ri M r- r- 00 O 41 O O M M M V1 M Ln -i rl -1 M tl N N -q -1 ci N O N t/? v4 t/} th t� t/T -L4 u? to in- co An O O O O O O O O O O O O O O O O O O O O O O V7 O r- rn ci m ri m r, rn ri Ln in w W W D1 W dl Dl W W D1 ci ci ci IA to to t/) t/? V) to in tn- tn- to to LD ON O O O -4 cN-I 1-1 LLn Ln N N N -4 N 11 N 11 N C C C C C C C C C C C C U -O T T T T T T T T T T T T 2 2 2 2 2 2 2 2 2 2 2 2 N N N N N N www NN N D_ d D_ ao bA bA 0A w 0A bA 0A ao O O O c c c c c c c c c V V U Y C Y C Y C Y C Y C C Y C Y C Y C Y C C Y C '( 'r 'm 'm ( 'r 'D 'FU '�5 N U1 N D_ O_ D_ D_ D_ D_ D_ D_ D_ N N m m m m m m m m m uo 00 w 0A w 0D w W w O_ O_ O_ C C C C C C C C C m m m m m m m m m c c s c ra c co c m M m c T T T N V) V) N N V7 ut N N 2 2 2 c -I N n'1 c -I N N ro c -I N m m ai m m m m I m m m co m m UJ N N OJ N N N N N N } >-} } } } } } } } } } V1 lD I, 00 m O ci N m ZT V1 lD N N N N N M M M M M M M V) ID N N N N N M m m m M M M O O V m C O Q hh C 'a 7 v X W N ho + C � C � m V a � ho N Y m V _ d Q c o L O m U ++ O O O C M O "a m > a in