Top Banner
VILLAGE OF LISLE INVITATION TO BID (“ITB”) #1282 STREET SWEEPING SERVICES DUE BY: THURSDAY, DECEMBER 27 TH , 2018 AT 11:00 AM CST AT BUSINESS OFFICE 925 BURLINGTON AVE, LISLE, IL 60532 Prepared By: Joe Catalano Procurement Services Manager 630-271-4134 [email protected] & Justin Ross Public Works Superintendent 630-271-4181
30

STREET SWEEPING SERVICES

Jan 17, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: STREET SWEEPING SERVICES

VILLAGE OF LISLE

INVITATION TO BID (“ITB”) #1282

STREET SWEEPING SERVICES

DUE BY:

THURSDAY, DECEMBER 27TH, 2018 AT 11:00 AM CST

AT

BUSINESS OFFICE 925 BURLINGTON AVE, LISLE, IL 60532

Prepared By:

Joe Catalano Procurement Services Manager

630-271-4134 [email protected]

& Justin Ross

Public Works Superintendent 630-271-4181

Page 2: STREET SWEEPING SERVICES

TABLE OF CONTENTS

Contents INSTRUCTIONS TO BIDDERS ..............................................................................................................................................3

CONTRACT FORM ..............................................................................................................................................................5

EXHIBIT A – SPECIFICATIONS .......................................................................................................................................... 12

EXHIBIT B – SCHEDULE OF PRICES .................................................................................................................................. 16

DISCLOSURE OF BENEFICIARIES ..................................................................................................................................... 17

CONTRACTOR'S DRUG-FREE WORKPLACE CERTIFICATION ........................................................................................... 19

IRS FORM W-9 ................................................................................................................................................................ 20

REFERENCE SHEET .......................................................................................................................................................... 21

EQUIPMENT LIST ............................................................................................................................................................ 22

PROJECT LABEL ............................................................................................................................................................... 23

BIDDER’S CHECKLIST ...................................................................................................................................................... 23

ATTACHMENTS ............................................................................................................................................................... 24

Page 3: STREET SWEEPING SERVICES

INSTRUCTIONS TO BIDDERS OWNER: Village of Lisle 925 Burlington Ave Lisle, IL 60532

Overview: The Village of Lisle (“Owner”) seeks to enter into a contract (“Contract”) with a qualified contractor to provide street sweeping services (“Services”) on designated roadway and paved surface areas located within the corporate limits of the Village totaling approximately 95 curb line miles.

TO BE SUBMITTED TO: Village of Lisle, 925 Burlington Ave, Lisle, IL 60532 Attention: Procurement Services Manager

SUBMISSION DEADLINE: THURSDAY, DECEMBER 27TH, 2018 AT 11:00 AM CST

Inspection and Examination Each bidder shall, before submitting its bid proposal and contract, carefully examine the Contract form attached to this Invitation to Bid (known as “ITB”). Each bidder also shall inspect in detail the Work Site(s) described in the Contract form and the surrounding area and shall familiarize itself with all conditions under which the Service is to be performed; with the obstacles, unusual conditions, or difficulties that may be encountered, whether or not referred to in the Contract; and with all other relevant matters concerning the Work Site and the surrounding area, including subsurface, underground, and other concealed conditions. The bidder whose contract proposal is accepted will be responsible for all errors in its contract proposal, including those resulting from its failure or neglect to make a thorough examination and investigation of the Contract form, Specification, and/or the conditions of the Work Site and the surrounding area. Preparation of Contract Proposals All contract proposals for the Service shall be made only on the Contract form attached to this Invitation to Bid and shall be complete with a price for each and every item named in the Schedule of Prices section of the Contract form. The unit price items and unit prices set forth in the Schedule of Prices shall be the only prices under any contract proposal. All contract proposals must be dated on Page 9 of the Contract form and must be signed by an authorized official. All contract proposals shall be accompanied by a CASHIER’S OR CERTIFIED CHECK, OR BID BOND in form and from a surety satisfactory to Owner, in amount equal to at least 5 percent of the Total Contract Price named in the Schedule of Prices section of the Contract form. Proposals that contain omissions, erasures, alterations, or additions not called for, conditional or alternate bids unless called for, or that contain irregularities of any kind may be rejected. Clarifications Owner reserves the right to make clarifications, corrections, or changes in this ITB at any time prior to the time bids are opened. All bidders or prospective bidders

