Loading...
HomeMy WebLinkAbout8.1 Motion to accept bid for construction of Randview Highlands Phase II Streetlighting Project7/2/2019 BoardDocs® Pro Agenda Item Details Meeting Jul 02, 2019 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.1 Motion to accept bid for construction of Randview Highlands Phase II Streetlighting Project in an amount not to exceed $148,430.00. Access Public Type Action Preferred Date Jul 02, 2019 Absolute Date Jul 02, 2019 Fiscal Impact Yes Dollar Amount 148,430.00 Budgeted Yes Budget Source Capital Improvement Fund Recommended Action The Village Board accept the low bid from Utility Dynamics Corporation of Oswego, IL to provide construction services for the Randview Highlands Phase II Street Lighting Project for a not to exceed amount of $148,430.00. Public Content Information A key component of the Mount Prospect Strategic Plan is to improve the Village's residential street light system. The Randview Highlands neighborhood is located immediately south of Kensington Road and west of Main Street (IL Route 83). The area includes Prospect High School and Fairview Elementary School. The block between Highland Street and Kensington Road is twice as long (1320') as a typical block limiting light in the neighborhood. Street light improvements this year are targeted for four streets between Highland Street and Kensington Road to provide improved nighttime visibility and safety in the neighborhood. The project limits include Elmhurst Avenue, Russel Street, Pine Street, and Wille Street. The Village recently completed a project (Phase I) that included street lights along the four streets west of the current project. A map depicting the project area is attached. The engineering firm Hampton Lenzini and Renwick, Inc. is currently under contract for this project. They provided the engineering design services. Their contract also includes inspection services during construction. At this time, Village staff is seeking to enter into a construction contract. Work is expected to begin in August and be completed before the end of the year. Funds for this project have been allocated in the 2019 Village Budget. The Village opened bids on June 24, 2019. A notice was published on DemandStar via the Village website and Village staff contacted local electrical contractors. A copy of the bid document is enclosed. Five (5) contractors viewed the bidding documents with two (2) contractors submitting a bid. The three (3) other contractors indicated their schedules were currently too busy or unforeseen circumstances prevented them from submitting a bid. Utility Dynamics Corporation of Oswego, IL was the low bidder with a bid of $134,937.00. The compiled bid results are noted in Table 1 below: https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 1/3 7/2/2019 Table 1 - Bid Results BoardDocs® Pro Bidder Bid Utility t LLLt.........P......n.a..l.0 S...0 o.r.....oration ........................................................................................................................................................................1.3.4....9.3.7..0.0............................. Thorne Electric, Inc. $155,402.09 Engineer's Estimate of Cost $149,460.00 The bidders submitted a bid bond in the amount of 10% of their total bid as required by the contract documents. The bids were checked for accuracy. There were no errors. The bidders submitted all required documents and correctly signed their bid and bid bond. Discussion The lowest cost, responsive bid was submitted by Utility Dynamics Corporation of Oswego, Illinois (Utility Dynamics). A copy of the firm's bid submittal is attached. A primary business focus of Utility Dynamics is street light installation. Their clients include municipalities and private companies. They have successfully completed several street lighting projects in the Village of Mount Prospect including the Willow -Cypress and Central Road lighting projects in 2018. They meet the eligibility requirements of the Illinois Department of Transportation (IDOT) to perform street light work pursuant to the contract documents. This proposed contract award is for streetlight construction and installation work only. The luminaires and poles have already been procured via separate material bids awarded by the Village Board earlier this year. The scope of work will include installation of electrical wiring and equipment, construction of street light pole bases, pole erection, and installation of luminaires. The luminaires are 3,000 degrees Kelvin color temperature, "cobra" style lamps wired to discharge at approximately 8,300 lumens. This is the lowest output for this type of street light. To prevent spillover to adjacent residences, front shields will be installed on all lights. The poles are 15 -foot high spun aluminum with mast arms installed at street intersections and 300 -foot mid -block intervals. The attached photograph depicts a typical installation. It is recommended that a 10% contingency be included in the project award to allow for quantity variances and unanticipated conflicts. For this project, a 10% contingency added to the lowest bid would result in a total contract award of $148,430.00. (Base Bid: $134,937.00 + Contingency: $13,493.00 = Total Recommended Award: $148,430.00) Alternatives 1. Accept the lowest cost, responsive bid for construction of the Randview Highlands Phase II Street Lighting Project. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the low bid from Utility Dynamics Corporation of Oswego, IL to provide construction services for the Randview Highlands Phase II Street Lighting Project for a not to exceed amount of $148,430.00. R R 1 is.0 . Z ^ !i Randview Highlands Phase II Street Lighting Project Specifications 5-31-2019_.pdf (608 KB) PHOTO OF RANDVIEW HIGHLANDS SAMPLE STREETLIGHT (003).jpg (2,028 KB) https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 2/3 7/2/2019 Administrative Content Executive Content BoardDocs® Pro https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login# 3/3 MML Mount Prospect Bid Request For Randview Highlands Phase II Street Lighting Project BID OPENING: June 24, 2019 — 1:00 P.M. Local Time 50 S. Emerson Street, Mount Prospect, Illinois 60056 Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 1 NOTICE TO BIDDERS Bid for Randview Highlands Phase II Street Lighting Project Sealed bids will be received until 1:00 p.m. on Monday, June 24, 2019 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope, please submit bid clearly marked: "Sealed Bid for Randview Highlands Phase II Street Lighting Project" The project consists of installing new street lights, conduits, and cables, on Elmhurst Avenue, Russel Street, Pine Street, and Wille Street from Kensington Road to Highland Street in the Village of Mount Prospect, Illinois. Plans and specifications may be obtained at the Village of Mount Prospect's Onvia DemandStar website by using the following link: www.mountr)rosr)ect.org/bids. Questions regarding this project should be directed to Randal Newkirk of Hampton, Lenzini and Renwick, Inc., 847-697-6700. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities, technicalities, and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael J. Cassady 2 TABLE OF CONTENTS 3 Page Notice to Bidders 2 Table of Contents: 3 Instructions to Bidders 5 General Conditions 11 Specifications/Special Provisions 33 CCDD Information 35 Contract Pay Items 36 Bid Form 45 Affidavit— Bid Certification Form 48 Bid Security 50 Bid Sheet 51 Contract 52 Labor and Material Payment Bond 57 Performance Bond 60 Electrical Inspection Forms 62 3 Supporting Documents • Randview Highlands Phase II Street Lighting Project — plan set INSTRUCTIONS TO BIDDERS 1. Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on Monday, June 24, 2019. Envelopes shall be plainly marked, "Sealed Bid for Randview Highlands Phase II Street Lighting Project" and with the following information: company's name, address, date and time of opening. Bids must be signed by an authorized official of the organization submitting the bid with the name of the official and his/her title typed below the signature. 2. Pre -Bid Conference. There will be no pre-bid conference for this project. 3. Bid Deposit; Surety. A bid deposit in the amount of ten percent (10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package. The deposit must be in the form of a bid bond, certified check, or a bank cashier's check. All bid performance deposit checks will be retained by the Village until the bid award is made, at which time the checks will be promptly returned to the unsuccessful bidders. The bid performance deposit check of the successful bidder will be retained until surety bonding requirements have been satisfied and proof of insurance coverage is provided. 4. Alternate Multiple Bids/Specifications. The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder from bidding because of minor deviations, alternates or changes. Bidders desiring to bid on services which deviate from these Specifications, but which they believe are equivalent, are requested to submit alternate bids. However, alternate bids must be clearly indicated as such, and deviations from the applicable Specifications should be plainly noted. The bid must be accompanied by complete Specifications for the services offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. There is to be only one bid per envelope. The Village shall be the sole and final judge unequivocally as to whether any substitute is of equivalent or better quality. This decision is final and will not be subject to recourse by any person, firm or corporation. If the bidder wishes to qualify its bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letterhead size sheets of paper, all attached to the bid form. 5. Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. 5 6. Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 7. Late Bids. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8. Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 9. Error In Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation. 10. Withdrawal Of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel its bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 11. Bidders Qualifications. All bidders must submit the following information on or before the time at which the bid is required to be submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 12. References; Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Village personnel to supply all information necessary to complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13. Consideration Of Bid And Contract. No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or had failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 14. Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit a site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the successful bidder for failure to inform or familiarize itself prior to bidding. 15. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 16. Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 17. Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. C. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 7 d. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. e. The quality of performance of previous contracts of services. f. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. g. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. h. The quality, availability, and adaptability of the supplies or contractual service to the particular use required. i. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. j. The number and scope of conditions attached to the bid. k. Whether the bidder has a place of business in the Village. I. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 18. Award Or Rejection. The Village, at its sole discretion, reserves the right to reject any and all bids or parts thereof, to waive any irregularities, technicalities and informalities, and to award a bid in the best interests of the Village. Any bid submitted will be binding for ninety (90) calendar days after the date of the bid opening. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Specifications. 19. Other Requirements. a. New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material, Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. C. Data; Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20. Requirement Of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 21. Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended, Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, under oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. 22. Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to Village Engineer Jeffrey Wulbecker, P.E., no later than five (5) calendar days prior to the date set for the opening of the bid. Any questions received after that time may be answered at the discretion of the Village. In the event that the Village finds a question to be adequately addressed in the existing bidding documents, the question may be answered in writing by directing the requesting bidder to the applicable provision(s) in the existing bid documents. No further clarifications or interpretations will be issued. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. Questions about this Request for Bids should be directed to: Randal Newkirk Hampton, Lenzini and Renwick, Inc. 380 Shepard Drive Elgin, IL 60123 Phone: 847-697-6700 Email: rnewkirk@hlreng.com End of Instructions to Bidders. 10 GENERAL CONDITIONS 1. DEFINITION OF TERMS In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris. The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of credit. The term "Contractor," as successful bidder, shall mean the individual, firm or corporation who shall have entered into an agreement or contract to furnish all necessary labor, equipment, tools and materials for the performance of the work under its bid and the Bid Documents. The phrase "Director of Public Works" shall mean the Director of Public Works representing the Village of Mount Prospect. The term "EPR" shall mean the Village's Engineering Project Representative. The phrase "Final Performance Date" shall mean the date that Substantial Performance and the punchlist items must be completed. 11 The term "Inspector" shall mean the authorized representative of the Director of Public Works assigned to make detailed inspection of any or all portions of the work or materials therefore. The phrase "Notice of Award" shall mean the written notice of award of the contract given by the Village to the successful bidder. The phrase "Notice to Bidders" shall mean the official notice included in the bid inviting bids for the proposed improvements. The phrase "Notice to Proceed" shall mean the official notice to the contractor that will start the performance period. The phrase "Performance Period" shall mean the time allotted for contractor to perform the contract from start to Substantial Performance. The term "Owner" shall mean the Village of Mount Prospect. The phrases "Performance Bond" and "Labor and Material Payment Bond" and "Letter of Credit" shall mean the approved form of security furnished by the contractor and its financial institution as a guarantee that it will execute the work and pay all material providers and subcontractors. The terms "Plans" or "Contract Drawings" shall mean all official drawings or reproductions of drawings pertaining to the work provided in the contract. The phrase "Project Schedule" shall mean the critical path schedule submitted by Contractor to the Village, which includes targeted dates of completion through the Substantial Completion Date. The term "Punchlist" shall mean a list of items to be completed after Substantial Performance. The phrase "Special Provisions" shall mean any special directions and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract which are not covered in the STANDARD SPECIFICATIONS. