Loading...
R-1289 - 08/27/2013 - CONTRACTS - Resolutions RESOLUTION 2013-PW-CNSTRCT-CNTRCT-R-1289 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONSTRUCTION CONTRACT FOR THE REPLACEMENT OF CONCRETE AND THE INSTALLATION OF CONDUIT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND CROWNE INDUSTRIES, LTD., OF SCHAUMBURG, ILLINOIS WHEREAS, the concrete installed over the fuel tanks ("Fuel Tanks") located in the yard of the Village Department of Public Works building ("Building") is in need of removal and replacement, and the Village desires to install electrical conduit between the Building and the Fuel Tanks to permit the transmission of data from the Fuel Tanks to the Building (collectively, "Work"); and WHEREAS, on July 12, 2013, the Village solicited bids for the Work ("Construction Contract'); and WHEREAS, the Village received 4 bids for the Construction Contract; and WHEREAS, Crowne Industries, Ltd., of Schaumburg, Illinois ("Crowne"), submitted the lowest price bid for the Construction Contract in the amount of$42,108; and WHEREAS, sufficient funds exist in the Village's Municipal Building Improvements, Structural Improvements fund to enter into the Construction Contract with Crowne to complete the Work in an amount not to exceed $42,108; and WHEREAS, the President and Board of Trustees have determined that it is in the best interests of the Village to enter into the Construction Contract with Crowne in substantially the form attached hereto as Exhibit A; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Approval of Purchase. The purchase of construction services from Crowne to complete the Work in a total amount not to exceed $42,108 shall be, and is hereby, approved. Section 3: Approval of the Contract. The President and Board of Trustees hereby approve the Construction Contract by and between the Village and Crowne in substantially the form attached hereto as Exhibit A and in a final form acceptable to the Village Manager and the Village Attorney. Section 4: Authorization and Execution of the Contract. The Village President and Village Clerk shall be, and hereby are, authorized to execute the final Construction Contract on behalf of the Village after review and approval of the final form of the Contract by the Village Manager and the Village Attorney. Section 5: Effective Date. This Resolution shall be in full force and effect upon passage and I approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Resolution 2013-PW-CNSTRCT-CNTRCT-R-1289 Concrete Replacement and Conduit Installation Page 2 oft APPROVED THIS 27th day of August, 2013 Gopal G. Lalmalani Village President PASSED THIS 27th day of August, 2013 Ayes: Trustees Adler, Baar, Manzo, Moy, Wolin, Yusuf Nays: None Absent: ATTEST:, Charlotte K. Pruss Village Clerk t ' 711 CIO \' COII14T`f , EXHIBIT A CONSTRUCTION CONTRACT #25559321 vl PEE Of O g k Village of Oak Brook Public Works Building r a Fuel Tank Concrete Replacement Bid Package C0UIN414 July, 2013 Table of Contents Section A. Notice to Bidders B. Bid C. Instructions D. Specifications E. General Conditions F. Statement of Contractor's Qualifications G. References H. Bid Certification L Contract J. Contract Bond K. Figures J:\WORDDOC\BID PACKAGES\2013 Bid Packages\2013 Fuel Tank Concrete Replacement.docx Section A Notice to Bidders Posted on the Village website on July 12, 2013: The Village of Oak Brook will receive bids for: Public Works Building Fuel Tank Concrete Replacement A Pre Bid meeting and walk-thru will be held at 10.00 a.m. on Wednesday, July 24, 2013, at the Public Works Building, 3003 Jone Blvd., Oak Brook, Illinois 60523. Prospective bidders must be at the Public Works Building at 10:00 a.m. to be considered an attendee. Attendance at this meeting is mandatory. The purpose of the meeting is to give all prospective bidders the opportunity to inspect the condition of the Fuel Tank Concrete at the Public Works Building. Any questions or concerns can be addressed at this time. Sealed bids will be received by Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 11:00 A.M., Wednesday, July 31, 2013, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. A complete bid package, of which this notice is a part, is on file for inspection and may be downloaded from the Village's website www.oak-brook.orcl or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8:00 A.M. and 4:30 P.M. Monday through Friday. There is no charge for the package. No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. Charlotte K. Pruss Village Clerk i I i ADDENDUM # 1 VILLAGE OF OAK BROOK PUBLIC WORKS BUILDING FUEL TANK CONCRETE REPLACEMENT July 24, 2013 This addendum #1 is meant to revise the Bid Package that was issued on July 12, 2013, Public Works Building Fuel Tank Concrete Replacement as follows: 1. Replace Section B - Bid with the attached Section B - Bid. The revised Bid includes a unit price for removing and disposing of contaminated water from the excavation. This work will be an addition to the base bid and must be authorized by the owner prior to any water removal. 2. Section D — Specifications, 2.1.2 F. page 4, Add the following after the first sentence: The 40-inch diameter manhole covers shall be as manufactured by Fibrelite or equal. 3. Section D- Specifications, 3.2.2 A, page 4, Add the following; The conduits terminating at the fuel disperser island shall terminate inside the base of the reader enclosure. One existing abandoned conduit stub shall be removed to allow room for the two new spare conduits. End of Addendum # 1 i Section B Bid Public Works Building Fuel Tank Concrete Replacement 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by all specifications for the work. The undersigned submits herewith his bid for the indicated item as follows: Complete the Public Works Building Fuel Tank Concrete Replacement as contained in Section D: Lump Sum Total $ 36, 808 . 00 Thirty Six Thousand Eight Hundred Eight In Words ADD Removal and proper disposal of contaminated water from the excavation as directed by the Owner. $ . 