Loading...
2015 Landscape Maintenance_201502261346209873` PSE OF Ogk�90 Village of Oak Brook 0 0 Landscape Maintenance Bid Package October 2014 �OUNTV` Table of Contents Section A. Notice to Bidders e :. C. Instructions to Bidders D. Specifications E. Key to Map F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract •v _ • /um, Section A Notice to Bidders Posted on the Village of Oak Brook website on Wednesday, October 29, 2014: 'NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: Landscape Maintenance Sealed bids will be received by Rania Serences, Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 11:00 A.M., Wednesday November 12, 2014, 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 picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 9 A.M. and 5 P.M. Monday through Friday or can be downloaded from the Village website at www.oak-brook.ora. 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 No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids.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 Landscape Maintenance 1. COST OF WORK: The undersigned, acting for and on behalf of Bidder and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fatly 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 Village reserves the right to contract for 1 year with (3) 1 year options to renew at its sole option. The undersigned submits herewith his bid as follows: Paqe 1 AREAS AND REQUIREMENTS 1. VILLAGE COMMONS COMPLEX AND FIRE STATION NO. 2. All areas marked in YELLOW on the attached Village map shall be maintained on the following schedule. A. Mow, and string trim lawns a minimum of once per week to maintain turf at a neat appearing two (2") height. Debris/litter shall be removed prior to mowing. Any accumulation of grass clippings, leaves or other debris shall be removed immediately upon completion of mowing operations. This includes parking lot areas. B. Apply a high quality, slow release fertilizer, (Anderson's 25-5-15 Sulfur Coated Urea, or equal) three (3) times per season at the manufacturer's recommended times and application rates. C. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. Touch up sprays shall be done throughout the season to maintain weed control. D. Edge walks and curbs three (3) times, (spring, summer & fall) per season. E. Cultivate planting beds and around trees a minimum of twice per month to maintain beds free of weeds, undesirable grasses, leaves and other debris. This also includes sidewalks and curblines. F. Prune and shape ornamental plant material (trees and bushes) twice per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. G. Prior to beginning seasonal operations, all areas are to be cleared of winterkill, debris, leaves, and all other material that has accumulated during the winter months. Material shall be hauled away at Bidder's expense and shall be incidental to the contract pricing. H. Mulch all planting beds and trees with Shredded Hardwood Mulch on or about April 15 Village must be notified prior to when fertilizers and herbicides are applied. COST PER SEASON: 2015 2016 2017 2018 Village Commons Complex $ �zsS— $ Q2�`lj $ Page 2- Fire Station No. 2 $ 3,Z.SS" $r�S 3,-zSS 2. CUL-DE-SACS, MEDIAN STRIPS AND IMPROVED RIGHTS-OF-WAY. All areas marked in RED on the attached Village map shall be maintained on the following schedule. A. Mow, and string trim areas a minimum of once per week to maintain turf at a neat appearing two (2") inch to three (3") inch height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply a high quality, slow release fertilizer, (Anderson's 25-5-15 Sulfur Coated Urea, or equal) two (2) times per season at the manufacturer's recommended times and application rates. C. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. D. Cultivate planting beds and around trees a minimum of twice per month, or as needed to maintain beds free of weeds, undesirable grasses, leaves or other debris. E. Prune and shape ornamental plant material (trees and bushes) twice per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. F. Prior to beginning seasonal operations, all areas are to be cleared of winterkill, debris, leaves and all other material that has accumulated during the winter months. Material is to be hauled away at Bidder's expense and shall be incidental to the contract pricing. G. Mulch Planting Areas on map # 19, 26, & 28 with Shredded Hardwood Mulch on or about April 15. Village must be notified prior to when fertilizers and herbicides are applied. COST PER SEASON: 2015 $ Z 2016 $ Zr413S&-� 2017 $ m 3$8-30 2018 $ Z8 3� 3. UNIMPROVED RIGHTS-OF-WAY Page 3 All areas marked in BLUE on the attached Village map shall be maintained on the following schedule. A. Mow and string trim grass a minimum of every three (3) weeks to maintain grass at a three (3") inch to five (5") inch height. No grass clippings are to be blown onto the roadway. B. Apply appropriate herbicides (Trimec, or equal) once per season for the control of broadleaf weeds. The Village must be notified prior to the application of herbicides. COST PER SEASON 2015 $ C0'O-5- 2016 $ 6>05- S 2017 2018 $ 60,0s _ 4. COUNTY RIGHTS-OF-WAY All areas marked in GREEN on the attached Village map shall be maintained on the following schedule. A. Mow and string trim grass a