Loading...
2013 Vacuum Leaf Loader_201401161609299154' f •Villageof - • • Leaf Loader Bid Package June X�t��i • ' 13 Table of Contents Section A. Notice to Bidders C. Instructions to Bidders D. Specifications E. Special Conditions F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract 2013 Leaf Loader 10:01 AM 6/19/2013 Section A Notice to Bidders June 19, 2013 Posted on the Village website June 19, 2013: NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for Vacuum Leaf Loader 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 3, 2013, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. A complete bid package, of which this legal notice is a part, is on file for inspection and may be downloaded from the Village's website www.oak-brook.org or picked up at the Butler. Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8 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 No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids.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 Pruss Village Clerk Section B Bid Vacuum Leaf Loader 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 the specifications in this Bid Package, including completely assembling all items in an operable condition and delivering said items to the Village of Oak Brook. Page 1 LEAF LOADER PRICING 1 - Tarco Windy 400 Vacuum Leaf Loader as contained in Section D m In Words FORTY EIGHT THOUSAND, EIGHT HUNDRED EIGHTY EIGHT AND N011001S Delivery in 95-120 DAYS calendar days after placement of order Paqe 2 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, warranties, 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. All bids shall be held valid for a period of ninety (90) days after the bid due date. 3. DELIVERY: To be filled in as part of bid submitted 4. INSTRUCTIONS TO BIDDERS: The undersigned vendor/contractor shall comply with all Sections of this Bid Package which are incorporated herein by reference. Firm Name: STANDARD BQUIPMENT COMPANY Address: 2033 W. WALNUT STREET City, Sty Signatu Name Printed:_ CTepa l8 w . t, d!`1 [U Aj Title: Telephone: (312) 829-1919 Date: 7/3/13 If a Corporation: Secre ary Page 3 Section C Instructions to Bidders RECEIPT OF BID: Wednesday, the 3`d day of July; 11:00 A.M. BASIS OF BID: Sealed bids will be received until the above noted time and date. BID DESCRIPTION: Vacuum Leaf Loader. 4. PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Purchasing Director, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Wednesday, at 11:00 A.M., prevailing time, July 3, 2013, 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. B. Each bid shall be submitted on the exact form furnished. All blank spaces for bid prices, unit costs and alternates must be filled in --in ink --in both words and figures if indicated. In case of any discrepancy in the amount bid, the prices expressed in written words shall govern. C. Each bidder must complete, execute and submit with its bid a certification that contractor is not barred from public contracting due to bid -rigging or bid rotating convictions on the form included with the bidding documents. D. Each bidder must submit a complete bid package, including the following items: 1. Bid. 2. References 3. Statement of Bidder's Qualifications. 4. Bid Certification. 5. Contract (Signed) E. The bishall be submitted in an opaque sealed e6elope on or before the time stated nd shall bear the name of the individual,` firm, or corporation submitting the Bid and the Bid Name - "Vacuum Leaf Loader". F. Bidders may attach separate sheets to the bid for the purpose of explanation, exception, alternate bid and to cover unit prices, if needed. G. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may Paqe 1 be withdrawn or modified after the bid opening except where the award of contract has been delayed for a period of more than ninety (90) days. H. In submitting this bid, the bidder further declares that the only person or party interested in the proposal as principals are those named herein; and that the bid is made without collusion with any other person, firm or corporation. I. The bidder further declares that he has carefully examined this entire Bid Package, and 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. J. The bidder 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. K. The bidder 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. L. The bidder 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. M. The bidder shall submit a fully executed Contract and Contractor's Certification for the supply of the Leaf Loader as a part of his bid. N. The bidder further agrees to complete all work not later than the Time of Completion stated in his Bid 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. O. By submitting a bid, the bidder 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. Paqe 2 5. SUBSTITUTIONS: N/A 6. CONDITIONS: A. The Village is exempt from Federal excise tax and the Illinois Retailer's Occupation Tax. This bid cannot include any amounts of money for these taxes. B. To be valid, the bids shall be itemized so that selection for purchase may be made, there being included in the price of each unit the cost of delivery (FOB Destination). C. The Village shall reserve the right to add or to deduct from the base bid and/or alternate bid any item at the prices indicated in itemization of the bid. D. All bids shall be good for ninety (90) days from the date of the bid opening. 