50 per gallon removed. As an alternate, the bidder shall submit a separate price for furnishing and installing two 1-inch diameter conduits each approximately 110-feet long along the build to the fuel disperser island. Lump Sum Total $ 5, 300 . 00 Five Thousand Three Hundred In Words The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it 2. COSTS: The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. This bid shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS: The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 4. TIME OF COMPLETION: The undersigned affirms and declares that if awarded the contract for this work he will completely perform said contract in strict accordance with its terms and conditions by July 31, 2013, unless additional time shall be granted by the Village in accordance with the provisions of the specifications. Should the contractor fail to complete the work by said date or within such extended time as may have been allowed, the contractor shall be liable to the Village in the amount set forth in the specifications. 5. BID GUARANTEE: N/A Firm Name- Growne Industries, Lid. Address: 2511 W. Schaumburg Roma #358 City, State, ZIP: Schaumbur Signature: ti. Name Printed: Robert Sumosk Title: President 630-21_4557 --,—Date:-Telephone: .—Date: If a Corporation: ATTEST: II Section C instructions 1. RECEIPT OF BID: Wednesday, July 31, 2013, 11:00 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. PROJECT DESCRIPTION: Fuel Tank Concrete Replacement 4. PREPARATION AND SUBMISSION OF BID: A. A Pre Bid meeting and walk-thru will be held at 1000 a.m. on Wednesday, July 24, 2013, at the Public Works Building, 3003 Jorie Blvd., Oak Brook, Illinois 60523. Prospective bidders must be at the Public Works Building at 10:00 a.m. to be considered an attendee. Attendance at this meeting is mandatory. The purpose of the meeting is to give all prospective bidders the opportunity to inspect the condition of the Fuel Tank Concrete Replacement at the Public Works Building. Any questions or concerns can be addressed at this time. B. The bid must be delivered to the office of Rania Serences, Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Wednesday, July 31, 2013, at 11:00 A.M., prevailing time, at which time it will be publicly opened and read in the S. E. Dean Board Room of the Village Hall. Bids received after this time will not be considered and will be returned unopened. C. The bid shall be submitted on the exact form furnished. All blank spaces for bid price, unit cost and alternates must be filled in--in ink--in both words and figures (as stipulated). In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. D. A complete bid package must be submitted, including the following items: 1. Bid. 2. Statement of Qualifications. 3. References 4. Bid Certification E. The Contract and Contract Bond (Performance and Payment) are provided as information, and will be completed only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. F. Separate sheets may be attached to the bid for the purpose of explanation, exception, alternate bid and to cover the unit price, if needed. G. In submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. Page 1 H. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. 1. The contractor further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. J. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. K. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. L. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. M. The contractor further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work. or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. N. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. O. The contractor further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the Village, in the penal amount of 100% of the Contract amount, guaranteeing the faithful performance of the work and payment for labor, material supplies, and subcontractors in accordance with the terms of the Contract. P. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. Page 2 Q. By submitting a Bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. R. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. S. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the Public Works Director a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only by addendum duly issued by the Village. The Village will not be responsible for any other explanation or interpretation of the Bid Package. 5. SUBSTITUTIONS: A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base bid price for the total cost. D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration,the following shall accompany each bid: 1.Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. i 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions Page 3 6. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village 7. CONDITIONS: The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailer's Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. 8. WARRANTY: Included in Section D, Specifications. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. Page 4 10. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability- $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; I Page 5 C. Worker's Compensation and Employer's Liability -Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage- (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers, or agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self- insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees,volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Page 6 Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 12. SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 13. EQUAL OPPORTUNITY: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 14. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers,.mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or Page 7 electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 15, EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi-skilled or unskilled, whether manual or non-manual. 