minimum of every three (3) weeks to maintain grass at a three (3") inch to five (5") inch height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply appropriate herbicides (Trimec, or equal) once per season for the control of broadleaf weeds. The Village must be notified prior to the application of herbicides. COST PER SEASON: Page 4 2015 2013 2017 2018 $ L6 5s l- 5. WELL HOUSES (#3, #5, #6, #7) AND RESERVOIRS (#A & #B) All areas marked in PINK on the attached Village map shall be maintained on the following schedule. A. Mow and string trim lawn areas a minimum once per week or as needed to maintain turf at a neat appearing 2" to 3" height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply a high quality, slow release fertilizer (Anderson's 25-5-15 Sulfur Coated Urea, or equal) two (2) times per season at the manufacturer's recommended times and application rates. C. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. D. Edge walks and curb lines two (2) times (spring & fall) per season. E. Cultivate planting beds and around trees a minimum of twice per month, or as needed to maintain beds free of weeds, undesirable grasses, leaves or other debris. This includes sidewalks, curbs, and driveways F. Prune and shape ornamental plant material (trees and bushes) twice (2) per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. G. Prior to the beginning of seasonal operations, all areas are to be cleared of winterkill, debris, leaves and all other material that has accumulated during the winter months. Material is to be hauled away at Bidder's expense and shall be incidental to the contract pricing. H. NO FERTILIZERS OR HERBICIDES are to be used on top of either Reservoir. Prior to beginning of contract, the Village will identify and delineate such areas to the Bidder. The Village most be notified prior to the application of fertilizers and herbicides. Paqe 5 COST PER SEASON: 2015 $ 41 ZZ - 2016 Z 2016 2017 $ ID,-Lg 2018 $ IOrZ V 6. WESTCHESTER PARK All areas marked in ORANGE on the attached Village map shall be maintained on the following schedule. A. Mow a minimum of once per week or as needed to maintain turf at a neat appearing 2"-3" height. Remove any accumulation of grass clippings, leaves or other debris, which detracts from the health, and appearance of the turf grass. There is an area that will stay wet and will require using a string trimmer. No grass clippings are to be blown onto the roadway. B. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. Touch up sprays shall be done throughout the season to maintain control. The Village must be notified prior to the application of herbicides. COST PER SEASON 2015 $ 'S"Oz-S _ 2016 $ So ZS 2017 $ S,OZS— 2018 $ S � O zs — Page 6 TOTAL COST FOR ITEMS #1 -#6 2015 $64 5{l!? -30 2016 $ eS 0 2017 $ 31lS 2018 $12sly c 30 7. SALT CREEK BANKS All areas marked in PURPLE on the attached Village map shall be maintained on the following schedule. A. Mow banks of Salt Creek from North Village Limits to 22"d Street twice per season Mowing shall be done to leave vegetation at a 3" to 5" height. I". Cut week before July 4`h 2�d Cut mid September COST FOR FIRST MOWING 2015 2016 $ 2017 $ i, 1 G �0_ 2018 $ 11910 - COST FOR SECOND MOWING 2015 $ 11910- 2016 $ 119-0- 2017 $ (,qj0- 2018 $--L, 9 b -- Page 7 8. WEED TRIMMING MEDIANS All areas marked in BROWN on the attached Village map shall be maintained on the following schedule. A. Cut and remove all weeds from medians and curbs, and spray with anon selective herbicide to be completed on or about June 1, July 1, and September 1 of each year. COST FOR WEED TRIMMING MEDIANS 2015 $V 2- /per weed trimming and treatment 2016 $2A52- /per weed trimming and treatment 2017 $�-7per weed trimming and treatment 2018 $ ZNSz /per weed trimming and treatment 9. 615 2r' St. Area marked in DARK GREY on the attached Village map shall be maintained on the following schedule. A. Mow and string trim a minimum of once per month to maintain turf at a neat appearing three (3") to five (5") height. Debris/litter shall be removed prior to mowing. Any accumulation of grass clippings, leaves, of other debris shall be removed immediately upon completion of mowing operations. COST FOR 615 22ND ST: 2015 $ 2i 175 2016 $ 2111S 2017 $ VIS 2018 $ Z/(TE Page 8 TIME & MATERIAL MISCELLANEOUS RATES TIME AND MATERIAL RATES The following are hourly, daily and/or unit rates which apply as a part of the maintenance contract for extra work, special projects and emergencies that may arise during the contract period and not otherwise provided, used only after prior Village approval for each job. Hourly rates — Personnel Labor with hand tools 6a 2015 $-37---6 2016 $ 3z. 2017 $ 2018 $Z Labor with power tools 2015 $ 3� 2016 $ 3( - 2017 $ 3Co, 2018 $ Supervisor 2015 $ 7'1© 2016 $ 7 2017 $ y� 2018 $ y8 Page 9 MISCELLANEOUS RATES Sod installed per yard On unprepared ground (Labor & material) 2015 2016 2017 2018 Sod installed per yard On prepared ground (Labor & material) 2015 2016 2017 2018 Total cost for mowing One (I) acre vacant lot (Labor & equipment) $ 75" 7s' 2015 $ 2016 $ �� v 2017 $ �� ^ 2018 $y Page 10 Parkway Tree Planting And mulching (labor & Equipment, Village Will supply trees) 2015 $ /tree 2016 $ (95—/tree 2017 $ Vt /tree 2018 $ /tree Summer Annual planting 30 flats at Village Hall (Village will supply flats) 2015 $ f Q© 2016 $ 2017 $ 2018 $ <uC✓ Fall Mum Planting 50 Mums At Village Hall (Village will supply Mums) 2015 $ e� ^ 2016 $ /%S 2017 $ 1175-- 2018 $ / /S Page 11 2. COSTS: The undersigned Bidder 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. All bids shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS TO BIDDERS: The undersigned Bidder shall comply with all Sections of the Bid Package which are incorporated herein by reference. 