Loading...
PW Material Hauling Services-The Sivi Group LLC vG� OF OgKB90 0 Village of Oak Brook p Public Works Material Hauling Services 0ca Bid Package G O .O �•Z► 9C�OOUNTv'`�� May 2022 Table of Contents Section A. Notice to Bidders B. Bid C. Instructions to Bidders D. Specifications E. Special Conditions F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section A Notice to Bidders Posted on the Village of Oak Brook website, Tuesday May 10, 2022 The Village of Oak Brook will receive bids for: Public Works Material Hauling Services 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., Tuesday, May 24, 2022, 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.orq 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 No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids.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, to waive any informalities in bidding, and to accept the bid deemed most advantageous to it. The Village shall not be committed to a minimum quantity or minimum unit of measure for services requested, and reserves the right to either increase or decrease the actual quantities at our sole option. Material hauling services requested as needed throughout the year, in quantities determined by the Village. The Village also reserves the right to split the award based on categories or individual items contained in the bid. Charlotte Pruss Village Clerk 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section B Bid 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. The Village reserves the right to split the award, based on categories, individual items, or other combination of bids submitted. Bidders should submit alternate pricing, if appropriate, to reflect the award of an entire category or combination of items to one Bidder. Bidders do not need to submit pricing for all items or categories. The Village shall not be committed to a minimum quantity or minimum unit of measure for services requested, and reserves the right to either increase or decrease the actual quantities at our sole option. Material hauling services requested as needed throughout the year, in quantities determined by the Village. This contract will operate as a REQUIREMENTS CONTRACT and all prices will remain firm for one year starting July 1, 2022 — June 30, 2023. The Village reserves the right to award four (4) additional one (1) year extension terms, with the concurrence of the winning bidder/bidders. The undersigned submits herewith his Unit Price Bids on the following pages. 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx OAK BROOK PUBLIC WORKS MATERIAL HAULING SERVICES Item Estimated Unit of Measure Unit Price Extended Quantity Price Pulverized Topsoil 5 21 Ton Truckload $ 5000 $2,500RO CA-6 Stone 500 Tons $ -00 $111000400 CA-7 Stone 500 Tons $ .� $ p pD FA-5 Limestone -Screenings 100 Tons $ 0D $ 00 FA-2 Torpedo Sand 60 tons $ X00 $ 00 FA-9 Mason Sand 60 Tons $ 00 $ 11200.00 Hauling and Disposal of 21 Ton Clean Spoil and 50 Truckload Uncontaminated Soil $250 00 M26M.00 Hauling and Disposal of 5 21 Ton Yard Waste Truckload $2 00 $ 1450,05) Total Extended Cost 2. COSTS: The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. All bids shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS TO BIDDERS: The undersigned vendor/contractor shall comply with all Sections of this Bid Package which are incorporated herein by reference. 4. BID GUARANTEE: None. 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Firm Name: ThO S iy i Ar'o LLC Address: Q.D. L3Ox 222 City, State, ZIP: IA/AUYIC, IL 6018 + Signature: Name Printed: NnWa V4bl UnA Title: lr c5id*A l4-- Telephone: Date: (CLU 20%. If a Corporation: ATTEST: ,- Secretary 3 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section C Instructions to Bidders 1. RECEIPT OF BID: Tuesday, the 24th day, May 2022; 11:00 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. BID DESCRIPTION: Public Works Material Hauling Services. 4. PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Senior Purchasing Assistant, Rania Serences, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Tuesday, 11:00 A.M., prevailing time, May 24, 2022, 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(filled out and signed). 6. Sexual Harassment Certificate (filled out and signed). 7. Contractor's Certifications (filled out and 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, firm, or corporation submitting the Bid and the Bid Name "Public Works Material Hauling Services". 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 1 j1worddoc\bid packages\2022 bid packages\pw material hauing services.dou 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 as a part of his Bid. N. 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. 5. SUBSTITUTIONS: A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base bid price for the total cost. D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: 1. Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions 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 the 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. 3 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou 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. 8. WARRANTY: Contractor(successful bidder)will guarantee his own work for a period of one (1)year against faulty material and/or workmanship. If any defects(s)appear(s)within the one (1) year guarantee period, the contractor will repair any such defect(s) solely at his cost and at no cost to the Village of Oak Brook. The Contractor will also forward copies of all applicable manufacture's warranties for all equipment/commodities supplied by the Contractor as a part of the Contract. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14)days prior to the second or fourth Tuesday of the month. 10. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, 4 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou 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. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract nor will the bid guarantee be returned until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of 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 contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work under the contract or permit, by either the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; 5 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx 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, volunteers and agents; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers and agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the Village, its officers, officials, employees or volunteers shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees or volunteers. (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, and volunteers for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty(30)days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials, employees, 6 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to ail of the requirements stated herein. 12. SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 13. EQUAL OPPORTUNITY: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 14. CONTRACT TERM: The Term of this Contract will be from July 1, 2022 — June 30, 2023. The Village reserves the right to award four (4) additional one (1) year extension terms, with the concurrence of the winning bidder/bidders. 15. 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. 16. EXECUTION OF DOCUMENTS The Contractor, in signing his Bid overall or on any portion of the work, shall conform to the following requirements: 7 jAworddoc\bid packages\2022 bid packages\pw material hauing services.docx 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 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. 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 an official other than the President of the Corporation manually signs such Bid, 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. 17. INSPECTION/TESTING/REJECTION: The Village shall have the right to inspect all or any part of the Work and to reject all or any part of the Work that.is, in the Village's judgment, defective or damaged or that in any way fails to confirm strictly to the requirements of this bid, without limiting its other rights or remedies, may require correction or replacement at Bidder's cost, perform or have performed all Work necessary to complete or correct all or any part of the Work that is defective, damaged, or nonconforming and charge Bidder with any excess cost incurred thereby, or cancel all or any part of any order or this bid/contract. Work so rejected may be returned or held at Bidder's expense and risk. 18. NON-DISCRIMINATING: The Contractor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 19. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to 8 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation because of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorney's fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor, which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 9 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx 20. 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. 21. 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. 22. GOVERNING LAW The laws of the State of Illinois as to interpretation, performance and enforcement shall govern this Agreement. 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. 10 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section D Specifications 1. SCOPE : The work consists of the transportation and disposal of Material generated in the course of normal Village operations and the delivery of items contained in Section B of this package. Materials may consist of pulverized topsoil, stone, limestone, sand, leaves, yard waste, and other materials that may not be separated. Hauling of hazardous materials is not included in this scope of work. Material shall be disposed of in compliance with applicable local, state and federal regulations.When directed by the Village to dispose of Material at a Clean Construction or Demolition Debris (CCDD) facility, the Village will provide either form LPC-662 or LPC-663 for the spoil material. If the Contractor choses to dispose of any material at a CCDD facility without being directed to do so by the Village, the Contractor assumes all responsibility for providing all testing and certifications required, including all costs related thereto. 