16. COPIES OF DOCUMENTS The number of copies of Contract and Bond required to be executed is as.follows: a)Two (2) original counterparts of the Contract documents will be required to be executed. 17. EXECUTION OF DOCUMENTS The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: Page 8 a A Bid signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. A bid signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. A bid signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. 18. NON-DISCRIMINATING: The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 19. INDEPENDENT CONTRACTOR: There is no employee/employer relationship between the CONTRACTOR and the VILLAGE. CONTRACTOR is an independent contractor and not the VILLAGE'S employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker's Compensation Act (820 ILCS 30511, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to CONTRACTOR. The performance of the services described herein shall not be construed as creating any joint employment relationship between the CONTRACTOR and the VILLAGE, and the VILLAGE is not and will not be liable for any obligations incurred by the CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the VILLAGE and the CONTRACTOR. 20. ASSIGNMENT Neither the VILLAGE nor the CONTRACTOR shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not.be unreasonably withheld. Page 9 21. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance and enforcement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. Page 10 Section D Specifications Public Works Building Fuel Tank Concrete Replacement PART 1 - GENERAL 1.1 SUMMARY OF THE WORK 1.1.1 CONTRACT DOCUMENTS AND RELATED REQUIREMENTS Drawings, general provisions of the contract, including general and supplementary conditions and other Division 01 specifications, shall apply to the work of this section. The contract documents show the work to be done under the contract and related requirements and conditions impacting the project. Related requirements and conditions include applicable codes and regulations, notices and permits, existing site conditions and restrictions on use of the site, requirements for partial owner occupancy during the work, coordination with other work and the phasing of the work. In the event the Contractor discovers a conflict in the contract documents and/or requirements or codes, the conflict must be brought to the immediate attention of the Owner for resolution. Whenever there is a conflict or overlap in the requirements, the most stringent shall apply. 1.1.2 EXTENT OF WORK A. In general the work shall include the removal and replacement of the existing fuel tank concrete located at the Village's Public Works Building along with as an alternate, the furnishing and installing two 1-inch diameter conduits along the side of the Public Works Building. 1.1.3 RELATED WORK A. Section not used. 1.1.4 TASKS The work tasks for the fuel tank concrete are summarized briefly as follows: A. Remove and provide proper disposal for the existing fuel tank concrete. The existing observation well shall not be removed and shall be protected during construction. The existing underground piping and wiring below the new concrete slab shall be- located and protected during construction. B. Remove and replace existing watertight manhole frames and lids along with containment sumps. All lids shall be flush with the new concrete finish grade. C. Furnish and place new pea gravel base below the concrete slab as needed. The base shall be compacted as specified. D. Fumish and place the new reinforced concrete slab. The work shall include all expansion materials and construction joints along with two coats of curing compound. The work tasks for the installation of the conduits are summarized as follows: E. Furnish and install two spare 1-inch diameter conduits along the Public Works Building. Each conduit is approximately 110 feet long. Both spare conduits shall terminate at the existing fuel Page 1 dispenser. One spare conduit shall terminate inside the garage building with a new junction box to be located by the Owner and the other spare conduit shall terminate outside the garage building at the existing pull 90 degree bend. F. Install a string in each conduit to facilitate pulling wire through the conduit at a later date. G. Restore the landscaped area along with patching or replacing the sections of the parking lot, curb and sidewalk that were disturbed by the construction. 1.1.5 CONTRACTOR USE OF PREMISES A. The Contractor and Contractor's personnel shall cooperate fully with the Owner's representative/consultant to facilitate efficient use of buildings and areas within building. The Contractor shall perform the work in accordance with the Owner's specifications, drawings, phasing plan and in compliance with any/all applicable Federal, State and Local regulations and requirements. B. The Contractor shall use the existing facilities in the building strictly within the limits indicated in contract documents. 1.2 APPLICABLE CODES AND REGULATIONS 1.2.1 GENERAL APPLICABILITY OF CODES, REGULATIONS, AND STANDARDS A. All work under this contract shall be done in strict accordance with all applicable Federal, State, and local regulations. All applicable codes, regulations and standards are adopted into this specification and will have the same force and effect as this specification. B. The most recent edition of any relevant regulation, standard, document or code shall be in effect. Where conflict among the requirements or with these specifications exists, the most stringent requirement(s) shall be utilized. 