4. TIME OF COMPLETION: Scheduling requirements are contained in Section D of the Bid Package. 5. BID GUARANTEE: Not Applicable. Firm Name: Address: City, State Signature: Name Printed: 5/ Je P Title: �tSq nrIA f! Telephone: WD-%q?-�rjL_ Date: // 7-/Y If a Corporation: ATTEST: ecretary Page 12, Section C Instructions to Bidders 1. RECEIPT OF BID: Wednesday, November 12, 2014 at 11:00 am prevailing time. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. BID DESCRIPTION: Landscape Maintenance. 4. PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Senior Purchasing Assistant, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Wednesday, November 12, 2014 at 11:00 am, at which time it will be publicly opened and read in the S. E. Dean Board Room of the Butler Government Center. 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 Bidder 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 bid shall be submitted in an opaque sealed envelope on or before the time stated and shall bear the name of the individual, fum, or corporation submitting the Bid and the Bid Name - "Landscape Maintenance". 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 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. Page 1 H. In submitting this bid, the bidder further declares that the only person or parry 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 famished 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 farther agrees to execute all documents within this Bid Package, for this work and present all of these documents to the Village. N. The bidder 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 bidder further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed from the Village, 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 package, it being understood and agreed that the completion within the time limit is an essential part of the contract and time is of the essence. P. 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, including any indirect and consequential damages. Page 2 Q. No bid will be considered unless the parry 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. 5. SUBSTITUTIONS: Not Applicable. 6. FUEL SURCHARGE: Fuel surcharge of 55%o to be added to bill when retail price of gasoline is above $ 4.50 Price of gasoline to be determined by price published in the Sunday Edition of the Chicago Tribune. 7. 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. The total amount bid includes all applicable federal, state, and local taxes of every kind and nature applicable to the work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or similar benefits and all costs, royalties and fees arising from the use on, or the incorporation into, the work, of patented or copyrighted equipment, materials, supplies, tools, appliances, devices, processes, or inventions. All claim or right to claim additional compensation by reason of the payment of any such tax, contribution, premium, costs, royalties, or fees is hereby waived and released by Bidder. 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. 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. Page 3 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. 9. WARRANTY: Bidder warrants that all work, equipment, labor, and materials fiunished hereunder will conform in all respects to the terms of the Bid Package, including all specifications and standards, and will be free of defects in materials and workmanship. The Bidder also warrants that the work shall be performed in accordance with the highest standards of professional practice, care, and diligence practiced by recognized firms in performing services of a similar nature in existence at the time of performance. The warranties expressed shall be in addition to any other warranties expressed in this Bid Package, or expressed or implied by law, which are hereby reserved unto the Village. 10. 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. The Bidder shall submit request for payment with the appropriate waivers for the work on or before the twenty-sixth (26) of the month, on an approved payment request form, for work performed and material and supplies purchased, delivered and suitably stored on the job site and/or built into the work through the twenty-fifth (25) of the month. Request for payment shall be based on a basic contract schedule of values approved by the Owner. Request for payment for extra work and credits for deductions from the work shall Page 4 be itemized and attached to the contract payment request as a sub=total amount due at the time of the payment requested and subjected to the terms of payment as provided herein. Notwithstanding any other provision of the Contract and without prejudice to any of the Village's other rights or remedies, the Village shall have