will be informed of said clarifications, corrections, or changes. If any prospective bidder has questions about this ITB, bidder may submit inquiries via email to [email protected]. All inquiries must be in writing and received no later than 5 business day before the Submission Deadline. Inquiries will be addressed in a published addendum. All bidders are responsible for monitoring the Village’s website, obtaining and acknowledging any and all addenda issued by the Village in connection with this ITB, and attaching all such addenda to their contract proposal, which addenda will be incorporated into every bidder’s contract proposal. References Each bidder shall provide a list containing the contact person, telephone number, and email address of no fewer than three (3) client references for whom the bidder has completed similar projects over the past two years. Equipment List Each bidder shall list all equipment to be used on this Contract on the “Equipment List Sheet” of this bid document. Equipment must meet minimum specifications as provided in Specifications section of contract proposal. Delivery of Proposals Three (3) copies of each proposal, including one (1) original, shall be submitted in a sealed envelope plainly marked with the title of the proposal and bidder’s full legal name and shall be addressed and delivered to the place and before the time set forth above. Proposals may be delivered by mail or in person. Proposals received after the time specified above will be returned unopened. Opening of Contract Proposals Contract proposals will be publicly opened and read aloud at the time and place specified above. Bidders, their authorized agents, and interested parties are invited to be present. Withdrawal of Contract Proposals

Page 4: STREET SWEEPING SERVICES

No bid package shall be withdrawn for a period of 45 days after the opening of any bid. Rejection of Contract Proposals Bids that are not submitted on the Contract form or that are not prepared in accordance with these Instructions to Bidders may be rejected. If not rejected, Owner may demand correction of any deficiency and accept the deficiently prepared proposal upon compliance with these Instructions to Bidders. Acceptance of Contract Proposals Bids submitted are offers only and the decision to accept or reject is a function of quality, reliability, capability, reputation, and expertise of the bidders.

Owner may accept the bid that is, in its judgment, the best and most favorable to the interests of Owner and to the public; reject the low price bid; accept any item of any bid; reject any and all bids; or waive irregularities and

informalities in any bid package submitted or in the invitation to bid process. The waiver of any prior defect or informality shall not be considered a waiver of any future or similar defect or informality. Bidders should not rely on, or anticipate, any waivers in submitting their contract proposals.

If a contract is to be awarded, it will be awarded to the responsive and responsible Bidder whose evaluation indicates to Owner that the award will be in the best interest of the Village.

On acceptance of the successful Bidder’s bid package by Owner, the successful Bidder’s bid shall become the Contract for the Services.

DATED: December 7, 2018 By: Joe Catalano Village of Lisle

Page 5: STREET SWEEPING SERVICES

CONTRACT FORM

VILLAGE OF LISLE CONTRACT FOR

STREET SWEEPING SERVICES

Full Name of Bidder _____________________________________________________________________________ (“Bidder”)

Principal Office Address _____________________________________________________________________________________

Local Office Address _____________________________________________________________________________________

Contact Person ___________________________ Telephone Number _______________________

TO: Village of Lisle (“Owner”)

925 Burlington Ave

Lisle, Illinois 60532

Attention: Procurement Services Manager

Bidder warrants and represents that Bidder has carefully examined and understood all documents included, referred to, or mentioned in this bound set of documents, including all addenda, Exhibit A & Exhibit B, all of which are securely stapled to the end of this Contract.