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. Additionally, the term specifications will refer to standard practices as outlined in the Illinois Department of Transportation's "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS 12 FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" prepared by the ISPE, CECT, et al, latest revision. The term "Subcontractor" shall mean any individual, firm or corporation other than the contractor supplying labor, equipment, tools and materials for use in the work of the contract. The phrase "Substantial Performance" shall mean the date that the entire Project can be used for the purposes for which it was intended, i.e., only punchlist items remain. The phrase "Substantial Performance Date" shall mean the date that substantial performance must be completed. The term "Village" shall mean the Village of Mount Prospect, Illinois. The terms "Village Manager" or "Manager" shall mean the Village Manager of the Village of Mount Prospect, Illinois or his duly appointed representative. The terms "Work" and "Project" are used interchangeably and shall mean the improvement advertised for letting, described in the bid form, indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials and incidentals necessary for the satisfactory completion of the project. 2. AWARD OF CONTRACT; PERFORMANCE; PAYMENT. 2.1. AWARD OF CONTRACT. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) days of delivery of the Notice of Award, by personal service or registered or certified U.S. mail, posted prepaid and receipt requested, Contractor shall execute the Contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. 2.2. NOTICE TO PROCEED. Upon the Village's receipt of the executed Contract, required bonds and certificate of insurance, the Village will issue and send to Contractor a Notice to Proceed, which will start the performance period. 2.3. SUBSTANTIAL PERFORMANCE; FINAL COMPLETION. 2.3.1. The Contract shall be substantially performed within sixty calendar (60) days after the Notice to Proceed is effective (the Substantial Performance Date"). Substantial Performance is when the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. 2.3.2. Final completion shall be within ten calendar (10) days after the Substantial Performance Date (the "Final Performance Date"). 13 2.4. PROJECT SCHEDULE. Within ten (10) days after the Contractor executes the Contract, Contractor shall submit to Village a Project Schedule to include targeted dates of completion of all construction and other requirements of the Contractor through the Substantial Completion Date. Contractor shall monitor schedule progress and provide monthly updates and revisions of the Project Schedule, as needed to Village. 2.5. LIQUIDATED DAMAGES FOR INEXCUSABLE DELAY. 2.5.1. Time is of the essence. The Contractor agrees that all work included in connection with this project must be completed by the Final Performance Date, or sooner, after receipt of Notice To Proceed. It is hereby acknowledged and agreed by both parties that the damages to the Village are not readily ascertainable, but that the failure to timely complete this Work will materially and significantly damage the safety and well-being of the Village, its staff and the public, and that therefore a sum of $1,000.00 per day is a fair and reasonable damage estimate to compensate the Village for any such delay. If the Contractor fails to fully complete the Work in that time, then and in this event, the Contractor further expressly agrees that, for each day this Work and this contract shall remain uncompleted after that date, the Village may deduct the sum of $1,000.00 per day after the Final Performance Date, from the contract price as payment to the Village, by the Contractor of the liquidated damages sustained by reason of failure of the Contractor to complete the Project on or before the time aforesaid. 2.5.2. Provided, however, that if the completion of this contract is delayed by the Village, by general strikes, acts of God, or casualty beyond the control of the Contractor, then and in such event, the time of completion of this contract shall be extended for such additional time as shall be caused by such delay. 2.5.3. Provided, always, however, that the Contractor shall, at the time of such delay, if any, demand of the Village, in writing, such additional time within which to complete the performance of the Contract. The Contractor will be required to notify the Village within three (3) days of such delay, stating the reason for same. If the Contractor does not notify the Village in writing, within three (3) days of the delay, no request for extension of time will be approved. 2.6. MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Village according to United States standard measures. 2.7. PAYMENT. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. 2.8. PAYMENT FOR ITEMS OMITTED WHEN PARTIALLY COMPLETED. Should the Village cancel or alter any portion of the contract which results in the elimination or non -completion of any portions of the work partially completed, 14 the Contractor will be allowed a fair and equitable amount covering all items of work incurred prior to the date of cancellation, alteration, or suspension of such work. A written change order may apply. 2.9. PARTIAL PAYMENT. When requested, the Contractor will make an approximate estimate, in writing, of the materials in place completed, the amount of work performed, and the value thereof, at the contract unit prices. From the amount so determined, there shall be deducted ten percent (10%) to be retained until after completion of the entire Work to the Village for payment, except that no amount less than $500 will be so certified unless the total amount of the contract is less than $500. In addition, an estimate may, at the discretion of the Village and upon presentation of receipted invoices and freight bills, be made for payment of the value of acceptable materials delivered on the Work or in acceptable storage places and not used at the time of such estimate. Ten percent (10%) shall be retained from the value of such materials until final payment. Such materials, when so paid for by the Village, shall become the property of the Village, and in the event of default by the Village, shall become the property of the Village, and in the event of default by the Contractor, the Village may use or cause to be used such materials in the construction of the work provided for in the contract. The amount thus paid by the Village shall be deducted from estimates due the Contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provisions of the contract. Partial payment will only be granted if in the opinion of the Village sufficient labor and materials have been expended to warrant it. If partial payments are requested, the Contractor shall submit with each payment request a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and for every party listed a full or partial waiver of lien, as appropriate. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit Contractor's Affidavits and partial waivers of lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. 2.10. ACCEPTANCE AND FINAL PAYMENT. Whenever the Work shall have been completely performed on the part of the Contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the Contractor as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less 15 any sums that have been deducted or retained under the provisions of the contract, will be paid to the Contractor as soon as practicable after the final acceptance, provided the Contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance bond prior to Final Payment and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the Contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the Contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Work or for any act or neglect on the part of the Village relating to or connected with the Work. 2.11. PUNCH LIST. The Contractor shall notify the Village when it believes substantial performance of the entire Project has been achieved. The Village, and/or any independent consultant engaged by the Village, shall then inspect the Project site with the Contractor, and prepare and deliver to the Contractor within five (5) days thereafter, a written Punch list indicating items of construction which are not in material conformity with the Contract Documents. The Punch list items shall be completed by the Final Performance Date. Pending completion of Punch list items, the Village may withhold from amounts due to the Contractor an amount equal to but not greater than one and one-half (1'/2) times the estimated cost to complete Punch list items. 2.12. FINAL POLICING OF THE SITES. Before the completed work will be ready for the Village's final inspection, the Contractor shall have removed from the project sites all surplus equipment, machinery, materials, debris, barricades, and signs. The Contractor shall leave said project sites in the best possible condition to the complete satisfaction of the Village. 2.13. FINAL INSPECTION. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the Contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time of such inspection, the Village shall inform the Contractor as to the particular defects to be remedied before final acceptance can be made. 16 2.14. ALTERATIONS, CANCELLATIONS, EXTENSIONS AND DEDUCTIONS. The Village reserves the right to alter the plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A written change order may apply. All Work shall be done under the supervision of the Village's Director of Public Works, or a designated representative who shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between contractors under the specifications. 2.15. CHANGE ORDERS. The Village may from time to time require changes in the Work. Such changes shall comply with Section 33-E9 of the Criminal Code, 720 ILCS 5/33E-9. 2.16. RIGHT OF THE VILLAGE TO TERMINATE THE CONTRACT. 2.16.1. If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. 2.16.2. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. 17 2.16.3. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 3. PERFORMANCE OF THE WORK. 3.1. ACCIDENT PREVENTION. The Contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous, in the opinion of the Director of Public Works or his authorized representative, shall be immediately discontinued by the Contractor upon its receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. 3.2. BARRICADES AND WARNING SIGNS AND LIGHTS. The Contractor shall erect substantial lighted barricades to protect its work at all points deemed necessary by the Director of Public Works; said Contractor shall place at such points the necessary warning signs, amber lights, caution tape, and other suitable devices to protect its work properly and to provide for the convenience and safety of the public at all times. The Contractor shall maintain such barricades, signs, lights and protective devices until the need for them, in the judgment of the Public Works Director or an authorized representative, has passed. Contractor shall provide warning signs and barricades to safely mark any hazards or detours caused by the work. All such warning signs and barricades for work in, or affecting Village of Mount Prospect streets, access roads, and state highways shall meet all applicable requirements as stipulated in the latest edition of the Manual on Uniform Traffic Control Devices published by the U.S. Department of Transportation. All costs for barricades, signs including all labor and other associated materials shall be incidental to the fixed unit price bid for the specific repair or pay item. 3.3. COOPERATION WITH UTILITIES. It is understood and agreed that the Contractor has considered in its bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by it due to any interference from the said utility appurtenances either by the utility company or by it, or on account of any special construction methods required in prosecuting its work due to the existence of said appurtenances either in their present or relocated positions. The Contractor shall insure that prompt repairs are, to the approval of the inspector, made to any utility appurtenances damaged by it without compensation from the Village. During performance of the work, Contractor shall protect all utilities and property from damage. Contractor shall spot all utilities prior to any excavation work. Contractor shall call J.U.L.I.E. (1-800-892-0123), and request utility locations as soon as possible for emergency repairs and within forty-eight (48) hours for non -emergency work prior to excavation in strict accordance with J.U.L.I.E. operation procedures. 3.4. CLEAN—UP. After all work under each task phase of the work is completed, the Contractor shall remove all loose debris and other materials not incorporated in the work from the site of the work. Any clean up or restoration to private property will be the responsibility of the Contractor. 3.5. CONSTRUCTION NOISE RESTRICTION. All construction activities or alteration operations within the Village shall be performed only between the hours of 7:00 a.m. and 7:00 p.m. Monday through Saturday. No work will be allowed on Sundays and legal holidays as listed in Article 107.09 in the Standard Specifications. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way. Working hours outside these times must receive prior approval from the Village. 3.6. GENERAL. The work to be performed under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary for construction, in accordance with the Contract Documents. 3.7. INSPECTION. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the Contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. The Contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the Contractor shall restore said portion of the 19 work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the Contractor. 