the right at any time or times, whether before or after approval of any pay request, to deduct and withhold from any progress or final payment that may be or become due under the Contract such amount as may reasonably appear necessary to compensate the Village for any actual or prospective loss due. to: (1) work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Bidder is liable under the Contract; (3) state or local sales, use, or excise taxes from which the Village is exempt; (4) liens or claims of lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the work; (7) inability of Bidder to complete the Work; (8) reasonable doubt that the Contract can be completed for the balance of the contract price then unpaid; (9) reasonable doubt that the balance of the contract price then unpaid is not adequate to cover actual or liquidated damages, if any; (10) failure of Bidder to properly complete or document any pay request; (11) any other failure of Bidder to perform any of its obligations under this Contract; or (12) the cost to the Village, including attorneys' fees and administrative expenses, of correcting any of the aforesaid matters or exercising any one or more of the Village's remedies set forth in the Bid Package. The Village shall be entitled to retain any and all amounts withheld pursuant to this Section until Bidder shall have either performed the obligation or obligations in question or furnished security for such performance satisfactory to the Village. The Village shall be entitled to apply any money withheld or any other money due to Bidder under the Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys' fees, and administrative expenses incurred, suffered, or sustained by the Bidder and chargeable to the Bidder under the Contract. The fmal payment constituting the unpaid balance of the cost of the work and the retention shall be paid by the Owner within thirty (30) days after work shall have been completed and accepted by the Owner's Representative and the contract fully performed. Payments made pursuant to the provisions to this agreement shall not be considered as evidence of performance or acceptance of work either in whole or in part and the Owner specifically reserves any and all rights under the contract of this agreement which shall not be considered waived when payments are made. 11. LIQUIDATED DAMAGES: It is also understood and agreed that if the Village determines the Bidder failed to perform either by observing the established schedule or failing to perform to the level of service established herein for more than two (2) consecutive working days, the Village shall reserve the right to impose liquidated damages for said failure to perform, but not as penalty. The Village will serve notice either personally or in writing stating the reasons for imposing liquidated damages on the Bidder providing twenty-four (24) hour notice to correct such Page 5 items. If at the end of the twenty-four (24) hour period the Bidder has not made the necessary corrections, the Bidder shall pay liquidated damages to the Village in the amount of $500 per day. This failure to perform shall include repeated incidents of any of the following: failure to perform any of the items under the scope of services, failure to respond to or resolve Village complaints, failure to adhere to any and all terms and conditions specified in the contact documents. The Village reserves the right to attempt to work through these items prior to imposing liquidated damages. 12. PERFORMANCE CLAUSE: In the event the quality of service becomes unacceptable, the Village reserves the right to cancel the contract after giving thirty (3 0) day written notice. 13. INDEMWICATION: The Bidder shall protect, indemnify, save, 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 Bidder's officers, employees, subcontractor, and/or agents, provided that the Bidder 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 Bidder shall hold the Village harmless for any and all claims, for labor, material, apparatus, equipment, fixtures or machinery furnished to the Bidder 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. 14. INSURANCE: Certificates of Insurance shall be presented to the Village AND DuPage within fifteen (15) days after the receipt by the Bidder of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract nor will the bid guarantee be returned until acceptable insurance certificates are received and approved by the Village Attorney. The Village of Oak Brook and the County of DuPage must be listed as certificate holders and as additional insured. An additional insured endorsement must accompany the certificate of insurance. Page 6 Each Bidder 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 Article III of Chapter 12 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 Bidder 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 Bidder, permittee, or their agents, representatives, employees or subcontractor. A Bidder or pernittee 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 $25,000, the required limit shall be $1,000,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; 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 AND DuPage County are to be covered as additional insureds as respects to: 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 and DuPage County. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents AND DuPage County. Any insurance or self-insurance maintained by the Village, its officers, officials, employees, volunteers or agents AND DuPage County shall be in excess of the Insured's insurance and shall not contribute with it. Page 7 (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 AND DuPage County. (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 AND DuPage County 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 or not renewed 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 AND DuPage County. 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 AND DuPage County 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 DuPage County and shall be subject to approval by the Village Attorney before work commences. The Village AND DuPage County 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 subcontractor shall be subject to all of the requirements stated herein. 15. SAFETY: The Bidder and any subcontractor shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 16. NON -DISCRIMINATING: The Vendor, its employees and subcontractor, 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. 17. EQUAL OPPORTUNITY: The Bidder 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. 18. PREVAILING RATE OF WAGES: The Village does not believe that the requirements of the Prevailing Wage Act (820 ILCS 130), as amended, apply to the Contract. However, the Bidder is responsible for making its own assessment of the Prevailing Wage Act's requirements and abiding by the Prevailing Wage Act if it applies to the Contract. 19. 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. 20. EXECUTION OF DOCUMENTS The Bidder, 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. Bids which are signed for a partnership shall be signed by all of the partners or by an attomey-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. Bids which are 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 9 21. INDEPENDENT CONTRACTOR: There is no employee/employer relationship between the Bidder and the Village. Contractor is an independent Contractor and not the Village's employee for all put -poses, 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. 22. ASSIGNMENT Neither the Village nor the Bidder 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. 24. GOVERNING LAW This Agreement shall be governed by, construed, and enforced in accordance with the internal laws, but not the conflicts of laws rules, of the State of Illinois. 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. 15. CONTRACT TERM Contract shall commence on approximately April 1St and continue through November 31st of each year. However, warm or cold spring and fall may require work beyond these dates. This contract will be awarded for a one year term with three one year options to renew based on the bid prices submitted for 2015 - 2018. 22. COMPLIANCE WITH LAWS Bidder, in performing the work and fulfilling its obligations under the contract must comply with all applicable provisions of the federal, State, and local laws, regulations, rules, and orders. Page 10 23. NON WAIVER OF RIGHTS No failure of the Village to exercise any power given to it hereunder or to insist upon strict compliance by the bidder with its obligations hereunder, and no custom or practice of the Village at variance with the terns hereof, and no payment made constitutes a waiver of the Village's right to demand exact compliance with the terms hereof. 24. LIENS, CLAIMS, ENCUMBRANCES Bidder warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. If at any time any notice of any lien is filed for or by reason of any equipment, materials, supplies, or other item furnished, labor performed, or other thing done in connection with the equipment or this Contract, then Bidder shall, promptly and without charge, discharge, remove, or otherwise dispose of such lien, or, if permitted by the Village, famish a bond or other collateral satisfactory to the Village to indemnify the Village against such lien. Until such discharge, removal or disposition, or furnishing of any permitted bond or other collateral, the Village shall have the right to retain from any money payable under this Contract an amount that the Village, in its sole judgment, deems necessary to satisfy such lien and to pay the costs and expenses, including attorneys' fees and administrative expenses, of any actions brought in connection therewith or by reason thereof. Page 11 Section D Specifications 1. Bidder shall coordinate all maintenance activities with the Director of Public Works or his designee. 2. Contract shall commence on approximately April lst and continue through November 31st of each year. However, warm or cold Spring and Fall may require work beyond these dates. 3. Upon presentation of an acceptable invoice for work rendered in the prior month, the Village will pay the Bidder within the first twenty (20) working days after receipt of said invoice for all specialty and time and material work. For all routine monthly work, the Bidder will be paid in eight (8) equal monthly payments, beginning in May, provided said work is acceptable and a proper invoice is prepared and submitted. 