1.2.2 PERMITS/LICENSES A. The Contractor shall obtain and pay for all required permits and licenses to perform the work as required by Federal, State, and Local regulations. B. The Contractor shall contact, obtain and pay for the necessary permits required by the Office of the State Fire Marshal for the work included in these specifications'for the replacement of the concrete and related fittings above the existing fuel storage tanks at the Public Works Facility. The cost of the permits and inspections shall be included in the Contractors bid. 1.2.3 POSTING AND FILING OF REGULATIONS A. Maintain two (2) copies of applicable federal, state, and local regulations. Post one copy of each at the regulated area where workers will have daily access to the regulations and keep another copy in the Contractor's office. 1.3 OWNER'S RESPONSIBILITIES Prior to commencement of work: A. Notify occupants adjacent to the work areas of the project dates and requirements for relocation, if needed. Arrangements must be made prior to starting work for relocation of equipment. Page 2 1.4 PRE-CONSTRUCTION MEETING Prior to commencing the work, the Contractor shall meet with the Owner's representative to present and review, as appropriate, the project schedule, safety requirements submittals and access to the work area. 1.5 PROJECT COORDINATION The following are the minimum administrative and supervisory personnel necessary for coordination of the work. PART 2 - PRODUCTS, MATERIALS AND EQUIPMENT 2.1 MATERIALS AND EQUIPMENT 2.1.1 GENERAL REQUIREMENTS Prior to the start of work, the contractor shall provide and maintain a sufficient quantity of materials and equipment to assure continuous and efficient work throughout the duration of the project. Work shall not start unless the following items have been delivered to the site and verification has been submitted to the Owner's representative. A. All materials shall be delivered in their original package, container or bundle bearing the name of the manufacturer and the brand name (where applicable). B. Store all materials subject to damage off the ground, away from wet or damp surfaces and under cover sufficient enough to prevent damage or contamination. Flammable and combustible materials cannot be stored inside buildings. C. The Contractor shall not block or hinder use of buildings by staff, and visitors to the Owner's building by placing materials/equipment in any unauthorized location. D. The Owner's representative shall inspect for damaged, deteriorating or previously used materials. Such materials shall not be used and shall be removed from the worksite and disposed of properly. E. Adequate and appropriate PPE for the project and number of personnel/shifts shall be provided. All personal protective equipment issued must be based on a written hazard assessment in accordance with OHSA requirements. 2.2 SUBMITTALS 2.2.1 PRE-CONSTRUCTION MEETING SUBMITTALS Submit to the Owner a minimum of 14 days prior to the pre-start meeting the following for review and approval. Meeting this requirement is a prerequisite for the pre-construction meeting for this project: A. Submit a detailed work schedule for the entire project reflecting contract documents and the phasing/schedule requirements from the CPM chart. B. Submit a staff organization chart showing all personnel who will be working on the project and their capacity/function. Page 3 I PART 3 - EXECUTION 3.1 FUEL TANK CONCRETE 3.1.1 REMOVAL OF EXISTING CONCRETE AND BASE STONE The Contractor shall remove and provide proper disposal of the existing reinforced concrete slab. The existing observation well shall remain in place and shall be protected during construction. The existing manholes and sumps shall be removed and provided with proper disposal. All existing piping, electrical sensors and wiring shall be located and protected. All base material removed from the excavation shall be provided with proper disposal. 3.1.2 NEW REINFORCED CONCRETE A. All work shall be in accordance with the latest edition of the IDOT Standard for Road and Bridge Construction. B. All new base material shall be pea gravel and compacted in a minimum of 12 inch lifts. C. Reinforcing bars shall be epoxy coated 60 ksi minimum and in conformance with Section 1006.10. D. Concrete shall be Class PV with a minimum 4.5 ksi compressive strength in 28 days. F. The new watertight manholes and sumps shall be installed in accordance with manufacturer's recommendations. All covers shall be installed flush with the top of concrete slab and not protrude above the slab. G. Construction joints shall be spaced a maximum of 10 feet apart. H. Expansion joint material shall be placed in accordance with Section 1051.09. I. Two coats of curing compound shall be applied to the finished concrete in accordance with Section 1022.01. 3.1.3 TESTING Four test cylinders shall be made to provide sample test results for 7 day and 28 day compressive strength. The Contractor shall obtain approval of the testing firm from the Owner prior to any sampling. The cost of the testing shall be included in the Contractors bid. 3.2 NEW SPARE CONDUITS 3.2.1 CONDUIT PREPARATION The Contractor shall remove and stockpile existing mulch n the landscaped area for the route of the spare conduits. The existing shrubs shalt be protected during construction. The trench for the conduits shall be as small in width as possible. The parking lot pavement shall be saw cut and one section of sidewalk shall be removed. The contractor shall provide for proper disposal of the concrete It is anticipated the existing curb can be protected and will not need to be replaced. 3.2.2 NEW CONDUITS A. The Contractor shall furnish and install the spare conduits in accordance with Section 16009 of the specifications. B. A string shall be placed within each conduit and left in place for the future installation of wiring. C. The landscaped area shall be restored using the stockpiled soil and mulch.. The pavement of the parking lot shall be patched using same materials that were removed during trenching. The areas that were bituminous concrete shall be patched using bituminous concrete and the Page 4 areas that were concrete shall be patched using concrete. Any curb or sidewalk areas that were disturbed or damaged during construction shall be replaced. 