2. PROJECT SUBMITTALS: The Contractor must submit the following information to the Village for review with bid submissions. Failure to submit the following will result is disqualification of bid: Equipment Documentation The Contractor shall submit information documenting that the Contractor owns or has access to a minimum of one (1) 21-ton capacity trucks. The Contractor must show proof of vehicle ownership and/or a contractual agreement acceptable to the Village covering the term of the contract. The Contractor shall submit evidence of licenses and last inspection for each truck to the Village. Disposal Location The Contractor shall submit a list of anticipated disposal locations for each category of material to be hauled and disposed. Also include the distance (in miles) from the Public Works facility to the proposed disposal site. The Contractor shall notify the Villages of any new disposal locations prior to disposing of any of the Village's material at the facility. Material Supply Location The Contractor shall submit to the Village the locations from which the specified materials will be purchased and delivered to the Village. At least one location shall be located within a 70 mile radius of the Village's Public Works facility. Delivery and Disposal Tickets The Contractor shall provide the Village with all delivery and disposal tickets. 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou 3. MATERIALS & SERVICES TO BE PROVIDED BY THE VILLAGE: All materials to be hauled shall be located at the Oak Brook Public Works Storage Barn. 640 Oak Brook Road, Oak Brook, Illinois 60523. An equipment operator and necessary equipment will be made available to load the Contractor's trucks for all hauling. It is the Contractor's responsibility to ensure that the Contractor's trucks are not overloaded and that the loads are balanced prior to leaving the Village's facility. 4. TECHNICAL SPECIFICATIONS: A. Contractor shall maintain all equipment used for completing the hauling in good operating condition and with the appropriate licenses and inspections by the State of Illinois. The Contractor is responsible for providing qualified truck drivers with verified Commercial Driver's Licenses. Hauling services shall comply with all Federal, State, Local, and Municipalities requirements and policies. B. Provide pulverized topsoil that is free from large roots, sticks, and weeds, brush or stones, or other litter and waste products. It shall be a loamy mixture having at least 90 percent passing the No. 10 percent organic matter. It shall contain no more than 10 percent clay. The sand content shall not exceed 10 percent. The PH shall not be lower than 5.0 nor higher than 8.0. C. Provide well-graded crushed stone aggregate complying with IDOT "Standard Specifications" gradation No. CA-6, free of clay, loam, dirt, crushed concrete, calcareous or other foreign matter. D. Provide well-graded crushed stone aggregate complying with IDOT "Standard Specifications" gradation No. CA-7 free of clay, loam, dirt, crushed concrete, calcareous or other foreign matter. E. Provide well-graded fine aggregate sand complying with IDOT "Standard Specifications" gradation FA-2 Torpedo Sand, free from organic matter. F. Provide well-graded fine aggregate sand complying with IDOT "Standard Specifications" gradation FA-5 Limestone Screenings, free from organic matter. G. Provide well-graded fine aggregate sand complying with IDOT "Standard Specifications" gradation FA-9 Mason Sand, free from organic matter. H. The contractor shall be allowed to make "round robin" runs, delivering material and hauling debris with the same truck. However, material must always be delivered with a clean truck. Aggregate material that has been contaminated with debris from using a dirty truck will be considered not to have met the specifications and such loads will be rejected and not paid for. 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx 5. SCHEDULING OF WORK: Hours of operation and location for debris hauling and aggregate delivery is Monday— Friday 7:30 am — 3:30 pm. Aggregate material shall be delivered to the Public Works Storage Barn during these hours of operation, unless a different location or extended hours are specified by the Director of Public Works or his/her designee. The Village will contact the contractor requesting service for debris hauling and/or material delivery as-needed. The contractor shall respond to all requests for debris hauling and/or material delivery requests within 24 hours of the request. 6. MEASUREMENT OF PAYMENT: Purchase & Delivery of Aggregate Material (CA-6, CA-7, FA-2 Torpedo Sand, FA-5 Limestone Screenings, FA-9 Mason Sand) — This item includes the purchase and delivery of aggregate material scheduled to occur during normal business hours, to the Village's Public Works Storage Barn, including all necessary material, equipment and labor. This item will be measured in tons of material delivered (based on the material supplier load tickets) for each material type. Purchase & Delivery of Pulverized Topsoil — This item includes the delivery of topsoil scheduled to occur during normal business hours, to the Public Works Storage Barn, including all necessary material, equipment and labor. This item will be measured in 21-ton truck loads of topsoil delivered. Hauling and Disposal (Clean Spoil and Uncontaminated Soil) — This item includes the removal and disposal of the specified debris, including equipment, labor and disposal, from the Public Works Storage Barn during normal hours of operation. Equipment and labor to load construction spoil onto the contractor's trucks is not included and will be provided by the Village. This item also includes additional handling, documentation and tipping fees that may be required for disposal of special waste. Initial testing of special waste loads will be provided by the Village. This item will be measured in 21-ton truckloads of material hauled from the facility. Hauling and Disposal (Leaves and Yard Waste) — This item includes the removal and disposal of leaves and yard waste from the Public Works Storage Barn during normal hours of operation. This work includes equipment, labor and disposal. Equipment and labor to load construction spoil onto the contractor's trucks is not included and will be provided by the Municipality. This item will be measured in 21-ton truckloads of leaf debris hauled from the facility. 