4. Bidder shall remove from the Village all debris, including plant material debris, generated during the maintenance procedures upon the completion of each day's operations and shall include removal of all accumulations of leaves, paper, trash and other materials which detract from the landscaping in such places as shrubbery beds, fence lines, exterior building lines, parking lots and other places of maintenance. Debris, as indicated in the specifications shall be removed and disposed of at the Bidder's expense. No debris shall be allowed to be blown or discharged onto paved areas. 5. Cancellation of Contract - The Village reserves the right to cancel all or part of this contract upon thirty (30) days written notice to the Bidder. 6. Bidder shall furnish uniforms or shirts (in colors distinct from Village employees) to it's personnel while they are working for the Village. Such uniforms or shirts shall prominently display the name of the Bidder. 7. All vehicles being used by the Bidder during the term of this contract must prominently display the name of Company. Bidder shall not assign any right or interest under this Contract, nor orders issued pursuant to the contract, nor delegate or subcontract any work or services without the written approval of the Village. The Bidder is responsible for any and all damage caused through improper maintenance procedures and/or application of chemicals. Damage shall be repaired and/or replaced by the Bidder at no charge to the Village. 10. All State and Federally regulated chemicals shall be applied by licensed persons only. All chemicals shall be used according to the manufacturer's directions. Personnel must carry appropriate license(s) at all times and must show same upon request of the Village. Page 12 11. Approximate acreage of project - 70 acres, plus or minus 20%, Bidder to determine acreage. 12. Village reserves the right to add, delete or modify areas. Cost for added and/or deleted areas to be negotiated between Village and Bidder. Page 13 Section E Key To Map 1. Cul-de-sac and area bounded by; house property on north, end of pavement on south, Meyers Rd. on east, and dead-end street on west. 2. Median on Meyers Rd. from 35th St. on north to 38th St. on south. Well House #6 - area bounded by Meyers Rd. on west, pond on east, iron stake then tree line on south and 31 st St. on north. 4. Reservoir B - area bounded by access road on east, fence on west, manhole on access road extended west on north, and ComEd pole extended west on south. Additionally, east/west access road on both sides 15' and flaring out to the tree line on north and fence on south. 5. West Elevated Tank - area bounded by parking lot on north extended east to bush line, bush line jogging south then extending east to ComEd tower, ComEd tower extended south to fence, fence extended west to concrete spillway, spillway extended north to Tower Dr. 6. Well House #7 - area bounded by Midwest Rd. on west, tree line on north extended east to north/south tree line, then follow tree line to Toll Plaza road, Toll Plaza road extended west to Midwest Rd. Castle Drive — west side from 16`x' St. north to the Oakbrook Terrace Tower sign next to the street light, cut to fence line. West side cut to the tree line, north of the high pressure gas valves north to the Oakbrook Terrace Tower sign. 8. Three (3) median sections on 16th St. from Rt. 83 to Spring Rd. 9. Median on Spring Rd., between 16th St. and Harger Rd. 10. North Spring - east side of road from pavement edge to tree line, from 16th St. to beginning of concrete curb (area opens up just south of pavement curb). 11. Timber Edge Drive - (south side) - start at east side of Salt Creek bridge, cut to tree line and fence line east, south/cast to York Woods Forest Preserve entrance off Harger Rd. Continue west, south/west along Harger Rd. to Hyatt Hotel entrance just east of Spring Rd. Timber Edge Drive - (north side) - start at fence line just east of Salt Creek bridge, cut area between north side of pavement and fence and extend east to end of fence, then extend southeast to Harger Rd., cutting down north slope face. -Continue west, southwest along Harger Rd. to old Harger Rd. located at the end of Yorkshire Woods to the east cut along fence southwest to end of roadway, then continue on Harger Rd. to Salt Creek bridge, cutting to tree line. Page 1 12. Cut slopes of Harger Rd. access to York Rd. (all sides) extend southeast to include to tollway fence, including both sides of the bike path to the tree line. North along York Rd. to the end of guard rail. 13. Cut un -curbed island where York Rd. northbound/Wood Glen Lane access road turns off York Rd. Additionally, cut west side of access road from edge of pavement to fence line, extending south approximately 270 ft. Cut area bounded by York Rd. on east, frontage road on west, tollway fence on south, and access road on north. Keep guard rails clear of weeds 14. Reservoir A - area bounded by York Rd. on west, tree line, and tollway exit road on north, east, and south. 15. Well House #5 - area bounded by Windsor Dr. on west, fence line on north, parking lot on east and south. 