I. Service Proposal A. Contract and Services. If this Contract is accepted,

Bidder proposes and agrees that Bidder shall, at its sole cost and expense, provide, perform, and complete, in the manner specified and described, and upon the terms and conditions set forth, in this Contract and Owner’s written notification of acceptance in the form included in this bound set of documents, all of the following, all of which is herein referred to as the “Services”:

i. Labor, Equipment, Materials and Supplies. Provide, perform, and complete, in the manner specified and described in this Contract, all necessary work, labor, services, transportation, equipment, materials, supplies, information, data, and other means and items necessary to perform the Services, as described in Exhibit A, titled “Specifications” (the “Specifications”), attached hereto and by this reference made a part of this Contract.

ii. Permits. Procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith;

iii. Bonds and Insurance. Procure and furnish all insurance certificates specified in this Contract;

iv. Taxes. Pay all applicable federal, state, and local taxes;

v. Miscellaneous. Do all other things required of Bidder by this Contract; and

vi. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with highest standards of professional and construction practices, in full compliance with, and as required by or pursuant, to this

Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged, and first quality equipment, materials, and supplies.

B. Performance Standards. If this Contract is accepted, Bidder proposes and agrees that all Services shall be fully provided, performed, and completed in accordance with the Specifications. No provision of any referenced standard, specification, manual or code shall change the duties and responsibilities of Owner or Bidder from those set forth in this Contract. Whenever any equipment, materials, or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers’ or vendors’ products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion.

C. Responsibility for Damage or Loss. If this Contract is accepted, Bidder proposes and agrees that Bidder shall be responsible and liable for, and shall promptly and without charge to Owner repair or replace, damage done to, and any loss or injury suffered by, Owner, the Services, the Work Site(s), or other property or persons as a result of the Services.

D. Inspection/Testing/Rejection. Owner shall have the right to inspect all or any part of the Services and to reject all or any part of the Services that is, in Owner’s judgment, defective or damaged or that in any way fails to conform strictly to the requirements of this Contract and Owner, without limiting its other rights or remedies, may require correction or replacement at Bidder’s cost, perform or have performed all Services necessary to complete or correct all or any part of the Services that are defective, damaged, or nonconforming and charge Bidder with any excess cost incurred thereby, or cancel all or any part of any order or this Contract, accept all or any part of the Services that is nonconforming with the

Page 6: STREET SWEEPING SERVICES

Specifications and make an equitable reduction in the Contract Price, and recover from Bidder any damages suffered by the Owner.

II. Contract Price Proposal If this Contract is accepted, Bidder proposes, and agrees, that Bidder shall take in full payment for all Services and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions and premiums; and compensation to all subcontractors and suppliers, the compensation set forth below.

A. Schedule of Prices. For providing, performing, and completing all Services, the sum of the products resulting from multiplying the actual number of acceptable units of Unit Price Items incorporated into the Services by the Unit Price, all set forth in Exhibit B titled “Schedule of Prices,” attached hereto and by this reference made a part of this Contract.

TOTAL CONTRACT PRICE:

$_______ ;

Option Year 1 $

Option Year 2 $

Option Year 3 $

B. Basis for Determining Prices. It is expressly understood and agreed that:

i. All prices stated in the Schedule of Prices are firm and shall not be subject to escalation or change;

ii. Owner is not subject to state or local sales, use, and excise taxes, that no such taxes are included in the Schedule of Prices, and that all claim or right to claim any additional compensation by reason of the payment of any such tax is hereby waived and released;

iii. All other applicable federal, state, and local taxes of every kind and nature applicable to the Services are included in the Schedule of Prices;

iv. The approximate quantities set forth in the Schedule of Prices for each Unit Price Item are Owner’s estimate only, that Owner reserves the right to increase or decrease such quantities, that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item carried out in full compliance with this Contract/Proposal, and that all claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, is hereby waived and released; and

v. Any items of Service not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation,

packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff.

C. Time of Payment. It is expressly understood and agreed that all payments shall be made in accordance with the following schedule: i. The Contractor will submit monthly invoices to the

Owner for completed Services, and the Owner will make payments of undisputed amounts not less than 45 days after receipt of each invoice.

ii. All payments may be subject to deduction or set off by reason of any failure of Bidder to perform under this Contract/Proposal. Each payment shall include Bidder’s certification of the value of, and partial or final waivers of lien covering, all Services for which payment is then requested and Bidder’s certification that all prior payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid.