7. DELAYED SERVICES: The awarded Contractor shall ensure the timely delivery of material to the Village and debris hauling from the Village. In the event the Contractor fails to provide timely service, the Village reserves the right to contract with another service provider and bill 3 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx the awarded Contractor for all associated costs. Timely service shall be defined as deliveries or hauling to be completed within three (3) business day, unless weather prohibits. If it is the opinion of the Public Works Director or his/her designee that the awarded Contractor consistently fails to meet the service requirements identified above, the Village reserves the right terminate the Agreement. The Village shall be the sole determiner of consistently. 4 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou 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 Contractor's risk and expense, be returned to Contractor. Unauthorized shipments are subject to rejection and return at Contractor's expense. 2. Material Safety Data Sheets (MSDS): If applicable, contractor 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. Contract Terms/Cancellation and Damages: Any Contract entered into by the Village with the Bidder may be terminated by the Village upon thirty (30) days notice. If such Contract is terminated by the Village because of the Contractor's breach, the Village shall have the right to purchase items covered by the Contract elsewhere and to charge the Contractor with any additional cost incurred. Notwithstanding the above, the Contractor shall not be relieved of any liability to the Village for damages sustained by the Village by virtue of any breach of such Contract by the Contractor and the Village may withhold any payments to the Contractor until such time as the amount of such damages due the Village from the Contractor shall be determined. 4. Liens, Claims, and Encumbrances: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 5. Delivery Requirements: All deliveries to the Village for items covered by this Bid shall be made Monday through Friday between the hours of 7:30 a.m. and 3:30 p.m., unless specified otherwise by the ordering Village department. All shipments are to be inside delivery to the ordering department. Ninety percent (90%) of order must be complete within 72 hours of order placement. If Contractor anticipates exceeding 72 hours due to back orders, items shall be shipped as available rather than waiting for order completion, regardless of dollar value. Invoicing is to be based on items shipped. 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou 6. Drug Free Workplace: The Contractor agrees to provide a drug free workplace as provided for in Public Act 86- 1459. 7. Inspections: The Village reserves the right to visit and inspect the premises and operation of the Contractor. 8. Non-Discriminating: The Contractor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 9. Pricing: Prices shall remain firm from July 1, 2022 —June 30, 2023. 10. Contract Term: The Contract to be executed as a result of this Bid will be one (1) year beginning July 1, 2022 — June 30, 2023. The Village reserves the right to award four (4) additional one (1) year extension terms, with the concurrence of the winning bidder/bidders. 11. Size of Order: The quantities listed in the Bid are estimates only. The Village shall not be committed to any minimum dollar purchase, and reserves the right to either increase or decrease the actual quantities ordered, at our sole option. Items will be ordered and delivered as needed throughout the year, in quantities determined by the Village. 12, Split Awards The Village reserves the right to split the award, based on categories, individual items, or other combinations of bids submitted. 13. Purchases outside of the Bid The Village reserves the right to purchase quantities of items specified in the Bid Package from other sources, if determined necessary by the Village to meet the particular needs of the Golf Course. 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx 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: The Sly;G(MU42 U-4- 2. .G2. Permanent main office address: RO.DOX 2230 %hmnej r1. (Mat 3. When organized: 5.210201W 4. If a corporation, where incorporated: (.0 — ( f(1!101 S 5. How many years have you been engaged in the contracting business under your present firm or trade name: g t1 ars 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) 7. General character of work performed by your company: Ql,��,l+trl� 8. Have you ever defaulted on a contract: N0, 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. and tMitria 11. Experience in work similar in importance to this project: Vj U Aqe DE Ad dlso on s CAW 9 Des plMMc 12. Background and experience of the principal members of your organization, including the officers. V- 1 13. Credit