16. Cut cul-de-sac island, north end of Swift Dr. 17. Cut cul-de-sac island, south end of Swift Dr. 18. Medians on York Rd. just north of 22nd St. and in front of 2000 York Rd., west side York Rd. along bike path from tollway bridge to traffic signal at tollway ramp. 19. Two (2) median sections on York Rd., south of 22nd St. to Golf Dr. 20. Area bounded by 22nd St. on north, fence line on south, Windsor Dr. on west, and I-294 bridge on east. 21. Cul-de-sac island, end of Windsor Dr. and both sides of bike path, bounded by tree line and fence from 22nd St. to cul-de-sac of Windsor Dr. 22. North side of 22nd St. from Clearwater Dr. to Salt Creek, bounded by south pavement edge of 22nd St. Access Rd. to north pavement edge on 22nd St. 23. Fire Station No. 2 - area bounded by 22nd St. on south, Enterprise Dr. on west & north, and parking lot and drive of 721 Enterprise Dr. on east. 24. Cul-de-sac island at north end of Enterprise Dr. 25. Two (2) cul-de-sacs islands at the east end of Commerce Dr. 26. On 22nd St. - all grass medians from Spring Rd. to I-294. (not all require mowing but do require weeding) 27. 22nd St. and I-88 bridge — two (2) each side, triangular pieces bounded by tollway, 22nd St. and fences. Page 2 28. Jorie Blvd. - all medians from 22nd St. south to Kensington Rd. 29. On 31 St St. — all grass medians from Regent Dr. east to Spring Rd, including north side of 31st Street starting at the DuPage Mayors and Managers Entrance going west to Rt. 83. 30. 31St St. and Rt. 83 interchange — on nw, sw, and se quadrants mow infield only. On the ne quadrant, mow infield plus 15' north & east of outside guard rail and from guard rail to curb. 31. St. Paschal Dr. - north & east side from edge of pavement to fence line. West & south side, from edge of pavement to forest preserve boundary (tree line varies quite a bit in this area). 32. 35th St. — north side, from edge of pavement to and including the ditch line/tree line, from the west edge of St. Paschals Dr. up to the entrance to Covington subdivision. From there, extend west along fence line/bike path to end of bike path, south side, edge of pavement to tree/fence line, Oakwood to Midwest Rd. 33. Triangular area nw corner of Midwest Rd. and 35th St. — area bounded by Cass Ct. on the west, fence lineibike path on the north and east, Midwest Rd. on the south. 34. Grass medians on 31St St. — Spring Rd. to York Rd. 35. North side of 31St St., from Spring Rd. east to Grant Rd. — cut to tree line north of bike path. 36. South side of 31St St., from Spring Rd. east to 501 31s' St. (Christ Church) cut to forest preserve boundary. 37. All vacant lots within shaded area extending to 31St St. on the south. Wet area will need to be cut with string trimmers 38. Area west of York Rd. bounded by the north boundary of 3824 York Rd. on the south, Spring Rd. on the north, tree line and drives on the west, and York Rd. on the east. Also, cut the area on the east side of York Rd. directly across from above area. 39. On Glendale Rd., north side, from Washington St. west to village limits — cut to tree line. 40. On 35th St. — Adams Rd. to Rt. 83, both sides to tree line (tree line opens up considerably once adjacent to horse stables on the south side). West of metering station, cut to fence and cut to tree line north and south. 41. Spring Rd. — from 31St St. south to Washington, cut both sides to tree line/bike path. On east side, continue mowing to across from 3719 Spring Rd. 42. York Rd. east side — at 420 31 St St. and 3005 York Rd., cut back of curb, to 5' east of bike path. Continue north to Windsor, cut back of curb to fence line/tree line. From 2717 York Rd. to the end of 11 Dover, cut back of curb to tree line. From 9 Dover to Dover Dr. curb line, out back of curb to tree line east of bike path. Page 3 43. York Rd. west side — from 31" St. north to 22"d St., cut to bike path. 44.22 d St. — south side from Salt Creek bridge to York Rd., cut to bike path. 45. Village Commons (including Village Hall, Public Works, and Fire Station No. 1). Area bounded by 7orie Blvd. on the west, tree line just east of Spring Rd. on the east, 3ls` St. on the south, and the tree line just north of the bike path on the north. 46. Kensington. — cul-de-sac island. 47. West side of Stafford Ln. behind 2615 York Rd. south to behind 2707YorkRd., cut to_tree. line. 48. South edge of property at 3622 York Rd. on Wennes Ct., cut from edge of pavement on Wennes Ct. to tree line. 49. On Adams Rd. — west side from Spring Rd. south to end of bike path, cut to tree line west of bike path. East side from Spring Rd. south to 35th St., cut to tree line. West side at 3804 Adams Rd., from edge of pavement to tree line. East side across from 3804, cut from edge of pavement to tree line. 50. Rt. 83 — Center median starting 200' north of 16th St., south to the end of ramp south of 315` St. (weed trimming & spraying only) 51.22"d St. — Center median starting at I" traffic signal west of Rt. 83 going east to Spring Rd. including all traffic signal islands. (weed trimming and spraying only) 52. Spring Rd.- Center median from 22"d St. to grass median north of Harger Rd. (weed trimming and spraying only) 53. York Rd. — Curb lines and center median starting 200' north of Harger Rd. going south to the grass median south of I-88 ramp. Including 4 traffic signal islands at 22nd St. (weed trimming and spraying only) 54.22 d St. Grass Medians - Rt.83 west to Butterfield Rd. including the grass median on Butterfield Rd. 55. Commerce Dr. — Grass median east of Spring Rd. 56.61522 n1. St. Vacant Lot — Edge of roadway north to and including the burm. Tree line at east border west to Salt Creek then south to the drainage ditch. Page 4. 