3.8. MATERIALS AND EQUIPMENT. Except where the Specifications indicate otherwise, the Village is not responsible for providing any tools, equipment or storage under the contract in order to permit its completion of any contractual obligations under the contract, which may be awarded as the result of the bid. 3.9. PERSONNEL AND EQUIPMENT. The Contractor shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and Contractor shall provide identification of its personnel if requested by the Village. Any Contractor's employee whose employment is reasonably detrimental or objectionable to the Village shall be immediately transferred from the work -site upon the Village's request. The exercise of this option shall not be construed as placing the Village in charge of the Work or making the Village responsible for safety. All on the road vehicles or equipment shall be identified by the Contractor's name for purpose of identification. All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Contractor, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The Village reserves the right to inspect the equipment that will be used prior to award of Bid. 3.10. PROPERTY PROTECTION. No vehicles of any kind shall be placed, parked or operated upon or over any sodded areas. 3.11. PROTECTION AND RESTORATION OF PROPERTY. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Contractor except as otherwise herein provided, shall do the Work necessary for such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date 20 of the execution of the contract and/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as good condition as the same existed at the time of the commencement of any such Work or relocation. It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Contractor for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the Village, upon demand by said owners, or upon demand made by the Village upon the Contractor for the payment thereof. 3.12. PUBLIC CONVENIENCE AND SAFETY. The Contractor shall notify the Director of Public Works at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the Contractor shall at all times conduct the work in such a manner as to insure the least obstruction to vehicular and pedestrian traffic. Whenever possible, the Contractor shall provide and maintain at its own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. In no case will the Contractor obstruct entrance ways into private property without first seeking the Village and private property owner's approval. 3.13. PUBLIC RELATIONS. The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property and business owners along the project route. Contractor will distribute written public work notices to businesses and residences as required by the Village. 3.14. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the Contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the Contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the Contractor in a manner approved by the Village at the Contractor's expense. Upon failure of the Contractor to comply promptly with any order of the Village made under this provision, the Village shall, after giving written notice to the Contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause 21 unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the Contractor. 3.15. SCHEDULING. The Contractor shall consult with the Village's Public Works Director or an authorized representative concerning the details and scheduling of the work contemplated herein, and shall be governed by the decisions of said Director or representative. 3.16. SUPERVISION. The Contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be authorized to accept and act upon such directives. Such person shall be fluent in the English language. 3.17. TRAFFIC CONTROL. Contractor shall maintain traffic flow(s) and accessibility to private property(s) as close to normal condition as possible. Contractor shall notify residents, Village of Mount Prospect and state/county officials, as appropriate, of any driveway or road closure. The Contractor shall abide with the Illinois Department of Transportation's Standard Specifications for Road and Bridge Construction, latest edition. The Contractor shall also abide with the Manual on Uniform Traffic Control Devices, latest edition. Contractor shall also provide sufficient flag persons to assist with traffic control during operation. Traffic control costs to close the street or ROW is to be included in the "all- inclusive" unit price of the pay item and considered as incidental to that pay item and will not and will not be considered an extra pay item. 3.18. TREE PROTECTION. All tree protection shall be incidental to the contract and shall be installed and maintained in accordance with the Tree Protection Ordinance and plan as specified by the Village. REMOVAL PROHIBITED UNLESS AUTHORIZED: All trees shall be maintained, saved, and protected from damage unless removal is approved by the Village. CRITICAL ROOT ZONE: To prevent unnecessary damage to existing public trees during construction, proper tree protection guidelines must be followed, particularly in the root zone where major support roots securely hold the tree in the soil. This Critical Root Zone (CRZ) is defined as the entire ground area within the vertical projection of the crown of a tree. This is also commonly referred to as the area within the drip line of a tree. Power equipment may not be used to excavate soil, change grades, or dig trenches in the Critical Root Zone. All soil excavation done within the CRZ must be done by hand, except as authorized in these specifications. Exceptions to the above shall be granted only with written permission from the Director of Public Works. 22 FENCING: All unpaved ground on public property within the Critical Root Zones (CRZ) of existing trees subject to construction damage shall be fenced before any work is started. This Tree Protection Fencing will be paid for as specified in these contract documents. Once assembled, no fencing shall be removed without prior approval of the Engineer, and there shall be no construction activity or material including storage, stockpiling, and equipment access within the enclosure. Fencing material shall be orange polypropylene snow fence supported with metal posts, and installed according to the detail which will be provided by the Forestry Division. CHANGES TO EXISTING GRADE: No changes to original grade shall be allowed inside the CRZ. ROOT PRUNING DURING CONSTRUCTION: All tree roots greater than two inches (2") in diameter that are encountered in any construction process shall be cut cleanly with an appropriate saw or pruning shear or other tool specifically designed for cutting wood. Axes or other such chopping tools shall not be used. Shovels or other tools designed for digging shall not be used. Contractor shall contact Forestry for a root inspection before backfilling. ATTACHMENTS TO TREES: No signs, placards or other objects may be nailed or stapled to trees. BRANCH REMOVAL: Tree branches shall not be cut, pruned or trimmed by the Contractor. If parkway tree branches interfere with the Contractor's work, he should contact the Forestry Division to request pruning. If Forestry deems the request reasonable they will endeavor to promptly prune the branches at the Village's expense. PENALTIES FOR TREE DAMAGE: Where limbs, trunks or roots of trees not approved for removal are damaged, the Village shall determine whether the tree can be repaired or must be removed. Repairs may include, but are not strictly limited to, pruning of broken limbs, removal of loose bark and proper shaping of wounds, thinning of the crown to compensate for root loss, fertilization, straightening and staking. Repairs shall be performed by the Village. The cost of such repairs shall be paid for by the Contractor to the Village, using rates listed in the current edition of the Village's Equipment and Labor Rate Charges. Additionally, the Village may fine the Contractor for unnecessary tree damage according to the schedule listed in Appendix A, Division III of the Village Code. If in the opinion of the Village, the amount of damage warrants removal of the tree due to safety or aesthetic concerns, the Contractor shall remove the tree, along with its stump to a depth of 12 inches below grade. The Contractor shall pay the Village for replacement of the tree. Replacement cost will be determined by multiplying the diameter of the damaged tree, as measured 4- 1/2 feet above the ground, by the rate of $150.00/inch. 23 The Contractor shall be responsible for being familiar with and complying with all aspects of the Village of Mount Prospect Tree Protection ordinances and Arboricultural Standards Manual as they relate to the various site locations. Any questions regarding tree protection shall be directed to the Village Forestry Division and their response or direction shall be considered as the final word/decision on tree protection issues. Any costs for tree protection fencing, posts, labor or other associated labor or material shall be incidental to the fixed cost per unit bid. 3.19. WORK IN STREET RIGHT-OF-WAY. All of Contractor's construction work in street rights-of-way shall be done in strict accordance with the applicable controlling public agency's construction specifications, permitting, bonding, rules, and regulations. All costs for necessary permits and bonds shall be borne by the Contractor and considered incidental to the fixed item price of the applicable work. Contractor shall coordinate with the proper public officials and receive approval from said officials prior to any street closings or detouring required due to the work to be performed. Contractor shall protect existing vegetation from removal or damage wherever possible. Contractor shall confine construction work to specified construction limits as shown on the drawings or defined in the specifications. Should Contractor damage or remove any vegetation outside the construction limits, Contractor shall restore the affected area to its original state at no expense to the Village. 24 4. BOND; INSURANCE; INDEMNIFICATION. 4.1. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against loss. The Contractor shall also furnish a labor and materials bond to ensure payment for all labor and materials, including compliance with the provisions of law relating to the payment of the prevailing rate of wages. The premium of such bonds is to be paid by the Contractor. The surety must be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company. All payment and performance bonds shall name the Village of Mount Prospect as Obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the Contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid deposit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. 4.2. INSURANCE REQUIREMENTS. In submission of a bid, the bidder is certifying that it has all insurance coverages required by law or that would normally be expected for bidder's type of work. In addition, the bidder is certifying that, as successful bidder/Contractor, upon execution of the Contract, it will provide Insurance of such types and in such amounts as may be necessary to protect itself and the interests of the Village against all hazards or risks of loss contemplated by the Contract. The Village shall be named as additional insured on all applicable insurance policies. Satisfactory certificates of insurance shall be filed with the Village upon execution of the Contract. The certificates shall state that thirty (30) days advance written notice will be given to the Village before any policy covered thereby is changed or canceled. 25 Insurance coverage shall be in the following minimum amounts: Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability: Bodily Injury Property Damage Contractual Ins. Automobile Liability: Bodily Injury Property Damage Workers Compensation: Employee Claims Employers Liability $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $3,000,000 $3,000,000 $3,000,000 $1,000,000 $1,000,000 Statutory for Illinois $1,000,000 per accident 4.3. INDEMNIFICATION. The Contractor shall indemnify and save harmless the Village, its officers and employees from any and all liability, losses or damages, including attorney's fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including workers' compensation claims, in any way resulting from or arising out of the operations of the Contractor under the Contract, including operations of subcontractors; and the Contractor shall, at its own expense, appear, defend, and pay all fees of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Contractor shall, at its own expense, satisfy and discharge same. The Contractor expressly understands and agrees that any bonds, letters of credit or insurance protection required by the Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village as herein provided. Contractor agrees to defend and hold harmless the Village from and against all demands, claims, suits, costs, expenses, damages and adjustments based upon any infringement of any patent relating to goods specified in the contract, and on account of the Village's use of any copyrighted or uncopyrighted, composition, trade secrets, secret process, proprietary rights, patented of unpatented invention, article or appliance furnished or used under the bid Specifications. 26 5. COMPLIANCE WITH LAWS. 5.1. COLLUSION. If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any proposal or proposals, unlawfully colluded with any other party or parties, then the Contract so awarded shall be null and void and the Contractor and its sureties shall be liable to the Village for all loss or damage which the Village may suffer thereby, and the Village may advertise for new bids for said work. 5.2. OBSERVANCE OF LAWS, ORDINANCES, AND REGULATIONS; CERTIFICATIONS OF COMPLIANCE WITH APPLICABLE LAWS. The Contractor shall, at all times during the life of this contract, observe and abide by all federal, state and local laws which in any way affect the conduct of the work and with all decrees and orders of courts or agencies of competent jurisdiction. Likewise, said Contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The Contractor shall indemnify and save harmless the Village, its officers, agents, and employees against any claim or liability arising from or based on its violation of any law, ordinance, regulation, decree or order. The bidder and Contractor, as successful bidder, shall comply with all applicable state, federal and local laws, including, but not limited to the following: 5.2.1. BID RIGGING/ROTATING. By submitting a bid, the Contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. 5.2.2. TAX PAYMENT. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILCS 5/11-42.1-1) 5.2.3. DRUG FREE WORKPLACE ACT. The Contractor will comply with the requirements of the Drug Free Workplace Act if the contract is $5,000 or more and it has more than 24 employees at the time of entering into the contract (30 ILCS 580). 5.2.4. PREFERENCE TO VETERANS ACT. The Contractor will comply with the Preference to Veterans Act (330 ILCS 55). 5.2.5. SUBSTANCE ABUSE PREVENTION PROGRAM. By submitting a bid, the Contractor certifies that the company has in place, to the extent not covered by a collective bargaining agreement that deals with the subject of the Act, a substance abuse prevention program that meets or exceeds the requirements of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq. 27 5.2.6. NON-DISCRIMINATION. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) 5.2.7. EQUAL EMPLOYMENT OPPORTUNITY. The Contractor will comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), including establishment and maintenance of a sexual harassment policy as required by Section 2-105, and the Rules and Regulations of the Illinois Department of Human Rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, which is a material term of all public contracts, as follows: EQUAL EMPLOYMENT OPPORTUNITY In the event of the Contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Act, the Contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the Contractor agrees as follows: 5.2.7.1. That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 5.2.7.2. That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas from which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 5.2.7.3. That, in all solicitations or advertisements for employees placed by him or her or on its behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 5.2.7.4. That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the Contractor's obligations under the Act and this Part. If any labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with the Act and this Part, the Contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5.2.7.5. That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 5.2.7.6. That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 5.2.7.7. That he or she will include verbatim or by reference the provisions of this clause in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the Contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the Contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code. 5.2.8. PREVAILING WAGE. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website www.state.il.us/agencv/idol/rates/rates.HTM. The Contractor and all subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. 29 All bonds provided by the Contractor under the terms of this Contract shall include such provisions as will guarantee the faithful performance of the Contractor's obligations under this clause and under the Prevailing Wage Act, 820 ILCS 130/1 et. seq. Contractor shall comply with all applicable provisions of the Prevailing Wage Act, including, but not limited to, the requirements of Section 5 of the Prevailing Wage Act, 820 ILCS 130/5. The Contractor, and all Subcontractors and Sub -Subcontractors participating on the Project, shall make and keep those records required under Section 5 of the Prevailing Wage Act in paper or electronic format. In conformance with the Act, each contractor and subcontractor, or other entity performing work on the project, shall maintain records of all laborers, mechanics and other workers employed by them on the project, including the following information on each worker: (1) name; (2) address; (3) telephone number when available; (4) social security number; (5) classification or classifications; (6) gross and net wages paid in each pay period; (7) number of hours worked each day; (8) starting and ending times of each day; (9) hourly wage rate; (10) hourly overtime wage rate; (11) hourly fringe benefit rates; (12) the name and address of each fringe benefit fund; (13) the plan sponsor of each fringe benefit, if applicable; and (14) the plan administrator of each fringe benefit, if applicable. These records shall be kept by the participating contractor and subcontractor for a period of not less than five (5) years from the date of last payment on the contract or subcontract. No later than the 15t" day of each calendar month, each participating contractor and subcontractor shall submit a monthly certified payroll to the Village consisting of the above -referenced information as well as a statement signed by the participating contractor or subcontractor that certifies: (a) the records are true and accurate; (b) the hourly rates paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act; and (c) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. 5.2.9. COMPLIANCE WITH FREEDOM OF INFORMATION ACT REQUEST. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILCS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village of Mount Prospect will have only a very short period of time from receipt of a FOIA request to comply with the request and there is a significant amount of work required to process a request including collating and reviewing the information. The bidder/Contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business all days of the request being made by the Village of Mount Prospect. The bidder/Contractor agrees to indemnify and hold harmless the Village of Mount Prospect from all claims, costs, penalties, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide public records to the Village of Mount Prospect under the contract. 6. WORK GUARANTY. 6.1. MAINTENANCE BOND. A maintenance bond or a maintenance letter of credit is required. This maintenance bond or maintenance letter of credit amount shall consist of ten percent (10%) of the final project cost; it shall be posted by the Contractor with the Village upon completion of all Work; and it shall be valid and effective for a period of two (2) years after the final acceptance of such Work by the Village for the purpose of guaranteeing against and securing the correction of any defect in material or workmanship furnished for such improvements, latent in character and not discernible at the time of final inspection or acceptance by the Village of Mount Prospect. 6.2. GENERAL GUARANTY. Neither partial or final payment, nor any provision in the contract, nor partial or entire use of the product/Work embraced in the contract by the Village or the Public shall constitute an acceptance of work not done in accordance with the contract, or relieve the Contractor of liability in respect to any express warranties or responsibility for failure to comply with the terms of those contract documents. Unless otherwise expressly provided in the Specifications, in the event any defects or imperfections in the materials or workmanship to be furnished by the Contractor herein appear within the period of two (2) years from the date of completion of all the Work and acceptance thereof by the Village, the Contractor will, upon notice from said Village (which notice may be given by letter to said Contractor to the business address of the Contractor shown in the proposal), repair and make good at its own cost any such defects or imperfections and replace any defective or imperfect materials or workmanship with other materials or workmanship satisfactory to said Village, and furnish all such new materials and labor as may be necessary to do so; and in the event of the failure, refusal or delay of said workmanship or materials said Village may do so or have same done by others, and said Contractor and surety or sureties on the bonds given for the faithful performance of the contract shall be liable to the Village for all damages and expenses occasioned by such failure, refusal or delay. All details of warranties shall be included with the bid. Warranty work shall be at no additional expense to the Village. Manufacturer warranties and guaranties shall be submitted with the bid and shall be considered a part of the contract where such specifications meet the minimum bid Specifications. 31 7. MISCELLANEOUS CONTRACT REQUIREMENTS. 7.1. CONTRACT ALTERATIONS. No amendment of a contract shall be valid unless made in writing and signed by the Village President, Village Manager, or their authorized representative. 7.2. LICENSES AND PERMITS. The Contractor shall procure at its own expense all necessary licenses and permits in connection with the work under the Contract. 7.3. NONASSIGNABILITY. The Contractor shall not assign the contract, or any part thereof, to any other person, firm or corporation without the previous written consent of the Village. Such assignment shall not relieve the Contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 7.4. NOTICES. All notices required by the contract shall be given in writing. 7.5. TAXES. The Contractor shall pay all federal, state and local taxes as may be applicable on all materials, labor and services furnished by it under the contract, and the amounts of such taxes shall be included in the unit prices bid. End of General Conditions. 32 SPECIAL PROVISIONS VISITATION OF THE PROJECT SITE The Contractor shall visit the project site prior to his submittal of his bid proposal in order to satisfy himself as to the existing conditions under which, in the course of the work, he will be obliged to operate or that will in any manner affect the work under this contract. EXISTING UTILITIES The Contractor shall make his own investigation to determine the existence, nature, and location of all utility lines and appurtenances within the limits of the improvement. Before doing any work which will damage, disturb, or leave unsupported or unprotected any utility lines or appurtenances encountered, the Contractor shall notify the owner, who will make all arrangements for relocating, adjusting or otherwise maintaining or abandoning service lines that fall within the limits of the proposed construction without cost to the Contractor, including the removal of all cables, valve boxes, manhole covers, and other appurtenances which the owner desires to salvage. After such arrangements have been made, the Contractor will proceed with the work as directed by the Engineer. All utility lines and appurtenances which are abandoned by the owner shall be removed and disposed of by the Contractor, if it is possible, without damaging existing utilities, and with the approval of the Village. No extra compensation will be allowed the Contractor for any expense incurred by complying with these requirements, or because of delays, inconvenience, or interruptions in his work resulting from the failure of any utility company to remove, relocate, reconstruct, or abandon their services. The responsibility for the prompt and timely removal, relocation, reconstruction, or abandonment of their facilities and the coordination of his own work with that of the Village to the end that work on this improvement is not delayed because of necessary changes in the existing utilities shall rest upon the Contractor. DISPOSAL OF EXCESS MATERIALS All contract items requiring removal of existing material such as boulders, trees, and stumps and any necessary excavation shall have the surplus materials removed and disposed of off the project site by the Contractor. SHEETING AND BRACING Where necessary to prevent caving, trench excavations shall be adequately supported. The Contractor shall be responsible for designing, providing, installing, and maintaining any sheeting, bracing, etc., which may be necessary to support the sides of the excavation and trenches. As backfill is placed and the sheeting withdrawn, the void left by the withdrawn sheeting shall be filled and compacted before withdrawing the next increment. The cost for all sheeting and bracing shall be considered incidental to the contract. UNAUTHORIZED EXCAVATION If the bottom of any excavation is removed beyond the limits shown or directed, it shall be backfilled and compacted to the proper grade with a material suitable to the Engineer and at the Contractor's expense. 33 SAW -CUTTING This work shall be done where any new pavement, curb and gutter, frames and grates, structures, sidewalks, or driveways abut existing pavement, curb and gutter, sidewalks, or driveways. All required saw -cutting will be full depth and shall be considered incidental to the Contract. HORIZONTAL DIRECTIONAL DRILLLING CONTRACTOR EXPERIENCE All horizontal directional drilling operations shall be performed by a qualified directional drilling Contractor with at least four (4) years' experience involving work of a similar nature to the work required for this project. The Contractor must have installed a minimum of 10,000 linear feet of pipe using directional drilling operations. A list of project references and proof of contractor experience shall be presented to the Village, upon request of the Village. SUBSURFACE INVESTIGATION Subsurface investigations have not been performed. The Contractor will be responsible for any costs associated with subsurface investigations. No additional payments will be made if rock is encountered or additional construction time and equipment is necessary due to ground conditions. Proper equipment and methods shall be used in rock and soil bores to insure proper grades, elevations and separations. AS BUILT The Contractor shall be responsible for providing to the Engineer the following As Built information at fifty foot (50') stations for the entire length of the coilable nonmetallic conduit: 1. The location and depth of the coilable nonmetallic conduit. This information should be obtained by the Contractor's use of a locator or navigator DURING the conduit installation process and not afterwards. The Cost to provide this information to the Engineer will be included in the cost of the conduit. ITEMS TO BE SALVAGED All street light poles, arms, and luminaires to be removed by the Contractor shall be delivered to the Village of Mount Prospect's Public Works yard for storage and future use by the Village. W CLEAN CONSTRUCTION OR DEMOLITION DEBRIS (CCDD) The Contractor shall only be responsible for the disposal of clean construction debris. The Contractor shall prepare all bid pricing based on the assumption that all excavations and associated debris will comply with the clean construction debris disposal requirements and that the debris can and will be disposed of at any clean debris landfill. The Village or its CCDD consultant will prepare all Source Site Certification by Owner or Operator forms (or LPC -662 manifests) for each location and for each date of excavation during this project. These forms will be provided to the Contractor by the engineering project representative or (EPR). The Contractor shall acquire one manifest for each load as outlined in the state regulations and shall be responsible for only the costs of disposal of clean construction debris. SUSPECT DEBRIS The Contractor shall only be responsible for the disposal of any and all clean construction debris. If the Contractor, for whatever reason, suspects that an excavation, debris load, or any portion thereof, may contain non -clean construction debris, then he shall immediately notify the Village or the EPR. The Public Works Department can be reached at 847-870-5640. If the Village or EPR agree that the material is suspect then the Contractor shall set aside that suspect load or portion thereof on site or at a holding area identified by the Village. The Contractor shall at that time be no longer responsible for the disposal of that load or portion thereof. The Village and its CCDD consultant will become responsible for the testing and subsequent disposal of all suspect debris. 