3.7.3 WORK HOURS All work shall be done during administrative hours (7:00 AM to 3:00 PM) Monday - Friday excluding Federal Holidays. Any change in the work schedule must be approved by the Owner. 3.7.4 Warranty All material and workmanship shall be warranted against defects in material and labor for 1 year after acceptance of the project by the Owner Page 5 16009 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.01 CODES AND STANDARDS A. All electrical work to be performed and all materials to be furnished shall be in accordance with the rules and regulations of the National Fire Protection Association, National Electric Code, the State and Local Codes, the Contract Specifications, and to the satisfaction of the Engineer. 1.02 CONNECTIONS AND IDENTIFICATION OF CIRCUITS A. Included in this Contract shall be all necessary approved terminal and terminating devices required for a complete and working installation, satisfactory to the Engineer. Where conductors are to be terminated in existing equipment, the Electrical Contractor shall obtain all required termination information and complete all terminations. All wires and cables shall be banded with an identifying number at each end termination and at each splice or pull point in junction boxes and pull boxes. The identifying number of each wire shall be determined at the point of circuit origination, and shall continue unchanged to the point of circuit termination. 1.03 MATERIALS A. No materials of any kind shall be used that have not been approved by the Underwriter's Laboratories, Inc., where UL provides such service, and each piece of equipment shall have marked thereon, where it can readily be observed, the name or trademark of the manufacturer. PART 2 - PRODUCTS 2.01 ALUMINUM RIGID CONDUIT A. Aluminum conduit shall be rigid, manufactured of 6063 alloy in temper designation T-1. Fittings shall be of the same alloy. Conduit shall conform to Federal Specifications WW-C- 0054-DC and ANSI C-80.5. B. Conduit shall be lined with a silicone compound to reduce friction and drag. 2.02 OUTLET BOXES AND FITTINGS A. Outlet boxes and fittings shall be of proper dimensions for each application, complete with watertight gaskets and covers secured with stainless steel screws. B. Conduit fittings, such as elbows, tees, couplings, caps, bushings, nipples, and locknuts shall be threaded to provide a watertight connection. C. Joints in conduit and between conduit and fittings shall be watertight and ends shall be reamed to prevent damage to conductor insulation. D. A non-corrosive, conductive thread lubricant, such as "STL" thread lubricant as manufactured by Crouse-Hinds shall be thoroughly applied on all threaded joints. E. Cast metal outlet boxes shall be Crouse-Hinds Company, Square D Company, or equal, and shall be coated inside and outside with corrosion-resisting epoxy or equal finish. F. All junction boxes, fittings or other terminals without tapped conduit entrances shall be provided with double nuts and standard bushings. 2.03 TERMINAL, JUNCTION AND PULL BOXES A. Terminal, junction, and pull boxes shall be installed as required. Page 6 I B. In general, boxes shall be made of the same material used in the conduit run. Boxes made of cast iron or cast aluminum shall be used, unless otherwise specified. Where the weight of cast boxes exceed 50 pounds, boxes may be made of 118 inch sheet aluminum or of (minimum) No. 12 gauge stainless steel, with sides flanged around the cover opening or with approved supporting frame for cover. Mounting lugs and threaded entry bosses shall be provided as required. Seams in sheet metal boxes shall be continuously welded and ground smooth. C. Pull and junction boxes shall have covers held in place by stainless steel screws. Terminal . boxes shall have minimum 12 gauge steel panels for mounting terminal blocks. Hinged covers shall fit tightly against a gasket, secured by lug bolts and wing nuts. All boxes shall be provided with rabbeted gaskets or flange gaskets, securely held in place. D: Cast metal terminal, junction, and pull boxes shall be Crouse-Hinds Company, Square D Company, or equal, and coated inside and outside with corrosion-resisting epoxy or equal finish. E. In hazardous locations, all terminal junction boxes and pull.boxes and fittings shall be NEMA Type 7. PART 3 - EXECUTION 3.01 INSTALLATION OF CONDUITS, FITTINGS, AND BOXES A. All conduit fitting and boxes such as elbows, tees, couplings, caps, bushings, nipples, junction boxes, and lock nuts shall be threaded to provide a watertight connection. No box shall be drilled and tapped for more conduits than actually enter it and all box covers shall be accessible after installation. B. All conduits shall be installed as required. The conduit system shall be installed complete with all accessories, fittings, and boxes, in an approved workmanlike manner to provide proper raceways for electrical conductors. C. All exposed conduits shall be run parallel to or at right angles to walls or beams, and plumb on the walls. D. As far as practicable, conduit shall be pitched slightly to drain to the outlet boxes, or otherwise installed to avoid trapping of condensate. Where necessary to secure drainage, a Crouse- Hinds Company Type ECD, Square D Company, or equal breather-drain fitting shall be installed in the boxes or trapped conduit at low points. Conduit shall not be run through columns or beams unless so specifically detailed on the Contract Drawings. E. Conduit system bends and offsets may be made in field using approved bending tools, but no deformed, split or crushed conduit will be permitted in the work. All bends in conduit over 1 inch in diameter shall be made with a pipe bending machine: No more than three quarter bends shall be made between any two pull boxes without permission of the Engineer. F. Conduits shall be installed throughout structures in a completed system and must be so run that electrical conductors can be withdrawn and replaced at any time. G. Where existing conduits are to be