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: —Jrka —n -L &�A 4,)- 1 2. permanent main office address: %lam - (rnr Ar 6 i!. Or 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name: 3 .r 6. Contracts on hand: (Schedule these, showing amount of each contract and the appro ate r / anticinated dates of completion) lel AQ cf 1- St'e 35 ,- (9(2N_ 7. General character of work performed by your company: A IV A'A 4f II MI5 -110 i'NU'AL,= A( U Ott 8. Have you ever defaulted on a contract: &0 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. 10. List your major equipment available for this contract: 6,o)O` mou/e� Sa rHz El — 11. Experience in work similar in importance to this project: S v ra r? nZp? ,rm 12. Background and experience of the principal members of your organization, including the officers. `"rk A5 bQ&— r4 1�44±ae ieee� 7- -z 13. Credit available: Page 1 14. Bank reference: i7.S Ar, A J 2 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: Y -e 5 - 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 ti/(,y/t,»he2 Illinois this day of 2014 STATE OF ILLINOIS) ) SS. M9100-61960 AMMENOW By: yd-4� Title STC,- it � (, being duly sworn deposes and says that he is the Pf� of 'Mk &vt), - and that the answers to the foregoing questions and all statements th ein contained are true and correct. and sworn to before me this —�L day of N ave F1,— , 2014 Notary Public OFFICIAL SEAL DIANA H GAY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES:04/19/16 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. J 1. Company Name: Address: Phone #: Contact: 2. Company Name: Address: Phone #: Contact: 3. Company Name: Address: Phone #: Contact: 4. Company Name: Address: Phone #: Contact: 5. Company Name: Address: Phone #: Contact: Page 1 0 The T.L.C. Group, LTD. 751 N Bolingbrook or #20, Bolingbrook • P.O. Box 127 • Clarendon Hills, IL 60514 • (630) 789-8894 Reference: City of OakBrook Terrace Craig Ward 630-941-8310 Village of Clarendon Hills Chris 1 630-286-4750 Village of Lisle Marcia — 630-271-4127 34 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: "Landscape Maintenance" (A) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is not bared 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 Bidder'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 mess firm is: (check one) Corporation Partnership Individual Firm Name: 1LL (220yia 144 Address: b Eo -r, /Z7 City, State, ZIP: dyajao� 9-(/) Title: rrpLnft)P2,A Telephone: 63D—TV-9P�(_ Date: Paqe 1 SUBSCRIBED AND SWORN TO before me this _ day of 20-N. y is ATTEST: Paqe 2 Section I Contract Landscape Maintenance 1. THIS AGREEMENT, made and concluded this 9 f day of WWbC2014, between the Village of Oak Brook, a municipal corporation, actingby nd throu h its President and Board of Tiustees, known as VILLAGE, and 1 ( U. n cw I U -Tu his executors, administrators, successors or assigns, known as BIDDER. 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 BIDDER 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. 3. And it is also understood artd agreed that the entire Bid Package hereto attached, approved by the VILLAGE this 9t day ofD(, 2014, are all essential documents of this contract and are apart hereof. 4. Contract shall commence on approximately April 151 and continue through November 31sT of each year, starting in 2015. However, warm or cold spring and fall may require work beyond these dates. This contract will be awarded for a one year term with three one year options to renew based on the bid prices submitted for 2015 - 2018. 5. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: Village Clerk ATTEST: VIL GE OF OAK BROOK By Gopal Lalmalani Village President 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 Pace 2 SEXUAL HARASSMENT CERTIFICATE % L%PNL hereinafter referred to as `Bidder'.'.having submitted a bid/proposal for - 10141 �-Ne4 r �— to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Bidder has a written sexual harassment policy in place in full compliance with 775 I -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 Bidder'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 Bidder must provide a copy of such written policy to the Illinois Department of Human Rights upon request. By: Agent of Bidder Subscribed and sworn to before me this '7 day of la 20 H. Public ppICI EAL DIANE H GAY NOTARY PUBLIC - STATE Of ILLINOIS MY COMMISSION EXPIRES:04/19/16 Page 3 BIDDER'S CERTIFICATIONS (CONTRACT EXECUTION) CC� having executed a contract for )AuU11 !A Aw With the VILLAGE, hereby certifi s that said Bidder 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) Bidder 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 ILLS 580/3. Attest/Witness: By: Title: QFR Subscribed and Sworn to before me this 7 day of ftave,6. ,20-1Y. Wary Public Bidder By. -Name of Biddersxecu ng Officer Title: R%'_lA' Title of Bidder's Executing Officer My Commission Expires: ty-/7 45( OFFICIAL SEAL - DIANE H GAY LNOTARY PUBLIC - STATE Of ILLINOIS MY COMMISSION EXPIRES:04/19/16 Page 4