available: ow-aft wfib Uta Une, �(swddo 14. Bank reference: Tyysk 1 jAworddoc\bid packages\2022 bid packages\pw material hauing services.docx 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: As 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 , Illinois this day of Mit a , 2022. By: P( 'iSl Title STATE OF ILLINOIS ) ) SS. COUNTY OF C.00k ) (-4f61-t S A4011",C being duly sworn deposes and says that he is the .XA.: of 7tC-.r-jr 6.P Pt o µ.L and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this2'0 day of A`(aY , 2022. Notary Public OFFiCiAL SEAL Anthony D Geschke NOTARY PUBLIC,STATE OF ILLINOIS My Commission Expires Sept,26 2022 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section G References Bidder shall supply the following information listing customers for which the bidder has supplied a similar type of commodities, service, or construction. 1. Company Name: �1T Qj M no Pulplic WariLs Address: 14 41 , gr .0VQ A"Son L &DI 01 Phone #: 63� 2�-2010 Contact: 2. Company Name: MU D'� wS FlaliML PU we, Warks Address: -4&wa,In Qua.Des PI e5, IL &Mi6 Phone #: $4?-gl -5bb4 Contact: 1 Schwil 3. Company Name: Build P.rS Asdlnalt Penn LIP Address: !MI Ropseydk lZand, Hillsi t.. IL &0142 Phone #: 173-14401-5161 Contact: soft Wal ten 4. Company Name: Madam 8WS'1:Y1,IO6An-I"C. Address: I= Qatsktk dye-- El(- ' (001 41 Phone #: R��•b�$•i��0 Contact: R4WA "tt'0 ata 5. Company Name: AECOM Address: 303 r.lA/aGklx'pI'lm Sulk 1400. MieAAD, IL 601001 Phone #: •R�1 •L10?1 Contact: LQrq VP,r'KnULW 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section H Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: "Public Works Material Hauling Services" (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. 1 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.dou This business firm is: (check one) �/ Corporation(LLC) Partnership Individual Firm Name: AIM, StV 1 b"' MAn Ir - Address: F.0 �nX 2 2 City, State, ZIP: 61t11011P Signature: Name Printed: Odia Title: Pitt Telephone: Date: ATTEST: -SEAL- SUBSCRIBED AND SWORN TO before me this ?P6� day , 2022. ,!�wPublic OFFICIAL SEAL A.nthony D Geschke NOTARY PUBLIC,STATE OFt 26 20122 My Commission Expires SeP 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx Section I Contract (To Be Filled, Signed, and Submitted as a part of Bid Package) Public Works Material Hauling Services 1. THIS AGREEMENT, made and concluded this 1 day of 2022, between the Village of Oak Brook, a municipal corporation, acting by and through its President and Board of Trustees, known as VILLAGE, and Ulf; S1 his executors, SLC administrators, successors or assigns, known as CONTRACTOR. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their 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. PERIOD OF CONTRACT: This Contract will be in full force for one (1) year from July 1, 2022 — June 30, 2022. The Village reserves the right to award four (4) additional one (1) year extension terms, with the concurrence of the winning bidder/bidders. This Contract is subject to the right of the VILLAGE to cancel and terminate the same at any time, with or without cause, by giving not less than thirty (30) days notice to the CONTRACTOR. In the event of such cancellation, the CONTRACTOR shall be entitled to receive payment for services and work performed and materials and equipment furnished under the terms of the Contract prior to the effective date of such cancellation, but shall not be entitled to receive any damages on account of such cancellation or any further payment whatsoever. 4. And it is also understood and agreed that the ectire Bid Package hereto attached, approved by the VILLAGE this ) day of 2022, are all essential documents of this contract and are a part hereof. 5. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. 1 jAworddoc\bid packages\2022 bid packages\pw material hauing services.docx ATTEST: VILLAGE OF OAK BROOK � BY Village Clerk Villa Manager ATTEST: �'h� Sidi �ro�et� U-G Corporate Name By Secr C ntractor 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 2 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx SEXUAL HARASSMENT CERTIFICATE (To Be Filled, Signed, and Submitted as a part of Bid Package) The, Sivi 6EaW UL hereinafter referred to as "Contractor" having submitted a bid/ roposal for the Public Works Material Hauling Services to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2- 105(A)(4) including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6-101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Illinois Department of Human Rights upon request. By: , Authorized Agent of Contractor Subscribed and sworn to before me this Z'K day Of *.+f , 2022. Nota 'WIC OFFICIAL SEAL Anthony D Geschke NOTARY PUBLIC,STATE OF ILLINOIS My Commission Expires Sept,26 2022 3 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx CONTRACTOR'S CERTIFICATIONS (To Be Filled, Signed, and Submitted as a part of Bid Package) (CONTRACT EXECUTION) i Vt amuo uc, having executed a contract for the Public Works Material Hauling Services with 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 ,� By: Name of Contractor's Executing Officer Title: i fithf.SS Title: -prt4 del* Title of Contractor's Executing Officer Subscribed and Swgrn to before me this �� day of , 2022. My Commission Expires: 9 7.21 Not blic OFF=SePt, -SEAL- Anthon NOTARY PUBL My Commission 4 j:\worddoc\bid packages\2022 bid packages\pw material hauing services.docx