reused, they shall be cleaned using approved methods removing all obstructions or imperfections liable to injure the new conductor insulation. H. Conduits to be built into structure shall be properly protected and suitably supported to prevent strains at joints or injury by building operations, and shall be thoroughly protected at all times from the entrance of water or other foreign matter by being well plugged when work is interrupted. If left dead ended, they shall be furnished with iron caps or pipe plugs. Page 7 I. The interior of all conduits, conduit fittings, pull and junction boxes shall be carefully and thoroughly cleaned before and after erection. J. Special care shall be taken to prevent conduits from becoming choked with cement or other debris. K. No conduit smaller than 3/4 inch shall be used. Page 8 Section E General Conditions 1. Contractor shall have five (5) years of experience which is comparable in.type and scope to this project. 2. Work hours are 7:00 a.m. to 3:00 p.m. Monday through Friday. Any deviation is subject to the approval of the Village representative. 3. The project will be done on consecutive work days until completed, delays only to inclement weather. 4. Contractor is required to obtain all necessary permits from the Village of Oak Brook, and schedule required inspections through Community Development. 5. The contractor shall supply to the Village, phone numbers where he/she can be reached after normal working hours. 6. The contractor must submit with the bid proposal five (5) references, names and phone numbers of similar projects completed within the last two (2) years. 7. The contractor must submit all manufacturers' literature on all materials that will be used on this project, including M.S.D.S. (Material Safety Data Sheets) prior to any work beginning. 8. A storage location for supplies, ladders and scaffolding shall be mutually agreed upon between the Village and the contractor before any material is stored on site. Deliver material with manufacturers labels intact and legible, store material on raised platforms and cover material with protective covering. 9. Before work is started, deliver to the job site sufficient material to complete the project. 10.If a dumpster is required, the location of the dumpster placement shall be mutually agreed upon between the Village and the contractor. 11.All ladders and scaffolding shall be maintained during the course of this project and shall be secured at the end of each workday. 12.Provide barricades to ensure that falling debris will not injure anyone, and to prevent public access to the work area at all times. Yellow "CAUTION" tape will be placed below the immediate work areas of laborers and scaffolds to warn the public of men working overhead. 13.At all times the work and storage areas shall be kept in a clean, orderly, and a picked up manner, to prevent debris from blowing. Clean adjoining streets and immediate vicinity at the end of each work day. Sidewalks, windowsills, roofs and other work areas will be broom swept to remove all debris. Daily material and debris not placed into dumpster will be removed from the site. 14.Upon completion of the project the work area shall be cleaned. All debris and remaining material and supplies shall be removed from the jobsite, including the dumpster within 72 hours of completion. Page 1 I 15. Upon completion the Contractor shall supply a one year warranty covering material and workmanship; contractor shall submit sample warranty with bid. Page 2 Section F Statement of Contractor's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Contractor may submit any additional information he or she desires. 1. Name of Contractor: Crowne Industries, Ltd. 2. Permanent main officeaddfess2511 W. Schaumburg Road #358, Schaumburg, IL. 3. When organized: June 2005 4. If a corporation, where incorporated: Illinois 5. How many years have you been engaged in the contracting business under your present firm or trade name: We are in our 9th year. 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) See next page. 7. General character of work performed by your company: Fuel systems work for gas stations, municipalities & private fleets . 8. Have you ever defaulted on a contract: No 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone#for each. see next page. 10. List your major equipment available for this contract. Bobcat T250 with bucket and breaker, Case 590 combination machine . 11. Experience in work similar in importance to this project: County of DuPage Waste Water Treatment Plants (2) ; village of Franklin Park, Barrington High School, Hertz Rent A Car, Hertz Equipment Rental 12. Background and experience of the principal members of your organization, Including the officers. Robert Sumoski is the President/founder of Crowne Industries, Ltd. and has worked in the Chicagoiand P—e—tr—o—f—eum Industry ; for over 20 years. 13. Credit available: Crowne has open accounts with. all suppliers for this project : Concrete, fuel system equipment & electric. 14. Bank reference: Fifth Third Bank, Streamwood, IL. Page 1 i 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Village of Oak Brook: yes 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. DATED at 9 : 0OAM Illinois this 31stda , 2013. Robert Sumo President y. Title STATE OF ILLINOIS ) ) SS. COUNTY OF ) Robert Sumoski being duly sworn deposes and says that he is the President of Crowne Industries, Ltd. and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this 31st day of July , 2013. Notary Public l�Y P, rcc� U•• • JE IV 1111 CpMMr581011 GAM MAY 1812014 Page 2 Section G References Bidder shall supply the following information listing at feast five customers for which the bidder has supplied a similar type of commodities, service, or construction. 