35 CONTRACT PAY ITEMS This work shall be done in accordance with Section 800 of the "Standard Specifications for Road and Bridge Construction," adopted April 1, 2016, and the following special provisions. Special attention is called to Section 801, Electrical Requirements. SHOP DRAWINGS AND CATALOG CUTS The Contractor shall submit to the Village and the Engineer for approval electronic shop drawings and catalog cuts of the lighting items including: Cables Splices Fuses Conduits Light Pole Foundation, Metal, 11" Bolt Circle, 8" X 6' no later than seven (7) days after the award of the contract. The electronic submittals shall be made to the Village, mlawrie(a)mountprospect.org and the Engineer, dyuill _hlreng.com. The Village and the Engineer will review the submittal and notify the Contractor no later than 14 days after the award of the contract if the shop drawings and catalog cuts are acceptable. If the Contractor wishes to speed up the review process, the shop drawings and catalog cuts can be submitted with the Proposal. The Contractor shall order the materials as soon as approval is received from the Village to assure timely delivery. No extension of time will be granted because the materials have not been delivered. ITEM 1 — SIDEWALK REMOVAL Description: This work shall consist of the removal of existing sidewalk as shown on the plans or as directed by the Engineer. Construction Methods: 1. This work shall be done in accordance with Section 440 of the Standard Specifications. 2. The Contractor shall coordinate the removal and replacement of sidewalk with the adjacent property owners a minimum of 72 hours in advance of starting the work. 3. Any sidewalk removed beyond the limits shown on the plans or as directed by the Engineer shall be at the Contractor's expense. 4. This work shall include any barricades or other devices to protect pedestrians from entering the area where sidewalk has been removed. wo Restoration of Work Area: Restoration of the work area shall be included in the cost of this item. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed lawns as determined by the Village or its representative shall be replaced with an approved sod without dispute. The landscaping company installing the sod shall be approved by the Village. Areas restored with sod shall be watered in accordance with Article 252.08 of the Standard Specifications. Any sod that does not survive without meeting specifications as determined by the Village or its representative shall be replaced by the contractor at no additional compensation. At the Village's sole discretion, approved topsoil and seed may be used in certain situations rather than sod. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. Method of Measurement: This work will be measured for payment in place and the area computed in square feet. Basis of Payment: This work will be paid for at the contract unit price per square foot for SIDEWALK REMOVAL. This price shall include all labor, material and equipment to complete this item. ITEM 2 — PCC SIDEWALK, 5" Description: This work shall consist of the construction of Portland cement concrete sidewalk as shown on the plans or as directed by the Engineer. Construction Methods: 1. This work shall be done in accordance with Section 424 of the Standard Specifications and the detail in the plans. 2. This work shall include a 4 inch aggregate base course, CA -6 crushed stone as shown in the plans. This aggregate base course shall be mechanically compacted. 3. To tie the existing side walk to the replaced sidewalk, #4 dowels 8 inches long shall be drilled approximately 4 inches into the existing sidewalk at 2 -foot centers around the perimeter of the removed sidewalk. 4. This work shall include the application of protective coat in accordance with Article 420.18 of the Standard Specifications. 5. This work shall include any barricades or other devices to protect pedestrians from entering the area where sidewalk has been poured. Restoration of Work Area: Restoration of the work area shall be included in the cost of this item. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed 37 lawns as determined by the Village or its representative shall be replaced with an approved sod without dispute. The landscaping company installing the sod shall be approved by the Village. Areas restored with sod shall be watered in accordance with Article 252.08 of the Standard Specifications. Any sod that does not survive without meeting specifications as determined by the Village or its representative shall be replaced by the contractor at no additional compensation. At the Village's sole discretion, approved topsoil and seed may be used in certain situations rather than sod. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. Method of Measurement: This work will be measured for payment in place and the area computed in square feet. Basis of Payment. This item shall be paid for at the contract unit price per square foot for PCC SIDEWALK, 5". This price shall include all labor, material and equipment to complete this item. ITEM 3 — DETECTABLE WARNINGS Description: This work shall consist of the construction of Detectable Warnings as shown on the plans or as directed by the Engineer. Construction Methods: 1. This work shall be done in accordance with Section 424 of the Standard Specifications. 2. The detectable warning panels shall be Armor -Tile Tactile Systems Cast in Place Tile or an equal approved by the Village prior to installation. The color shall be Colonial Red (Federal No. 20109). The size shall be 2 feet by 4 feet. 3. This work shall include any barricades or other devices to protect pedestrians from entering the area where the detectable warnings have been installed. Method of Measurement: This work will be measured for payment in place and the area computed in square feet. Basis of Payment. This item shall be paid for at the contract unit price per square foot for DETECTABLE WARNINGS. This price shall include all labor, material and equipment to completer this item. ITEMS 4 — UNDERGROUND CONDUIT, GALVANIZED STEEL Description: This work shall be done in accordance with Section 810 of the Standard Specifications insofar as applicable and the following. W. Construction Methods: These conduits shall be used as sleeves for other conduits as shown in the plans. Conduits for this project shall be installed by boring and pulling as described in Article 810.04 (c) of the Standard Specifications. Installation by trenching shall not be used. Sizes shall be as shown on the plans. Conduits shall be a minimum of 30 inches below grade. Restoration of Work Area: Restoration of the work area shall be included in the cost of this item. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed lawns as determined by the Village or its representative shall be replaced with an approved sod without dispute. The landscaping company installing the sod shall be approved by the Village. Areas restored with sod shall be watered in accordance with Article 252.08 of the Standard Specifications. Any sod that does not survive without meeting specifications as determined by the Village or its representative shall be replaced by the contractor at no additional compensation. At the Village's sole discretion, approved topsoil and seed may be used in certain situations rather than sod. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. Method of Measurement: This work will be measured for payment in accordance with Article 810.06 of the Standard Specifications. Basis of Payment: This work will be paid for at the contract unit price per foot for UNDERGROUND CONDUIT, GALVANIZED STEEL, of the size specified. This price shall include all labor, material and equipment to complete this item. ITEMS 5 & 6 — UNDERGROUND CONDUIT, COILABLE NONMETALLIC CONDUIT Description: This work shall be done in accordance with Section 810 of the Standard Specifications insofar as applicable and the following. Construction Methods: Conduits for this project shall be installed by boring and pulling as described in Article 810.04 (c) of the Standard Specifications. Installation by trenching shall not be used. Sizes shall be as shown on the plans. Conduits shall be a minimum of 30 inches below grade. Restoration of Work Area: Restoration of the work area shall be included in the cost of this item. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed lawns as determined by the Village or its representative shall be replaced with an approved sod without dispute. The landscaping company installing the sod shall be approved by the Village. Nut Areas restored with sod shall be watered in accordance with Article 252.08 of the Standard Specifications. Any sod that does not survive without meeting specifications as determined by the Village or its representative shall be replaced by the contractor at no additional compensation. At the Village's sole discretion, approved topsoil and seed may be used in certain situations rather than sod. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. Method of Measurement: This work will be measured for payment in accordance with Article 810.06 of the Standard Specifications. Basis of Payment: This work will be paid for at the contract unit price per foot for UNDERGROUND CONDUIT, COILABLE NONMETALLIC CONDUIT, of the size specified. This price shall include all labor, material and equipment to complete this item. ITEMS 7 & 8 — ELECTRIC CABLE IN CONDUIT, 600 VOLT (XLP-TYPE USE) This work shall be done in accordance with Article 817 of the Standard Specifications insofar as applicable and the following. Construction Methods: Cable sizes shall be as shown on the plans. Cable insulation shall be color coded as shown on the plans. Method of Measurement: This work will be measured for payment in accordance with Article 817.04 of the Standard Specifications. Basis of Payment. This work will be paid for at the contract unit price per foot installed for ELECTRIC CABLE IN CONDUIT, 600 V (XLP-TYPE USE) of the size and number of conductors specified. ITEM 12 —INSTALL LIGHT STANDARD, ALUMINUM, 25 FT. M.H., 10 FT. CLAMP -ON MAST ARM, 88W LED Description: This item shall consist of installing an aluminum pole and clamp -on mast arm, wiring, fuses, 88W LED horizontal luminaire provided by the Village, as shown in the details in the plans. The Contractor will be required to pick up these items at the Village of Mount Prospect Public Works Facility, 1700 West Central Road, Mount Prospect, IL 60056. ►e Pole and Arm Description: The pole shall be aluminum, one piece construction and provide a 25 -foot mounting height for the luminaire with the 10 -foot clamp -on mast arm. The pole shall be a round tapered shaft and be made of ASTM 6063-T6 aluminum. The base shall be manufactured for an 10- to 11 -inch bolt circle. A handhole, 4" by 6" shall be provided in the pole shaft for wiring as shown in the Light Pole Detail included in the plans. The pole and arm shall be: Hapco: RTA25C7B4T1A-01X Crouse -Hinds: RTA8M25AAT10268 clamp design Union Metal: model 154-Y1 clamp design or an approved equal. The Village shall be the sole judge as to whether or not another manufacturer's product meets the requirements as an approved equal. 2. The pole and mast arm shall be installed per the manufacturer's instructions and recommendations. Luminaire Description: The luminaire shall be a clean cobra head LED fixture. The luminaire shall be a Leotek GreenCobra Midsize LED Street Light, GCM H -Series, or an approved equal. The luminaire shall be UL listed for use in wet locations. The luminaire housing shall be die cast aluminum with a universal two -bolt slip fitter. The aluminum housing shall provide passive heat -sinking and shed precipitation. Electrical components shall be accessible without tools and accessible via a high-strength, non-conductive polycarbonate door with quick release latches. The powder coat finish shall be gray. The Village shall be the sole judge as to whether or not another manufacture's product meets the requirements as an approved equal. 2. The luminaire shall be provided with High-flux/High-power white LEDs that produce a minimum of 90% of initial intensity over 75,000 hours of life. The luminaire shall provide a Type 2 medium light distribution per the IESNA classifications. Testing shall be done in accordance with IESNA LM -79. The lumen depreciation rating, L70 shall be greater than 100,000 hours. 3. The LEDs and LED driver shall operate over a -40'F to 122'F ambient temperature range. The driver shall accept input voltage from 120 to 277 volts. The LEDs shall have a 3000K color temperature with a typical 70 CRI. 4. The luminaire shall be free from all defects in materials and workmanship for a period of ten (10) years from the date of manufacture. 5. The luminaire shall be installed per the manufacturer's instructions and recommendations. Pole Wiring: Pole wiring shall be color -coded Type XLP-USE, 600 -volt insulation, 90 degrees Centigrade, single conductor, #10 stranded copper wire. 2. All wires shall be continuous from the luminaire to the pole handhole. M 3. In-line fuses shall be installed in the base of the pole for the lighting (2 amps) in such a manner as to be easily accessible for future maintenance. Basis of Payment. This work will be paid for at the contract unit price per each for INSTALL LIGHT STANDARD, ALUMINUM, 25 FT. M.H., 10 FT. CLAMP -ON MAST ARM, 88W LED. ITEM 10 — INSTALL BREAKAWAY DEVICE WITH ALUMINUM SKIRT Description: This work shall be done in accordance with Section 838 of the Standard Specifications and Highway Standard 838001 included in the plans. This item shall be provided by the Village. The Contractor will be required to pick up these items at the Village of Mount Prospect Public Works Facility at 1700 West Central Road, Mount Prospect, IL 60056. Construction Methods: Breakaway couplings, wire cloth, and aluminum pole base skirt shall be provided and installed per Highway Standard 838001. Basis of Payment. This work will be paid for at the contract unit price per each for INSTALL BREAKAWAY DEVICE WITH ALUMINUM SKIRT. ITEM 11 — LIGHT POLE FOUNDATION, METAL, 11" BOLT CIRCLE, 8" X 6' Description: This work shall be done in accordance with Section 836 of the Standard Specifications and Highway Standard 836001 included in the plans. Construction Methods: A metal foundation shall be constructed per Highway Standard 836001 except the bolt circle shall be as shown on the Pole Detail. Restoration of Work Area: Restoration of the work area shall be included in the cost of this item. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed lawns as determined by the Village or its representative shall be replaced with an approved sod without dispute. The landscaping company installing the sod shall be approved by the Village. Areas restored with sod shall be watered in accordance with Article 252.08 of the Standard Specifications. Any sod that does not survive without meeting specifications as determined by the Village or its representative shall be replaced by the contractor at no additional compensation. At the Village's sole discretion, approved topsoil and seed may be used in certain situations rather than sod. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. M Basis of Payment: This work will be paid for at the contract unit price per each for LIGHT POLE FOUNDATION, METAL, 11" BOLT CIRCLE, 8" x 6'. ITEM 12- TREE PROTECTION FENCE Description: This work shall consist of constructing fencing to protect existing trees at locations indicated on the plans, in the Tree Protection Plans included herein, and as directed by the Engineer. Construction Methods: The work shall be done in accordance with Section 201 of the "Standard Specifications for Road and Bridge Construction," the information on Tree Protection in the General Conditions included herein and the detail found on the plans. Method of Measurement: This work will be measured for payment in feet in place. Basis of Payment: This work will be paid for at the contract unit price per Foot for TREE PROTECTION FENCE. This price shall include all labor, material, and equipment to complete this item. ITEM 13 - TRAFFIC CONTROL AND PROTECTION, STANDARD 701501 ITEM 14 - TRAFFIC CONTROL AND PROTECTION, STANDARD 701701 ITEM 15 - TRAFFIC CONTROL AND PROTECTION, STANDARD 701801 Description: This item shall consist of the installation and maintenance of all traffic and pedestrian control devices which are used for the purpose of regulating, warning, or directing all traffic during the construction of this improvement. Construction Methods: It shall be the sole responsibility of the Contractor to insure that all traffic control and devices at the project site are in place at the end of each work day and in proper working order. All traffic control and protection shall be in accordance with the "Standard Specifications for Road and Bridge Construction" and the "Manual on Uniform Traffic Control Devices". Basis of Payment: This work will be paid for at the Contract unit price per Lump Sum for TRAFFIC CONTROL AND PROTECTION, STANDARD 701501, per Lump Sum for TRAFFIC CONTROL AND PROTECTION STANDARD 701701, and per Lump Sum for TRAFFIC CONTROL AND PROTECTION, STANDARD 701801. This price shall include all costs for furnishing, installing and maintaining the traffic control devices in accordance with the Specifications. M TRAFFIC CONTROL PLAN Effective: September 30, 1985 Revised: January 1, 2007 Traffic Control shall be according to the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, and the Special Provisions contained herein. Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the Village Engineer at least 72 hours in advance of beginning work. STANDARDS: 701501-04, 701701-06, 701801-05, 701901-07 DETAILS: NOT APPLICABLE SPECIAL PROVISIONS: TRAFFIC CONTROL AND PROTECTION, STANDARD 701501, TRAFFIC CONTROL AND PROTECTION STANDARD 701701, TRAFFIC CONTROL AND PROTECTION, STANDARD 701801 of Bid Form Page 1 FROM: BID FORM Randview Highlands Phase II Street Lighting Project Village of Mount Prospect Department of Public Works (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: "Randview Highlands Phase II Street Lighting Project" The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet Other materials or standards provided or noted by the Village Contract Document Performance Bond Form Labor and Materials Payment Bond Form Plan Set Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. M Bid Form Page 2 In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award of the contract the Village will send Notice of Award to the successful bidder. The bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within sixty (60) consecutive calendar days after the Notice to Proceed with final completion ten (10) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. O Bid Form Page 3 Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet (s) Respectfully submitted: Name of Firm/Bidder: By: _ Title: Date: Contact Information: Official Address: Telephone: Email: (Signature) M VILLAGE OF MOUNT PROSPECT AFFIDAVIT— BID CERTIFICATION FORM Bidder: Company/Firm Name: Address: As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, being first duly sworn on oath, deposes and states that he or she is (sole owner, partner, joint ventured, President, Secretary, etc.) of (Name of Company) and has the authority to make all certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section II Bid Rigging and Rotating The undersigned further states that (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 1 LCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. Section IV Tax Payment The undersigned further states that (Name of Company) is not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Page 2 - AFFIDAVIT — BID CERTIFICATION FORM Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that (Name of Company) has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Signed and sworn to before me this day of , 20 My commission expires: Notary Public Title: BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of being ten percent (10%) of the total amount bid by the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS DAY OF 120 SEAL (if corporation) Bidder: Bidder's Agent and Agent's Title: Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of BID SHEET "Randview Highlands Phase II Street Lighting Project" (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder will complete pricing for all items (# 1-16) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive. TOEM DESCRIPTION UNIT QUANTITY NIT PRICE TOTAL 1 Sidewalk Removal Sq Ft 100 2 PCC Sidewalk, 5" Sq Ft 100 3 Detectable Warnings Sq Ft 40 4 Underground Conduit, Galvanized Steel, 3" Diameter Foot 200 5 Underground Conduit, Coilable Nonmetallic Conduit, 1-1/4" Diameter Foot 4580 6 Underground Conduit, Coilable Nonmetallic Conduit, 1-1/2" Diameter Foot 1000 7 Electric Cable in Conduit, 600V (XLP- TYPE USE) 1/C No. 8 Foot 16480 8 Electric Cable in Conduit, 600V (XLP- TYPE USE) 1/C No. 4 Foot 1980 9 Install Light Standard, Aluminum, 25 FT. M. H., 10 FT. Clamp -on Mast Arm, 88W LED Each 20 10 Install Breakaway Device with Aluminum Skirt Each 20 11 Light Pole Foundation, Metal, 11" Bolt Circle, 8" X 6' Each 20 12 Tree Protection Fence Foot 480 13 Traffic Control and Protection Standard 701501 L Sum 1 14 Traffic Control and Protection Standard 701701 L Sum 1 15 Traffic Control and Protection Standard 701801 L Sum 1 TOTAL FOR ITEMS (1-15) 51 CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this day of , 2018, by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , a (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its Randview Highlands Phase II Street Lighting Project; and WHEREAS, the Contractor submitted a bid to perform the work associated with the Randview Highlands Phase II Street Lighting Project (hereinafter the "Bid"); and WHEREAS, upon its review of the submitted bids, the Village has awarded the contract to perform the work associated with the Randview Highlands Phase II Street Lighting Project to the Contractor, subject to the execution of this Contract; NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertakings and agreements, the parties agree as follows: ARTICLE I — CONTRACT DOCUMENTS This Contract is subject to the terms and conditions set forth in the Contract Documents, which are incorporated herein as if fully set forth, and include the following Bid Documents with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: 1. Notice to Bidders 2. Table of Contents 3. Instructions to Bidders 4. General Conditions and Special Provisions 5. Specifications 6. Bid Submittals, including Bid Form, Affidavit— Bid Certification Form, Bid Security, Bid Sheet (*Bidder's/Contractor's completed Bid Submittals) 7. Other materials or standards provided or noted by the Village 8. Contract 9. Applicable performance and labor and materials payment bonds, or letter of credit. (Collectively the "Contact Documents") ARTICLE II — PERFORMANCE BY CONTRACTOR 1. The Contractor agrees to perform the work, including all labor, materials, equipment and services, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the "Work"). 2. The Contractor acknowledges that the Village reserves the right to add to or subtract from the estimated quantities. 3. The Contractor certifies that it will comply with all state and federal laws and regulations, and county and municipal ordinances, as set forth in the General Conditions. 52 ARTICLE III — PERFORMANCE BY VILLAGE The Village agrees to pay the Contractor for its performance of the Work in the manner and amount provided in the Contract Documents. ARTICLE IV - CONFLICT BETWEEN CONTRACT DOCUMENTS In the event of a conflict between any Contract Document and the terms of this Contract, the Contract shall control to the extent of the conflict. In the event of any other conflict between Contract Documents, the preceding Document shall govern to the extent of the conflict based upon the order of priority set forth in Article I of this Contract, unless otherwise specifically stated. ARTICLE V — COMMENCEMENT AND COMPLETION OF WORK After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieve substantial performance within sixty (60) consecutive calendar days after the Notice to Proceed has been issued with final performance ten (10) dans thereafter. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE VI — NOTICE Unless otherwise provided, all notices required under this Contract shall be made in writing and addressed or delivered as follows: TO THE VILLAGE OF MOUNT PROSPECT - The Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTN: Director of Public Works TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deemed effective when received by personal service or registered or certified U.S. mail, postage prepaid and receipt requested, to the address so specified. Either Party may, by written notice to the other, change its own mailing address. ARTICLE VII — PRIOR AGREEMENTS; SUCCESSORS This Contract supersedes all previous agreements, understandings and representations of any nature whatsoever, whether oral or written, and constitutes the entire understanding between the Parties. The terms of this Contract shall be binding upon and inure to the benefit of the parties and the partners and officials, successors in interest, executors, administrators, assigns and representatives and their respective successors and assigns, provided, however, that the Contractor shall not assign, sublet or transfer any rights or interest in this Agreement in whole or in part without the prior written approval of the Village, except to the extent that the Contract Documents provide otherwise. ARTICLE VIII - DEFAULT BY CONTRACTOR If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform 53 anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. ARTICLE IX - DEFAULT BY VILLAGE In the event of a material default by the Village under this Contract, the Village shall have sixty (60) days, from notice thereof by Contractor, to cure the default prior to Contractor's termination of this Contract. The failure to pay a contested invoice shall not be considered a material default. Upon termination, the Village shall be responsible to pay any uncontested payments due for work performed. ARTICLE X — VENUE The parties hereto agree that for purposes of any lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. ARTICLE XI - SEVERABILITY OF CONTRACT If any term of this Contract is held by a court of competent jurisdiction to be void or unenforceable, the remainder of the Contract terms will remain in full force and effect and will not be affected. ARTICLE XII - CUMULATIVE REMEDIES The exercise or failure to exercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture of any other rights and remedies, and will be without prejudice to the enforcement of any other right or remedy available by law or authorized by this Contract. MIJ ARTICLE XIII - COMPLIANCE WITH LAWS Each party to this Contract will comply with all applicable state and federal laws and regulations, and county and municipal ordinances and regulations. ARTICLE XIV - DISPUTE RESOLUTION Should a dispute arise between the Village and the Contractor as to the terms and conditions of the Contract, or the responsibilities, limitations, or working relations of either Party, the designated project personnel will make every reasonable effort to resolve the difference in accordance with the terms and conditions of the Contract. If a dispute continues despite these efforts, it shall be referred to the Parties' Project Managers. If the above action fails to resolve the dispute, the Parties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting mediation, except that the costs, if any, of the actual mediation proceeding shall be shared equally by the Parties. The mediation process is defined as follows: The Parties shall select a mutually agreeable mediator from American Arbitration Association lists or any other agreeable list to aid the Parties in resolving the dispute. The mediator shall not be an employee or former employee of either Party. The first meeting shall be held at a location chosen by the Village. At the meetings, each Party may present materials and/or arguments to the mediator. The mediator's decision shall be not be binding upon either Party. In the event that the foregoing steps fail to resolve the dispute, either Party may bring suit in the Circuit Court of Cook County, Illinois. ARTICLE XV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided by Contractor to the Village and the Village's written approval. The Village shall not unreasonably withhold its approval of such assignment. In the event of an assignment, the Contractor shall not be relieved of its obligations under the Contract unless agreed to by the Village, at its sole discretion. ARTICLE XVI - RECRUITING The Parties shall not, without the consent of the other Party, entice, encourage, offer special inducements, or otherwise recruit employees of the other Party during the period of this Contract and for a period of one (1) year thereafter. This clause is not intended to restrict any individual's right of employment but rather is intended to preserve the relationship intended under this Contract and to prevent the Parties from actively recruiting the employees of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in counterparts, each of which shall be an original and all of which together shall constitute one and the same agreement. ARTICLE XVIII - ENFORCEABILITY If any provision of this Contract is found to be invalid, illegal or unenforceable, that provision shall be severable from the rest of this Contract and the validity, legality and enforceability of the remaining provisions will in no way be affected or impaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall be the date of the last signature executing the Contract (hereinafter referred to as the "Effective Date"). 55 ARTICLE XX - ADVERTISEMENT Contractor shall not use, in its advertising, marketing programs, or other promotional efforts, any data, pictures, or other representation of the Village, except with the specific written authorization in advance by the Village. ARTICLE XXI - CAPTIONS; HEADINGS The paragraph headings which appear herein are included solely for convenience and shall not be used in the interpretation of this Contract. ARTICLE XXII — ENTIRE AGREEMENT This Contract, consisting of the Contract Documents, constitutes the entire agreement between the Parties for the subject matter hereof and supersedes all prior arrangements, agreements, representations and undertakings, written or oral. This Contract may not be changed or modified except by a written instrument duly executed by each of the Parties hereto. IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: VILLAGE OF MOUNT PROSPECT 91 Title: Date: ATTEST: Title: Date: 56 am Title: Date: ATTEST: Title: Date: VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to as Principal (hereinafter "Contractor"), a written agreement with the Village dated , (hereinafter "Contract"), for the Randview Highlands Phase II Street Lighting Project in accordance with the drawings and specifications prepared by: Hampton, Lenzini and Renwick, Inc. (Village of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof; and WHEREAS, the Contractor is required to furnish a bond in connection with the Contract to secure the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons as provided by law; NOW, THEREFORE, we, the undersigned Contractor and with main office at as Surety, are held and firmly bound unto the Village in the penal sum of Dollars ($_ ), lawful money of the United States, for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly pay for all laborers, workmen and mechanics engaged in the work under the Contract, and not less than the general prevailing rate of hourly wages as required by the Contract and the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., and for all material used or reasonably required for use in the performance of the Contract, and all duly authorized modifications, alterations, changes or additions to said Contract as may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject to the following conditions:. 1. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the 57 notice with the Village Clerk. Filing must be by personal service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of business within the State, the principal place of business of the corporation, and in the case of partnership, the names and residences of each of the partners; 3) the name of the Contractor for the Village; 3) the name of the person, firm or corporation by whom the claimant was employed or to whom such claimant furnished materials; 4) a brief description of the public improvement for the construction or installation of which the Contract is to be performed; and 5) a description of Claimant's contract as it pertains to the public improvement describing the work done by the claimant and stating the total amount due and unpaid as of the date of the verified notice. No defect in the notice herein provided for shall deprive the claimant of its right of action under the terms and provision of this Bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same. 3. No action shall be brought on this Bond later than one year after the date of the last item of work or of the furnishing of the last item of materials. Such suit shall be brought only in the circuit court of the State in the judicial district in which the Contract is to be performed. 4. The Village shall not be liable for the payment of any costs or expenses of any such lawsuit, and the Village does not have any obligations to any Claimants who make claims on this Bond. Surety will pay for all such claims, and for all costs and expenses of any such lawsuit, up to a maximum of the amount of this Bond. Surety hereby expressly agrees that no extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this Bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder. Surety's obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. W-1 Signed and sealed this Contractor By: Signature Title ATTEST: day of , 20. Corporate Secretary (corporations only) STATE OF COUNTY OF Surety 0 Officer Of The Surety Title Address: NOTARY I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 20 Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 59 VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND :Mot Me Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that Contractor , as Principal (hereinafter "Contractor"), and with main office at , a corporation of the state of as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of the Randview Highlands Phase II Street Lighting Project in accordance with the drawings and specifications prepared by: Hampton, Lenzini and Renwick, Inc. (Village of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village; or (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete the improvements at Surety's expense. The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, or, if no liquidated damages are provided for in the Contract, actual damages caused by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor under the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any suit under this Bond must be filed before the expiration of two years from the date on which final payment under the Contract is due or the applicable statute of limitations, whichever is longer. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Village or its heirs, executors, administrators or successors. Any proceeding, legal or equitable, under this Bond may be instituted in a court of competent jurisdiction in the location in which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of time in the Contract. Signed and sealed this day of 20 Contractor By: Signature Title Surety M Title Officer Of The Surety ATTEST: Address: Corporate Secretary (corporations only) NOTARY STATE OF COUNTY OF I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 20 Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 61 7/5/07 Electrical Loading Test Project`, RANDVIEW HIGHLANDS PHASE II, VILLAGE OF MOUNT PROSPECT County Contract Date COOK RANDVIEW HILNDS PH II Controller Multimeter Make & Model No. Calibration Date CONTROLLER LOAD MEASUREMENTS (AMPERES) Service Cable Measurements 7umberF Phase A Phase -B Phase C Neutral Contractor Owner Circuit Cable Measurements 7umberF --Branch UT 0Contractor 0�00�1 Representatives Present Resident Engineer Contractor Representative Owner Representative Signature Signature Signature 62 7/5/07 Electrical Voltage Test Project RANDVIEW HIGHLANDS PHASE II, VILLAGE OF MOUNT PROSPECT County I Contract Date COOK IRANDVIEW HILNDS PH 11 1 Controller Multimeter Make & Model No. Calibration Date VOLTAGE MEASUREMENTS ninl TGl VOLTAGE MEASUREMENTS -- LINE TO LINE I\/r)l T.q1 Last Pole on Circuit Atoll AtoC BtoC AtoN BtoN CtoN No Load at Service Disconnect Contractor F or 6 ( to ) ( to ) B or 2 ( to ) ( to ) Owner ( to ) ( to ) C or 3 ( to ) ( to ) u or Q Feil Load at Service Disconnect Full � Contractor D or 4 ( to ) ( to ) I or 9 ( to ) ( to ) Owner ( to ) ( to ) J or 10 ("to ) ( to T No Load at Lighting Controller Contractor Owner Full Load at Lighting Controller Contractor Owner VOLTAGE MEASUREMENTS -- LINE TO LINE I\/r)l T.q1 Last Pole on Circuit Contractor (phasing) reading Owner (phasing) reading Last Pole on Circuit Contractor (phasing) reading Owner (phasing) reading A or 1 ( to ) ( to ) F or 6 ( to ) ( to ) B or 2 ( to ) ( to ) G or 7 ( to ) ( to ) C or 3 ( to ) ( to ) u or Q ( to ) ( to ) D or 4 ( to ) ( to ) I or 9 ( to ) ( to ) E or 5 ( to ) ( to ) J or 10 ("to ) ( to T Resident Engineer Signature Representatives Present Contractor Representative Owner Representative Signature Signature 63 7/5/07 Electrical Cable Insulation Resistance Test Project RANDVIEW HIGHLANDS PHASE II, VILLAGE OF MOUNT PROSPECT County Contract Date of Inspection COOK IRANDVIEW HILNDS PH II Controller Megger Make & Model No. Calibration Date Resistance Measurements (Megohms) loo Zso Resident Engineer Representatives Present Contractor Representative Owner Representative Signature Signature Signature 64 �v� v Resident Engineer Representatives Present Contractor Representative Owner Representative Signature Signature Signature 64 C7 OiSWEGO�, IL M,LT11 N 1 II m Bid Request For Randview Highlands Phase 11 Street Lighting Project BID OPENING: June 24, 2019 — 1:00 P.M. Local Time 50 S. Emerson Street, Mount Prospect, Illinois 60056 Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 6005672229 NOTICE TO BIDDERS Bid for Randview Highlands Phase II Street Lighting Project Sealed bids will be received until 1:00 p.m. on Monday, June 24, 2019 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope, please submit bid clearly marked: "Sealed Bid for Randview Highlands Phase II Street Lighting Project" The project consists of installing new street lights, conduits, and cables, on Elmhurst Avenue, Russel Street, Pine Street, and Wille Street from Kensington Road to Highland Street in the Village of Mount Prospect, Illinois. Plans and specifications may be obtained at the Village of Mount Prospect's Onvia DemandStar website by using the following link: www.mount os ect.or / ids. Questions regarding this project should be directed to Randal Newkirk of Hampton, Lenzini and Renwick, Inc., 847-6976700. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 13010.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities, technicalities, and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael J. Cassady i►a Bid Form Page 1 BID FORM Iandview Hl hlands Phase II Street Lighting Pro ect Village of Mount Prospect Department of Public Works FROM. Utility Dynamics Corporation 23 Commerce Drive, Oswego, IL 60543 (hereinafter called 'Bidder") TO: Office of the Village Manager, 318 Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect') Bid For; "Randview Highlands Phase II Street lighting Project" The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet Other materials or standards provided or noted by the Village Contract Document Performance Bond Form Labor and Materials Payment Bond Form Plan Set Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all litems and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. 45 Bid Form Page 2 In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following; 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award of the contract the Village will send Notice of Award to the successful bidder. The bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within sixty (60) consecutive calendar days after the Notice to Proceed with finill c m letion to 10 days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor far failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Bid Form Page 3 Security in the sum of ten (10%) percent of the amount bid in form of (check one): __ Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following; 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet (s) Respectfully su Name of FirnI . ityy Dynamics Corporation -22 Titl ignature) 0 dress: 23 Commerce Drive Telephone: Oswego, IL 60543 (630)554-1722 Joseph B. Spencer Email: contact@utilitydynamicscorp.com 47 VILLAGE OF MOUNT PROSPECT AFFIDAVIT —BID CERTIFICATION FORM Bidder: Company/Firm Name: Utility Dynamics Corporation Address: 23 Commerce Drive, Oswego, IL 60543 As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of pper ury and possible termination of contract rights and debarment, the undersigned, ,lose h E3. enter being first duly sworn on oath, deposes and states that he or she is rest ent ('sole owner, partner, joint ventured, President, Secretary, etc.) of Utility Dynamics Cor oration (Name of Company) and has the authority to make all certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section II Bid Rigging and Ro a In The undersigned further states that Utility Dynamics Corporation (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free "Work lace The undersigned further states that Utility Dynamics Corporation (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 301LCS 58011, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. Section IV Tax Payment The undersigned further states that Utility D namics Cor oration (Name of Company) is not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Page 2 - AFFIDAVIT — BID CERTIFICATION FORM Section V Sexual Har ssment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (II) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that Utility Dynamics Corporation (Name of Company) has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right f th bid r to receive payment under any award made under the terms and provisions of tl b' The undersigned ce+rtuf" t infonnation contained in this Affidavit is true and correct. Signed by: °" Title: President S nature Name Rri e eph B pencer Signed or to b re me this 24th day of June 2019 My I si qem s: Notary Public )114(,71�%I SfI lth��KIy �'w.gDkdAgq q"ru9�B4a°, �„a�a&a. r��`�NpBwrorna,� M Included with this bid is a bank cashier's check, certified check or bid bond in the amount of 10% of total bid PriCp being ten percent (10%) of the total amount bid by Utility Dynamics Corporation , the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS 24th DAY OF June , 2019. SEAL (if corporation) mid Corporation R`fiiIipXWhalen, Secretary l- NU1'nternational dder's Agent and Agent's Title: Jennifer McComb Senior Surety Account Manager Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of Illinois WIN BID SHEET "Randview Highlands Phase Ii Street Lighting Project" (TO BE FILLED OUT BY THE CONTRACTORfBIDDER) The Bidder will complete pricing for all items (# 1-16) to provide all labor, equipment, materials and mobilization (if applicable) to perform this work. The fixed item price given is to be all Inclusive. NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 Side moval S..F 100 $ 10.00 0 _ ..� �....�... ..._._. ...... -�-... 140 .__.-._$. $ 15.00 __ .�1,000.m.0w. µ. .w.........._.._... $1,500.002 3 _� _..__..........._. .... . De -------- tecta _.-..w___ Sq Ft 44 $ 50.00 $ 2,000.00 4 Underground Conduit, Galvanized Steel, Foot 200 3" Diameter . $ 31.00 __,.w_ $ 6,200.00 5 Underground Conduit Coilable . _ .._......._.. Fo6i......... of _...._........4_.. 4580 Nonmetallic Conduit 1-114' Diameter $ 10.00 $45,800.00 ---------µ 6 ...o Underground Conduit, Coilable Foot ._. ...... 1000 $13.00 Nonmetallic Conduit 1-112" Diameter ...t. .,,,.. _ ....... _ _.-w.,.... -1-1.1111111 .., ___.,...._.3000.00.. 1...... 7 Electric Cable in Conduit, 600V (XLP- Foot 16480 TYPE USE 1/C No 8 $ .90 $14,832.00 .-_.�.....�..__� �..�._....._ ,.. 8 �}_...._ in ...M._Co�..........�_...................._....a..� ......w Electric Cable nduit, 600V (XLP- ...__..�.._ Foot 1980 TYPE USE 1/C No, 4 $ 1.60 $ 3,1s8.00 9 Install Light Standard, Aluminum, 25 FT. Each 20 M.H., 10 FT. Clamp -on Mast Arm, 88W $ 804.00 $16,080.00 LED 10 ISnkII Breakaway Device with Aluminum Each 20 $ 70.00 m..- $1,400.00 11 _ Foundation, Meta 1 g , 11 Bolt Each 20 $ 724,00 CirclePole 8" X 6' .L... ....._. 0.00 $14 480.00 12 Tree Protection Fence Foot 480 $ 4.50 $ 2,160.00 13 -Traffic Confrol and -P, rotection SS.,._."", _tandar...d-.......d ............... _ _ L 1 ......._..._...�.�...... ............ 701501 Sum $10,817.00 $10,817.00 __.1.4....' _70170 Control and Protection Standard L ...._w� _..,w �_. 1 .... ..... ._........__ .. ....... Sum _._...