7. 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. Number and scope of conditions attached to the bid/proposal. J. Record of payments for taxes, licenses or other monies due the Village. Page 3 8. GUARANTEE: The Contractor will also forward copies of all applicable manufacturer's warranties for all equipment/commodities supplied by the Contractor as a part of the Contract. 9. PAYMENT: ITQ 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. 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, officials, employees, volunteers 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. 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. Paqe 4 12. NON -DISCRIMINATING: The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: Bids 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. 13. 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. 14. 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: 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. Page 5 15. 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 305/1, 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. 16. 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. Paqe 6 Section D Specifications The Village of Oak Brook is accepting bids for a Tarco Windy 400 Vacuum Leaf Loader. The intent of these specifications is to describe a new, 2013 or current design and production model year trailer mounted engine -driven suction unit for vacuum leaf collection. TRAILER: The trailer shall be formed from steel plate and supported by structural channel cross members. The axle and springs shall have a capacity rating of 6,000 Ib. The wheels shall be steel disc type with tapered roller bearings, and ST235-85- R16 radial tires. Trailer shall be equipped with hydraulic surge brakes. A telescopic tow bar, with a height adjustable pintle hitch with safety chains and, a hydraulic parking jack with a 5" castor wheel. D. O. T. lighting package with a seven- (7) way quick disconnect plug shall be supplied at trailer tongue. A North American model ST500 strobe light shall be mounted on top rear engine compartment and operated by a toggle switch, with an in line fuse activated by the ignition switch. John Deere model 4045T TIER III Diesel engine, four (4) cylinder, 276 cubic inch displacement, rated at 115 HP @ 2500 RPM, with replaceable wet type cylinder liners and a counter balanced crank shaft for smooth operation. A two year Manufacture's Warranty, from John Deere. The engine shall be mounted on rubber isolators to absorb any engine vibrations. The engine shall be equipped with a fluid coupler that automatically activates the suction impeller as the engine speed is increased. The engine shall be equipped with a dry type air cleaner, a remote oil drain, a vertical muffler, and a removable pleated secondary radiator screen. Also a heavy-duty 12 -volt battery with a minimum 675 CCA, a 75 -amp alternator, and a 30 -gallon 10 gauge steel fuel tank with a sight gauge. ENGINE CONTROLS: All engine controls shall be mounted on an engine control panel. The engine control panel shall be rubber mounted, to isolate vibration. The engine controls shall include an electric throttle control, a governor, tachometer, hour -meter, ammeter, oil pressure gauge, and water temperature gauge. Also a Murphy high temperature / low oil pressure shut down system. Page 1 HYDRAULICS: The hydraulic pump shall be an engine driven hydraulic gear pump, live as soon as the engine is started. The hydraulic pump shall operate the front hydraulic jack and the four (4) way hose support. POWER TRANSMISSION: The impeller is driven by a 5V notched power band. Drive shall be fully guarded including shielding of impeller shaft and bearing. SUCTION IMPELLER: 36" Diameter impeller that is statically and dynamically balanced, constructed of 3/8" T-1 steel for prolonged wear, six (6) gusseted blades welded to a 3/16" convex back plate. Suction capability shall be 24,600 C. F. M. at the governed operating speed. The impeller shall be installed