1. Company Name: Village of Franklin Park Address: 9360 Franklin Ave, Franklin Park, IL. Phone#: 847-361-9154 Frank Pina Contact: Chicago Executive Airport 2. Company Name: Address: 1020 S . Plant Road Wheeling, IL 947-537-2580 Phone#: Contact: Jamie Abbott 3. Company Name: Palatine High School Address: 1111 W. Rohlwing Road, Palatine, IL. 630-285-1710 Phone#: Contact: Nick Sigalos 4. Company Name: Veolia Environmental Address: Lake Street, Melrose Park, IL. 708-240-2043 Phone#: Contact: Christine Soraporu 5. Company Name: DuPage County Waste Water Treatment Plant Address: 7900 S Rte 83, Woodridge, IL 312-884-8104 Phone#: Joe Zurad - Milhouse Engineering - Engineer Contact: Paqe 1 July 31, 2013 Village of Oak Brook Fuel Tank Concrete Replacement 1200 Oak Brook Road Oak Brook, IL. 60523 Fuel Tank Concrete Replacement—Public Works Building 3003 Jorie Blvd,Oak Brook,IL. CROWNE INDUSTRIES,LTD. is in its 91h year of business in the Chicagoland area. CROWNE INDUSTRIES,LTD. is an Illinois State Fire Marshal Licensed Storage Tank Installation, Retrofit&Removal Contractor. The Owner—Robert Sumoski has been in the Fuel Systems area of work for 23 years in the Chicagoland area. CROWNE INDUSTRIES,LTD. employs(2) full time Union Pipe Fitting Crews who are Certified & Licensed in Tank Installations, Retrofit/Upgrades to Fuel Systems & Tank Removal, (1) Fuel System Serviceman and (3) Office Personnel to service all of your fuel system needs. A short list of similar successful Tank Installation&Retrofit Projects performed in the Chicagoland area by CROWNE INDUSTRIES,LTD. is as follows: 1) Chicago Executive Airport—Motor Fuel Dispensing System. 2) Village of Franklin Park- Motor Fuel Dispensing System. 3) Veolia Environmental Service—(3)locations - Motor Fuel Systems. 4) Elmhurst Hospital—Fuel Systems for Generators. 5) Waste Management—(3) locations-Retail &Private Motor Fuel System—Compressed Natural Gas. 6) Barrington High School—Motor Fuel Dispensing System. 7) Conway Transport-Motor Fuel Dispensing System. 8) Enterprise Rent A Car—(3)Locations - Motor Fuel Dispensing System. 9) Village of Fox Lake - Motor Fuel Dispensing System. 10) Kroger Food 4 Less—Retail Motor Fuel Dispensing System. 11) BP Addison IL - Retail Motor Fuel Dispensing System. 12) BP Downers Grove IL -Retail Motor Fuel Dispensing System. 13) Citgo Plano IL -Retail Motor Fuel Dispensing System. 14) Palatine School District-Motor Fuel Dispensing System. 15) Citgo Chicago IL - Retail Motor Fuel Dispensing System. 16) New Lenox Public Works - Motor Fuel Dispensing System. i July 31, 2013 Page 2 Contracts In Hand: 1) DuPage Waste Water Treatment Plants (2) - $ 80,000.00. Completion August 1, 2013. 2) Forest Preserve District of DuPage County - $ 160,000.00. Completion August 15th 2013. 3) Consolidated Rental Car Facility - $ 900,000.00 Completion August 30, 2013. 4) Waste Management—Wheeling IL - $ 120,000.00. Completion November 1, 2013. 5) Waste Management St Louis, MO - $ 160,000.00. Completion November 1, 2013. 6) Argonne National Laboratory - $ 120,000.00. Completion September 1, 2013. 7) O'Hare Airport Control Tower- $ 120,000.00 Completion March 2014. CROWNE INDUSTRIES,LTD.has deep roots in the Chicagoland area and years of experience designing, building and servicing both retail and commercial customers. Please contact me at any time if you require further assistance. Respec WNE USTRIES, TD. Note:A list of references contact names and phone numbers are listed on the proposal forms. 1 i a 4 i i Section H Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: "Public Works Building Fuel Tank Concrete Replacement" (A) The undersigned certifies that, pursuant to Chapter 724, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is not barred from bidding on this contract as a result of a conviction for the violation of State of Illinois laws prohibiting bid-rigging or bid-rotating. (B) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11-42.1- 1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 512-105. of the Illinois Compiled Statutes, 1993, the bidder has a written sexual harassment policy in place including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including,penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. This business firm is: (check one) xx Corporation Partnership Individual Firm Name: Crowne Industries, Ltd Address: 2511 W. Schaumburg Road #358 Schau 0194 City, State, ZIP: Signature: Name Print R ert Sumoski President Title: Telephone: 630-497-9009 Date: 7-31-13 Page 1 ATTEST: -SEAL- SUBSCRIBED AND SWORN TO before me this 31st day Of July 2013 Nota lic Y P� JEA Nr1E DEW= OFFICIAL WCONASM SEAL,�' oF..�`` MAY 18,2014 Page 2 Section I Contract Public Works Building Fuel Tank Concrete Replacement 1. THIS AGREEMENT, made and concluded this 27th day of August 2013, between the Village of Oak Brook, a municipal corporation, acting by and through its President and Board of Trustees, known as VILLAGE, and Crowne Industries, Ltd. his executors, administrators, successors or assigns, known as CONTRACTOR. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their awn proper cost and expense, to do all work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this Contract. 3. And it is also understood and agreed that the entire Bid Package hereto attached, approved by the VILLAGE this 16th day of Septembel!013, are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: VILLAGE OF OAK BROOK Village Clerk Village President ATTEST: Crowne Industries, Ltd. Corporate Name L,�--- By obert Sum etary Contractor Paqe 1 Partners doing Business under (if a Co-Partnership) the firm name of Party of the Second Part (If an Individual) Party of the Second Part Paqe 2 SEXUAL HARASSMENT CERTIFICATE Crowne Industries, Ltd. hereinafter referred to as "Contractor" having submitted a bid/proposal for Fuel Tank Concrete Repl to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6-101 of the Human Rights Act. Each contractor must provide a copy of such written to the Illinois Department of Human Rights upon request. " . Ro ert Sumoski By. Authorized Agent of Contractor Subscribed and sworn to before me this 16th day of September , 20 13. Public Y PV 20`• 'e�� JEANNE DESANTO ICIAL W GOMMMON