�, .. $ 1,500.00 $ 1,500.00 1.5 _ _ a ontrol and Protection Stand rd 1 7Traffic 01809 Sum $ 1,000.00 ,000.00 $1,000.00 TOTAL FOR ITEMS (1-15) $134,937.00 51 UTILITY DYNAMICS CORPORATION 23 COMMERCE DRIVE PHONE: OSWEGO, ILLINOIS 80543 (630) 554-1722 e-mail: contactOutllitytlynamlcacorp.com FAX (630) 554-1195 ELECTRICAL CONTRACTORS • OVERHEAD LINE CONSTRUCTION • UNDERGROUND DISTRIBUTION SYSTEMS June 24, 2019 Bid Request Randview Highlands Phase II Street Lighting Project Village of Mount Prospect, IL In response to Pg. 6, Par. 11 of the Bid Documents, UDC does hereby provide the following information required under this paragraph: Bidders Qualifications: a. Utility Dynamics Corp. 23 Commerce Drive Oswego, I L 60543 630-554-1722 b. Utility Dynamics Corp. has successfully completed numerous projects for the Village. The Village personnel that we have worked with is well informed as to the capabilities of our company and our ability to perform work in a safe, neat and productive manner. c. Attached you will find a list of some recent, similar projects, completed by Utility Dynamics Corp. Additional references are available upon request. d. Attached you will find a list of projects that Utility Dynamics Corp. currently has under contract. e. As evidence that Utility Dynamics Corp. is adequately prepared to fulfill the contract, please find attached a copy of our IDOT Certification, along with a list of our owned equipment that we have available for use on this project. Sincerely, Utility Dynamics Corp. Philip A. Whalen Vice President Encl. (7) Utility Dynamics Corporation Similar Projects Job Name,, Location Village of Mount Prospect 50 S. Emerson St. Central Rd. Street Mount Prospect, IL Jeff Meindl Light Project Mt. Prospect 60056 (630)870-5640 Village of Mount Prospect 50 S. Emerson St. Willow, Cypress & Mount Prospect, IL Jeff Meindl Frost Lighting Mt. Prospect 60056 (630)870-5640 Collins St. Street Lighting City of Joliet Improvements- 150 W. Jefferson St. Russ Lubash Segment 2 Joliet, IL Joliet, IL 60432 (815)724-4000 Village of Bensenville 2018 Residential 12 South Center St. Brad Hargett St. Ltg. Project Bensenville, IL Bensenville, IL 60106 (630)718-7578 Village of Palatine 2018 Street 200 E. Wood St. George Ruppert Lighting Palatine, IL Palatine, IL 60067 (847)358-7500 A Lamp Concrete 1900 Wright Blvd. West Chicago, Schaumburg, IL Doug Masters Roadway Rehab. I IL 160193 (815)210-6088 UTILITY DYNAMICS CORPORATION PROJECTS IN PROGRESS Project Name &Location Longmeadow over Fox River Algonquin, IL Ramp Reconstruction Sugar Grove, IL Randhurst Street Lighting Project Randhurst, IL Decorative Street Lighting Phase 4 Romeovile, IL 194 Eden Spur Lighting Northbrook, IL Cedar Ave Streetscape Lake Villa, IL 91st St. Reconstruction Napervile, IL Schuyler Streetscape Kankakee, IL Ln CDv CD0 v v J rr�rr p LL ZAft slaw 00 T- QO0(f) H W Q ■.wrw O O W � p 2 J >Z wwre Z a ofQ U W U) o Awa d=2 w p z O cu V LU a U 0 O -U) ZOa o a z o U w WZ0 o WF -U) p !� W 2 o U � m awLLJl M X —jO co Z Z O o LU i N wom `- W U z N c LLJp OQLU U) W w a� rrrr Ix 0 J = > W J Qz Z Z p Q U a' �gZ w p OLL 04 o Z HOv o P LL W U)U Q "m U) U) H O QU O q wasp aWUWO a W LLUJ v O OOwW LL>-O� NLLJ_ > O OQZZ W a O QpW o N O W Uo<O � CO o U LL a0W v O z of Z W W W LL U N Q�=O O (0 ZOU) LLJ > H Z J �p� �0<< U COm O Z) W J a) .=,3 LUW °0w0� 0 LL Z `U (1)Q wi2Y a H�WO O CL p a) 2 Z" _ w LL. U) O p p W �O� > () L- O p �p2� O W O LL U U W H U Z E"0 c0 a) �o~a UU UUJ aQa a7 LL v Q o f O QQa0 =UYZ w w U LL Z Li p w U0, ( OQ�= =z0= 7- F= a! W U r, D CN P 0 P w Ln CDv CD0 v v J Sorted by Class ID UTILITY DYNAMICS CORPORATION Page 1 Equipment List 06/21/2019 12:28 PM Class ID Class Name Equip ID Equipment Name 2 TRUCKS 200595 1995 GMC TELELECT TELECON II 2 TRUCKS 200747 2008 FORD F450 2 TRUCKS 200764 2004 FREIGHTLINER DUMP TRUCK 2 TRUCKS 200765 2003 INT TRUCK 2 TRUCKS 200766 2003 INT FLATBED 2 TRUCKS 200768 2005 FORD SHORT F750 DUMP 2 TRUCKS 200812 2011 CHEVY DUMP TRUCK 2 TRUCKS 200826 2006 INT 4300 BOX TRUCK 2 TRUCKS 200842 2007 INT. VAN TRUCK 2 TRUCKS 200843 2002 FORD F450 2 TRUCKS 200847 2008 FREIGHTLINER 2 TRUCKS 200853 2002 INTERNATIONAL BUCKET TRUCK 2 TRUCKS 200858 1999 INT'L W/ HYDRAULIC CRANE 2 TRUCKS 200861 2013 DODGE RAM 4500 2 TRUCKS 200866 2014 FORD F250 2 TRUCKS 200869 2006 FORD F550 W/ BUCKET 2 TRUCKS 200871 2014 FORD F-450 2 TRUCKS 200872 2014 FORD F-450 2 TRUCKS 200886 2005 CHEVY MEDIUM DUTY 2 TRUCKS 200889 2015 FORD F-250 SD 2 TRUCKS 200899 2009 GMC UTILITY TRUCK 2 TRUCKS 200914 2003 FORD F550 2 TRUCKS 200922 2007 STERLING W/ TEREX COMMANDER 2 TRUCKS 200923 2007 STERLING ACTERA 2 TRUCKS 200924 2007 INTERNATIONAL BUCKET TRUCK 2 TRUCKS 200929 2016 DODGE RAM 4500 2 TRUCKS 200930 2016 DODGE RAM 4500 2 TRUCKS 200931 2016 DODGE RAM 4500 2 TRUCKS 200937 2000 INTERNATIONAL WINCH TRUCK 2 TRUCKS 200938 2003 INTERNATIONAL BOOM TRUCK 2 TRUCKS 200939 2003 INTERNATIONAL BOOM TRUCK 2 TRUCKS 200941 2017 DODGE RAM 2 TRUCKS 200942 2005 Ford F350 2 TRUCKS 200945 2007 FORD UTILITY TRUCK 2 TRUCKS 200946 2006 INT'L 4300 DIGGER 2 TRUCKS 200947 2004 INT'L 7400 BUCKET 2 TRUCKS 200949 2017 DODGE RAM 2500 2 TRUCKS 200950 2016 FORD F-550 2 TRUCKS 200953 2016 FORD F-550 2 TRUCKS 200956 2017 DODGE RAM 1500 2 TRUCKS 200960 2003 INT'L 7000 SERIES 2 TRUCKS 200961 2002 INT'L 4000 SERIES 2 TRUCKS 200964 2002 INTERNATIONAL 2 TRUCKS 200967 2017 DODGE RAM 1500 2 TRUCKS 200968 2001 FORD F550SDUTY 2 TRUCKS 200972 2005 FORD F750 FLATBED 2 TRUCKS 200973 2005 GMC DUMP TRUCK 2 TRUCKS 200974 2007 INTERNATIONAL DUMP 2 TRUCKS 200976 2007 INT'L BOOM TRUCK 2 TRUCKS 200982 2009 INTERNATIONAL 7000 SERIES 2 TRUCKS 200985 2012 FORD F750 BUCKET 2 TRUCKS 200988 2011 FORD F550 BUCKET 2 TRUCKS 200989 2018 RAM 5500 2 TRUCKS 200996 2011 FORD UTILITY F750 2 TRUCKS 200997 2010 INTERNATIONAL 7400 2 TRUCKS 200998 2011 FORD F750 BUCKET 2 TRUCKS 201104 2007 FORD F550 2 TRUCKS 201105 2006 INTERNATIONAL FLATBED 3 LICENSED TRAILERS 300103 2014 DITCH RUNNER TRAILER 3 LICENSED TRAILERS 300239 '76 Tandem Axle Tag Trlr homemade Sorted by Class ID UTILITY DYNAMICS CORPORATION Page 2 Equipment List 06/21/2019 12:28 PM Class ID Class Name Equip D Equipment Name 3 LICENSED TRAILERS 300553 2000 REDI HAUL TRAILER 3 LICENSED TRAILERS 300605 R & W DUMP TRAILER 3 LICENSED TRAILERS 300606 2002 HOMEMADE TRAILER 3 LICENSED TRAILERS 300609 1994 TOWMASTER (CONTRAIL) TRLR 3 LICENSED TRAILERS 300610 1997 DITCH WITCH UTILITY TRLR 3 LICENSED TRAILERS 300619 1993 DELPHI POLE TRLR 3 LICENSED TRAILERS 300652 1979 BUTLER TRAILER 3 LICENSED TRAILERS 300682 1999 REDIHAUL TRLR 3 LICENSED TRAILERS 300683 1999 REDIHAUL TRLR 3 LICENSED TRAILERS 300691 1989 SAUBER 3 REEL TRAILER 3 LICENSED TRAILERS 300692 1987 FRUEHAUF TRAILER 3 LICENSED TRAILERS 300694 1990 FRUEHAUF TRAILER 3 LICENSED TRAILERS 300702 2000 TOWMASTER TAGALONG TRAILER 3 LICENSED TRAILERS 300707 1998 CRONKHITE DROP DECK TRLR 3 LICENSED TRAILERS 300724 2005 PACE AMERICAN 3 LICENSED TRAILERS 300729 1990 SAUBER 1536 TRAILER 3 LICENSED TRAILERS 300735 2005 DITCH WITCH T1 8B TAG A LONG TRAILER 3 LICENSED TRAILERS 300761 2001 TOWMASTER TRLR 3 LICENSED TRAILERS 300763 2005 TRLR EXPRESS 3 LICENSED TRAILERS 300784 1973 DYNAWELD UTILITY TRAILER 3 LICENSED TRAILERS 300786 2000 ROOSE REEL TRAILER 3 LICENSED TRAILERS 300792 2007 BETTERBUILT TRLR 3 LICENSED TRAILERS 300797 2003 BELSHE T16 3 LICENSED TRAILERS 300801 2011 DOOLITTLE TRAILER 3 LICENSED TRAILERS 300806 2012 BRAVO TRAILER 3 LICENSED TRAILERS 300807 2011 VMA TRAILER 3 LICENSED TRAILERS 300808 2010 PACE OUTBACK TRAILER 3 LICENSED TRAILERS 300811 FELLING DROP DECK TRLR 3 LICENSED TRAILERS 300815 2005 BOBCAT TRLR 3 LICENSED TRAILERS 300818 2001 REEL TRAILER 3 LICENSED TRAILERS 300819 2000 JTC REEL TRAILER 3 LICENSED TRAILERS 300825 2012 FELLING FT-24 I DROP DK TRAILER 3 LICENSED TRAILERS 300832 2006 BIG TOW EQUP. TRAILER 3 LICENSED TRAILERS 300833 2006 BIG TOW 3 TON UTILITY TRAILER 3 LICENSED TRAILERS 300834 2006 BIG TOW 7 TON EQUIPMENT TRAILER 3 LICENSED TRAILERS 300835 2006 BIG TOW B6 UTILITY TRAILER 3 LICENSED TRAILERS 300848 2013 KAUFMAN TRAILER 3 LICENSED TRAILERS 300863 2005 PONDEROSA ENCLOSED TRAILER 3 LICENSED TRAILERS 300864 2006 REDI HAUL TRAILER 3 LICENSED TRAILERS 300873 1969 REY CLIF 3 LICENSED TRAILERS 300875 2006 TOWMASTER TRAILER 3 LICENSED TRAILERS 300897 2002 WELLS CARGO TRAILER 3 LICENSED TRAILERS 300898 2016 LOAD TRAILER 3 LICENSED TRAILERS 300904 2014 FELLING FT241 TRAILER 3 LICENSED TRAILERS 300911 2004 CORN PRO 14' TRAILER 3 LICENSED TRAILERS 300912 1989 DITCH WITCH REEL TRAILER 3 LICENSED TRAILERS 300915 1995 WELLS CARGO TRAILER 3 LICENSED TRAILERS 300917 2002 BROOKS BROS REEL TRAILER 3 LICENSED TRAILERS 300918 2004 BUTLER POLE TRAILER 3 LICENSED TRAILERS 300919 2005 BROOKS BROS PIPE TRAILER 3 LICENSED TRAILERS 300920 2003 TN TRAILER 3 LICENSED TRAILERS 300926 2009 SDP EQUIPMENT TRAILER 3 LICENSED TRAILERS 300944 2017 FELLING TRAILER 3 LICENSED TRAILERS 300948 1975 DYNAWELD REEL TRAILER 3 LICENSED TRAILERS 300969 2001 TOWMASTER TRAILER 3 LICENSED TRAILERS 300975 1990 PULL TRAILER 3 LICENSED TRAILERS 300977 2002 BELSHE TRAILER 3 LICENSED TRAILERS 300984 2001 FONTAINE FLATBED TRAILER 3 LICENSED TRAILERS 300987 2018 JTC REEL TRAILER 3 LICENSED TRAILERS 300992 2019 FELLING F16 TRAILER Sorted by Class ID UTILITY DYNAMICS CORPORATION Page 3 Equipment List 06/21/2019 12:28 PM Class ID Class Name Equip ID Equipment Name 5 OFF ROAD EUIP, 500102 2014 DITCH WITCH FX50 VAC 5 OFF ROAD EUIP, 500116 SINGLE DRUM PULLER 5 OFF ROAD EUIP.. 500119 1988 VERMEER LM35 TRENCHER 5 OFF ROAD EUIP, 500155 ARROW CEMENT MIXER 5 OFF ROAD EUIP, 500159 COLEMAN LIGHT PLANT 5 OFF ROAD EUIP, 500190 EAGER BEAVER ASPHALT ROLL 5 OFF ROAD EUIP, 500191 ATLAS COPCO AIR COMPRSOR 5 OFF ROAD EUIP, 500193 1997 JOHN DEERE 310E 5 OFF ROAD EUIP„ 500194 CLARK LIFT TRUCK 5 OFF ROAD EUIP„ 500195 CLARK FORK LIFT 5 OFF ROAD EUIP, 500198 ARROWBOARD 5 OFF ROAD EUIP, 500584 2001 CAT 416D BACKHOE LOADER 5 OFF ROAD EUIP, 500591 HYSTER FORK LIFT 5 OFF ROAD EUIP, 500592 ARROW PANEL 5 OFF ROAD EUIP. 500599 MULTIQUIP ROLLER 5 OFF ROAD EUIP, 500608 JOHN DEERE 5 OFF ROAD EUIP, 500645 SINGLE DRUM PULLER 5 OFF ROAD EUIP, 500647 HYCA LOADER WIRE TRAILER 5 OFF ROAD EUIP, 500703 CLUB CAR 5 OFF ROAD EUIP, 500705 1988 VERMEER LM-35 W/PLOW 5 OFF ROAD EUIP. 500727 Exmark Lazer Z XS 5 OFF ROAD EUIP, 500758 1995 YALEFORKLIFT 5 OFF ROAD EUIP. 500772 2007 ARROW BOARD, SOLAR 5 OFF ROAD EUIP, 500773 2007 ARROW BOARD, SOLAR 5 OFF ROAD EUIP, 500781 2006 BUSH HOG 5 OFF ROAD EUIP, 500802 2010 EZ SPOT UR POLE CLAW 5 OFF ROAD EUIP, 500805 2002 VERMEER TRENCHER 5 OFF ROAD EUIP, 500820 2005 INGERSOLL-RAND AIR COMPRESSOR 5 OFF ROAD EUIP, 500821 2004 INGERSOLL-RAND AIR COMPRESSOR 5 OFF ROAD EUIP, 500845 2006 VERMEER MIXING UNIT 5 OFF ROAD EUIP, 500846 2006 VERMEER MIXING UNIT 5 OFF ROAD EUIP. 500857 COMPACTOR, MULTIQUIP 5 OFF ROAD EUIP. 500860 2004 VERMEER TRENCHER 5 OFF ROAD EUIP, 500877 STOW CEMENT MIXER 5 OFF ROAD EUIP. 500888 FX25 VACUUM EXCAVATOR 5 OFF ROAD EUIP. 500901 DITCH WITCH VACUUM EXCAVATOR & TRL 5 OFF ROAD EUIP, 500905 KUBOTA SKID STEER 5 OFF ROAD EUIP, 500906 KUBOTA EXCAVATOR 5 OFF ROAD EUIP, 500907 KUBOTA EXCAVACTOR 5 OFF ROAD EUIP, 500908 KUBOTA EXCAVATOR 5 OFF ROAD EUIP, 500909 ARROWHEAD HYDRAULIC BREAKER 5 OFF ROAD EUIP, 500913 KUBOTA TRACK LOADER 5 OFF ROAD EUIP, 500916 2006 JGL TELESCOPIC FORKLIFT 5 OFF ROAD EUIP, 500925 2008 EZ HAULER 4100 5 OFF ROAD EUIP, 500927 KUBOTA EXCAVATOR 5 OFF ROAD EUIP, 500928 KUBOTA SKIDSTEER 5 OFF ROAD EUIP, 500933 MUSTANG MINI EXCAVATOR 5 OFF ROAD EUIP 500934 MUSTANG MINI EXCAVATOR 5 OFF ROAD EUIP, 500935 MUSTANG MINI EXCAVATOR 5 OFF ROAD EUIP, 500936 MUSTANG MINI EXCAVATOR 5 OFF ROAD EUIP, 500952 MUSTANG MINI EXCAVATOR 5 OFF ROAD EUIP, 500954 KUBOTA SKID LOADER 5 OFF ROAD EUIP, 500955 DITCH WITCH MINI SKID STEER 5 OFF ROAD EUIP, 500958 2008 JOHN DEER GATOR 5 OFF ROAD EUIP. 500959 2001 JOHN DEERE GATOR 5 OFF ROAD EUIP, 500962 KUBOTA SKID STEER 5 OFF ROAD EUIP, 500963 KUBOTA SKID STEER 5 OFF ROAD EUIP, 500970 2001 DITCH WITCH MUD MIXER 5 OFF ROAD EUIP, 500971 2005 DITCH WITCH TRENCHER 5 OFF ROAD EUIP, 500978 2014 RING-O-MATIC VACUUM EXCAVATOR Sorted by Class ID UTILITY DYNAMICS CORPORATION Page 4 Equipment List 06/21/2019 12:28 PM Class ID Class Name Equip ID Equipment Name 5 OFF ROAD EUIP. 500979 ALLMAND ECLIPSE ARROW BOARD 5 OFF ROAD EUIP. 500986 2002 WANCO ARROW BOARD 5 OFF ROAD EUIP. 500990 KUBOTA MINI EXCAVATOR 5 OFF ROAD EUIP. 500995 MUSTANG 4502 EXCAVATOR 6 DIRECTIONAL BORE 600100 DITCH WITCH JT20 DRILL 6 DIRECTIONAL BORE 600896 DITCH WITCH JT20 6 DIRECTIONAL BORE 600903 DITCH WITCH JT20 BORING MACHINE 6 DIRECTIONAL BORE 600932 2016 DITCH WITCH JT20 6 DIRECTIONAL BORE 600943 2017 DITCH WITCH JT25 6 DIRECTIONAL BORE 600983 DITCH WITCH JT20 6 DIRECTIONAL BORE 600991 DITCH WITCH JT10 DRILL 6 DIRECTIONAL BORE 600999 DITCH WITCH JT20 UTILITY DYNAMICS CORPORATION UTILITY DYNAMICS CORPORATION REFERENCES FINANCIAL REFERENCES: Byline Bank 820 Church Street Evanston, IL 60201 Contact: Karen Hunt Ph. 847-733-7400 Fax 847-733-7485 Michael R. Horst & Company 7 Elmwood Dr. Hawthorn Woods, IL 60047 Contact: Michael Horst Ph. 847-550-6132 Fax 847-550-6216 HUB International Limited 1411 Opus Place -Suite #450 Downers Grove, IL 60693 Contact: Don Burke Ph. 630-468-5600 Fax 630-468-5695 REFERENCES FOR UTILITY DYNAMICS CORPORATION Gerry Hennelly Christopher B. Burke Engineering, Inc. 9575 W. Higgins Suite #600 Rosemont, IL 60018 (847)823-0500 Scott Miller City of Aurora 44 East Downer Place Aurora, IL 60507 (630)768-6577 George Ruppert Village of Palatine 200 E. Wood St. Palatine, IL 60067 (847)358-7500 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Utili�ynamics Corporation 23Commerce Drive Oswe o IL 6054 as Principal, hereinafter called the Principal, and rnr n 1 I a corporation duly organized under the laws of the State of SD as Surety, hereinafter called the Surety, are held and firmly bound unto Village of Mount Prospect 50 S. Emerson Street Mount Prospect, IL 60056 as Obligee, hereinafter called the Obligee, in the sum of Ten Perqgn1,ofAmqunt Bid Dollars ($ 10% }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.' WHEREAS, the Principal has submitted a bid for Randview Highlands Phase II Street Li htin Pra"ect NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid„ then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 24th I day of June , 2019 AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 G -23208-B ss. STATE OF Illinois COUNTY OF QuPagg_ 1, Sher [y Bacskai Notary Public of _Dupagg County, in the State of Illinois do hereby certify that Jennifer J. McComb Attorney -in -Fact, of the Western Sgret y Cgmoaay who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Weste.rurePqM� .,n.St ny ... �r _y,_ for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Downers Grove in said County, this 24th _ day of OFFOAL SFA, L. SHERRY BAM<Ai � FtN40TAMRy PUBtl _I� - STATE OFIU 11,10113 My My Commission expires: October 22, 2019 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jennifer J. McComb , Individually of Downers Grove, IL its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - SuretyBondNo.: Bid Bond Principal: Utility Dynamics Corporation Obligee: Village of Mount Prospect and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seat to be hereto affixed on this 27th day of February, 2018. '010w" WESTERN SURETY COMPANY iiawar t!7-.,., . ...n_.: aui.,,T. Bruflat Vice Preside .._ nt State of South Dakota ss County of Minnehaha On this 27th day of February, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOFiR WAg--rPm June 23, 2021 ........................ .._.w_...._.....n.... .................Mohr, Notary Patl4ic.... CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 24th day of June, 2019. WESTERN SURETY COMPANY �k..,Secretary Form F4280-7-2012 Go to vww.tPasure ..coat > Owner / Obligea Services > Validate Bond Coverage, if you want to verify bond authenticity. 7/2/2019 PHOTO OF RANDVIEW HIGHLANDS SAMPLE STREETLIGHT (003).jpg (3024x4031) https://go.boarddocs.com/il/vomp/Board.nsf/files/BDJ5MU10F5EF/$file/PHOTO OF RANDVIEW HIGHLANDS SAMPLE STREETLIGHT (003).jpg 1/1