on a 2-15/16" diameter shaft with a taper lock hub for easy removal for maintenance. The impeller shall be supported by two 2-15/16" pillow block bearings. Bearing lube lines shall be external so no guarding has to be removed to lubricate the bearings. SUCTION HOUSING: The suction housing shall be 56" diameter constructed of 10 gauge -welded steel, a 1/4" thick abrasion resistant steel replaceable liner, slip -in design. Full size cover bolted to the face of the housing to facilitate liner removal, a debris clean- out door with safety engine shutdown switch. SUCTION HOSE: Suction hose shall be connected to a 45 degree elbow, rear facing inlet, the hose connection shall be secured to the blower housing utilizing two horizontal pins. The elbow shall make contact with an engine kill switch, if the hose is not connected properly to the housing, the engine will not start. The suction hose shall be 16" diameter x 8' long, heavy-duty rubber intake suction hose. The wall thickness at cuff shall be 6ply minimum .406" thickness; the thickness along the body shall be .150" minimum with a minimum 3 ply. The suction hose shall be connected to a steel 90 degree elbow, to prevent premature hose wear. A removable 16" diameter steel suction snout/bell shall be installed on the elbow. HOSE SUPPORT: The hose support shall be a hydraulically operated hose carrier with a side mounted boom assembly that incorporates two bearings to ease the swing Page 2 motion of the hose. The boom assembly shall have a hydraulic cylinder mounted on the underside to raise and lower the height of the hose and a hydraulic cylinder to move the hose left and right. Both cylinders shall be double acting. Controls for the hose support and an electric throttle control shall be mounted on the operator's handle on the hose. DISCHARGE ASSEMBLY: The discharge shall be 16" x 19" rectangular, with gradual 45 degree turning, constructed of #10 gauge steel and, mounted in the center of the trailer for efficient loading. A flexible rubber hose 16" in diameter and 48" in length, the hose shall also have an 18" cuff that connects the leaf machine into the leaf box. PAINTING: The entire leaf loader shall be properly prepared, primed and the paint shall be electrostatically applied. Color: Orange. DELIVERY: Leaf loader shall be delivered fully serviced and assembled, and ready to use. Upon delivery an operators training session shall be given by a factory authorized representative at our site. One set of operators and maintenance manual shall be supplied covering the entire leaf loader and engine. WARRANTY: A two- (2) year Manufactures warranty covering the engine shall be included in the bid price. A one- (1) year warranty covering the leaf loader for materials and workmanship shall be included in the bid price. Page 3 Section E General Conditions 1. F.O.B.: All goods are to be shipped prepaid, F.O.B. Destination. Shipments sent C.O.D. without Village's written consent will not be accepted and will, at Vendor's risk and expense, be returned to Vendor. Unauthorized shipments are subject to rejection and return at Vendor's expense. 2. Material Safety Data Sheets (MSDS): Vendor shall furnish MSDS sheets for their products, in compliance with the Illinois Toxic Substance Disclosure to Employee Act and the "Right -To -Know" law. 3. Liens, Claims, and Encumbrances: Vendor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 4. Inspections: The Village reserves the right to visit and inspect the premises and operation of the Vendor. Page 1 Section F Statement of Bidder'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 Bidder may submit any additional information he or she desires. 1. Name of Bidder: STANDARD mUIPMENT COMPANY 2. Permanent main office address: 2033 W. -TRrM-,2, mw7 � 1i (CE :. 3. When organized: 1969 4. If a corporation, where incorporated: 1969 5. How many years have you been engaged in the contracting business under your present firm or trade name: qqyear-a 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) N/A 7. General character of work performed by your company: CAT F�T R. AND PARTS OF MUNICIPAL EQUIPMENT 8. Have you ever defaulted on a contract? 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. N/A 10. List your major equipment available for this contract. 11. Experience in work similar in importance to this project: ONTER an YEARS Ira LEAP MACHINE 241E2, 12ARTS AND SEAyTtiE 12. Background and experience of the principal members of your organization, including the officers. OVER 40 YEARS TN D41INTC-TPAL SALES, RART2 AND 2ERVIC-g 13. Credit available: Page 1 14. Bank reference: FIRST MERIT BANK 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: yFS 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 Bidder's Qualifications. DATED at CHTCACO Illinois this?,dday of .1331y '2013 By: C-Te(W a(J,:anl1aA� s ide r Title STATE OF ILLINOIS ) ) SS. COUNTY OF ) eCA&7)D� \C', being duly sworn deposes and says that he is the of � - V'; <1c C o , o..