DMES ,SEAL,o MAY 18,2014 FOF 1LV Page 3 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) Crowne Industries, Lthd. , Fuel Tank Concret epl . avmg executed a contract for eWI the VILLAGE, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5133E-3 or 5/33E-4 of Chapter 720 of the Illinois Compiled Statutes. (DRUG-FREE WORKPLACE) Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois ug Free Workplace Act, being 30 ILCS 5801 Attes itness: ` Contractor By. l By: �bert umosk Name of Contractor's Executing Officer President Title: Title: Title of Contractor's Executing Officer Subscribed and Sworn to before me this 16th day of Spte My Commission Expires: N ary Pub]' Sp'RY?U JEANNE DESANTO oFFicini MY COMMISSION EXPIRES -SEAL- MAY 18,2014 FOF M1� PREVAILING WAGE AFFIDAVIT Paqe 4 I Robert Sumoski {name of signatory), on oath hereby state and certify that Crowne Industries, Ltd. (name of Contractor), pursuant to a Contract dated Aug 2 2013, with the Village of Oak Brook for the Fuel Tank Concrete Repl .Project, has complied and will comply with all laws, including those relating to the employment of labor, the payment of the current general prevailing rate of hourly wages for each craft or type of worker or mechanic needed to execute the Contract or perform such work, and also the current general prevailing rate for legal holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type of worker or mechanic needed to execute the aforesaid Contract or to perform such work. crowne Industries, Ltd. (name of Contractor) has also complied and will comply with all record keeping requirements established in the Prevailing Wage Act (820 ILCS 13010.01, et seq. CONTRACTOR: By: Crowne ndustries, Ltd. t Sumoski President Title: SUB CRIBED TA FORE ME HIS 16th DAY ept er 2013 N R P JEANNEDESANTO O: p '•n 2oFFiciAL MV COMMON EXPIRES MAY 18,2014 F OF 1b Paqe 5 CERTIFICATION OF PAYROLL RECORDS Robert Sumoski (name of person executing this certificate), do hereby President title for certify that l am the duly qualified and acting (title) Crowne Industries, Ltd. (name of contractor) and, as such, am authorized to certify payroll records as true and accurate for such company in accordance with the requirements of Section 5 of the Prevailing Wage Act (820 ILCS 130/5) (the "Act'). I do he further certify that the following document is a true and accurate copy of the records of all laborers, mechanics, anld other workers employed by Crowne Industries, Ltd(name of contractor) on the Concrete ReplProject (the "Project") for the Village of Oak Brook (the "Village"), including each such worker's name, address, telephone number, social security number, classification or classifications;. and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Act, and that Crowne Industries, Ltd. (name of contractor), and I on behalf of such contractor, are fully aware that filing a certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we and any subcontractor hired by us shall make available for inspection the records required in the Act to the District, its officers and agents, and to the Director of Labor, his deputies and agents, at reasonable hours at a location within the State of Illinois. Date; September 16th 2013 Crowne Industries,Ltd. (Name of Contr (&6i 1fiture) Robert Sumoski (Printed Name) President (Title) bribed and sworn o before me t S 16thda mber , 2013. S iS Publi JEANNE DESANTO OFFICIAL W COMMISSION EXPIRES .9 SEAL z° MAY 16,2014 OF 6 Section J Contract Bond Public Works Building Fuel Tank Concrete Replacement Bond # Subject to Adjustment Based on Final Contract Price We, as PRINCIPAL, and , as SURETY, are held and firmly bound unto the Village of Oak Brook (hereafter referred to as "VILLAGE") in the penal sum of Dollars ($ ), lawful money of the United States, well and truly to be paid unto said VILLAGE, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to ep rform said work in accordance with the terms of said contract, including, but not limited to the term requiring the payment at the prevailing rate of hourly wages, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted, except as modified by the Guarantee section of the Bid; and has further agreed that this bond shall insure to the benefit of any person, firm, company or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company, or corporation, for the recovery of any such money. NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the Paqe 7 performance thereof and until the said work shall have been accepted, and shall hold VILLAGE harmless on account of any such damages and shat( in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of 2413. PRINCIPAL (Company Name) (Company Name) By: By: (Signature) (Signature) (Title) (Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) SURETY By: (Name of Surety) (Signature of Attorney in Fact) i I i 'I i I Paqe 8 State of Illinois } ) SS. County of ) a Notary Public in and for said county, do hereby certify that (names of individuals signing on behalf of Principal and Surety) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 12013. Notary Public My commission expires: Paqe 9 Section K Figures Figure 1 Location Plan Figure 2 Concrete Replacement Plan Figure 3 Details Paqe 14 i � LL W uj NZ W 00 WZ j2 < mZ Ox W W ¢ - �W ry 0Z tLL. O 04 (DZF- 00 0a, u' ODUWro ` a� Y00 NY uj s % ` V r LL J/ 2 --- t / W , W ' W Of i J � r U � � Q z O m O LL Q U F-- „0-,Z G „0-,0 G Z W 110-10 G 0-,Z 2 W U 0 I— wO m 0 � J„0-Z u W Q Q w w 0 1 (D z 11 O x UU W pip L ( WW Y Q Y 2 co Z �_ a C)w CIO I c~n o > O C14 ui LU _.� -.t „Z-,� m NORTH 0 tt M W N Q m J r w o ao C14 N w LO A61 co I m P” r co w q I U) ~bo w (a) z o — O�0E- 000 Y1 r - UPI- °©r p ZoUm pZm O (9Q�o u)wo m —�.-) U)z Q d m Q Q IN3W3AVd snONiiNniis JNIISIX3 xw mgp 4 'so o 0 r 0 N I d „os G I I v � J U) w F Z W I— Z 7 OU Z aQ w w W Y a a U0 U1 X F— W o O W WN LL w � ¢ J r� w0 z ? Woo ° �- () w w m O Q J z Z LLJ Q a _J z Z w� X V- W 2A 9 LLI LL O w 0 w U � Z O `. w z w o © 5 a C O ww 00 ao Y Q O w U- 0 U