� and that the answers to the foregoing questions and all statements th rein contained are rue and correct. SUBSCRIBED and sworn to before me this day of Jam\ 2013 Notary Public M LOF ILLINOISES:10/06/13 Page 2 Section G References Bidder shall supply the following information listing at least five customers for which the bidder has supplied a similar type of commodities, service, or construction. 1. Company Name: TOWN OF MILTON Address: 533 GEYSER RD. BALLS Phone #: 518-885-5655 Contact: JEFF MANNING ~5` 2. Company Name: LOWER MACUNGIE TOWNSHIP Address: 3400 BROOKSIDE ROAD, MACUNGIE, PA Phone #: 484-239-4862 Contact: DAVE TERIFINKO 3. Company Name: MT LEBANON DPW Address: 710 WASHINGTON ROAD PITTSBURG PA Phone #: Contact: 4. • ..ny Name: SPRING GARDEN TOWNSHIP Address: 558 OGONTZ ST., YORK, PA Phone #: 717-848-2858 Contact: Company5. LOWER4111JI Phone #: 215-493-4142 Contact: JIM COYNE Page 1 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: "Vacuum Leaf Loader" (A) The undersigned certifies that, pursuant to Chapter 720, 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 5/2-105. 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) _X_ Corporation Partnership Individual Firm R • V • • • • • ii.EVT COUPAITY Address: 2033 WEST WALNUT STREET City, sty - - Signatu Name Printed: CERALD W_ DONLON T 312-829-1919 Paqe 1 JULY 3, 2013 SUBSCRIBED AND SWORN TO before me this day of 20\� Notary Public M LOP ILLINOISES:10/WI3 ATTEST: Paqe 2 -SEAL- Section I Contract (To Be Signed and Submitted as a part of Bid Package) Vacuum Leaf Loader THIS AGREEMENT, made and concluded this day of JULY 2013, between the Village of Oak Brook, a municipal corporation, acting by and through its President and Board of Trustees, known as VILLAGE, and CRRALD W. DONLON his executors, administrators, successors or assigns, known as CONTRACTOR. 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 own 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. And it is also understood and agreed that the entire Bid Package hereto attached, approved by the VILLAGE this - day of ,r Ly. 200.% are all essential documents of this contract and are a part hereof. 2013 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: �L Village Clerk ATTEST: Secretary VI / ArF CQF CQK BROOK By Gopal G. Lalmalani Village President STANDARD EQUIPMENT COMPANY Corporate Name By �T contractor Page I Partners doing Business under the firm name of Party of the Second Part (If a Co -Partnership) (If an Individual) Party of the Second Part Page 2 SEXUAL HARASSMENT CERTIFICATE STANDARD EQUIPMENT COMPANY hereinafter referred to as "Contractor" having submitted a bid/proposal for VAr c.,jim T FAV LOADER 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 II -CS 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 policy to the Illinois Department of Human Rights upon request. By: Authorized Agent of Contractor Subscribed and sworn to before me this 3 day of --S, , 20\> . Notary Public M LOF I--------------- LLINOISES:10/06/13 Page 3 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) STANDARD EQUIPMENT COMPM*g executed a contract for VACcUM T,F.AF 7OADEAwlth the VILLAGE, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5/33E-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 Drug Free Workplace Act, being 30 ILCS 580/3. Attest/Wit Contractor mm By: By: me of Contractor's Executing Officer Title: SE��TAR Y , �x Title: CHIEF EXECUTIVE OFFICER Title of Contractor's Executing Officer Subscribed and Sworn to before me this 3 day of 20 \3 . My Commission Expires: \,0 1 Co 1 \� Notary Public M ILLINOIS:10/OS/13 Page 4 2033 WEST WALNUT STREET • CHICAGO, IL 60612 • 312/829-1919 • FAX 312/829-6142 E-MAIL:sales@standardequipment.com - INTERNET: http://www,standardequipment.com EQUIPMENT COMPANY Mrs. Charlotte Pruss Village Clerk Village of Oak Brook 1200 Oak Brook Road Oak Brook, IL 60523 Dear Mrs. Pruss, July 3rd, 2013 Standard Equipment Company is pleased to present the following bid for the Village of Oak Brook's specifications for a "Vacuum Leaf Loader". Standard Equipment Company's bid is for one new and unused Tarco Vacuum Leaf Loader, model Windy 400 with equipment as shown. There are no exceptions or deviations to the bid specifications. Thank you for the opportunity to quote you on your leaf machine needs. Please contact me at (312) 829-1919 x 1505 if you need anything else. Best Regards, STANDARD EQUIPMENT COMPANY Jim Miller Sales Representative