iii. If, at any time during the term of the Contract, the

Owner determines that the Service is not being completed by Bidder in full compliance with specifications and as required by or pursuant to this Contract, then Owner may, after providing Bidder with notice of such deficiency in performance and providing Bidder with one (1) business days to cure such deficiency, invoke its remedies under this Contract or may, in Owner’s sole and absolute discretion, permit Bidder to complete the Services but charge to Bidder, and deduct from any payments to Bidder under this Contract, whether or not previously approved, administrative expenses and costs for each day completion of the Services are delayed beyond the agreed upon schedule, computed on the basis of the following per diem administrative charge, as well as any additional damages caused by such delay: Per Diem Administrative Charge: $100.00 per day/per occurrence A second occurrence of a specific deficiency in performance shall automatically trigger Bidder’s obligation to pay the Per Diem Administrative Charge. Any Per Diem Administrative Charges assessed against Bidder will be deducted from any funds owed by Owner to Bidder.

III. Term: Termination

A. Term. If this Contract is accepted, the Contract term

shall commence, provided Bidder shall have furnished to Owner all bonds and all insurance certificates specified in this Contract, on May 1, 2019 (“Commencement Date”) and will terminate at 11:59 p.m. on APRIL 30, 2020 (“Completion Date) ( both dates referenced collectively herein as "Term”). Bidder shall perform the Services diligently and continuously in accordance the agreed upon work schedule established after award and prior to

Page 7: STREET SWEEPING SERVICES

Commencement Date, subject to modifications by the Village’s Public Works Superintendent.

In addition to the original Term, this Contract shall include three (3) one-year optional renewal terms (each a "Renewal Term"). Upon expiration of the then-current Term or Renewal Term, the Village, in its sole and absolute discretion, shall have the option to renew the Contract for an additional one year Renewal Term, unless Bidder provides Owner with written notice of nonrenewal within 60 days prior the expiration of the then-current Term or Renewal Term.

B. Termination. If this Contract is accepted, the Owner may terminate this Contract for any reason by providing 15-days written notice to Bidder. If the Owner terminates this Contract pursuant to this Section 3.B, Bidder shall deliver to the Owner copies of all reports, documents and other work performed by the Bidder under this Contract, and upon receipt thereof, the Owner shall pay Bidder for all Services actually performed by Bidder prior to termination.

IV. Financial Assurance A. Bonds. If this Contract is accepted, Bidder proposes

and agrees that Bidder shall provide a Performance Bond on forms provided by, or otherwise acceptable to, Owner, from a surety company acceptable to Owner, in the penal sum of the Contract Price, within 10 days after Owner’s acceptance of this Contract.

B. Insurance. If this Contract is accepted, Bidder shall provide certificates of insurance evidencing the minimum insurance coverage and limits set forth below within 10 days after Owner’s acceptance of this Contract. Such insurance shall be in form, and from companies, acceptable to Owner and shall name Owner, including its Board members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives as an Additional Insured. The insurance coverage and limits set forth below shall be deemed to be minimum coverage and limits and shall not be construed in any way as a limitation on Bidder’s duty to carry adequate insurance or on Bidder’s liability for losses or damages under this Contract. The minimum insurance coverage and limits that shall be maintained at all times while providing, performing, or completing the Services are as follows:

i. Workers’ Compensation and Employer’s Liability

Limits shall not be less than:

Worker’s Compensation: Statutory

Employer's Liability: $1,000,000 per occurrence.

Such insurance shall evidence that coverage applies to the State of Illinois and provide a waiver of subrogation in favor of Owner.

ii. Commercial Motor Vehicle Liability

Limits for vehicles owned, non-owned or rented shall not be less than:

$1,000,000 Bodily Injury and Property Damage Combined Single Limit

iii. Commercial General Liability

Limits shall not be less than:

$3,000,000 Bodily Injury and Property Damage Combined Single Limit.

Coverage is to be written on an “occurrence” basis. Coverage to include:

• Premises Operations

• Products/Completed Operations

• Independent Contractors

• Personal Injury (with Employment Exclusion deleted)

• Broad Form Property Damage Endorsement

• “X,” “C,” and “U”

• Contractual Liability

Contractual Liability coverage shall specifically include the indemnification set forth below.

iv. Professional Liability Limits shall not be less than $1,000,000 per occurrence, $3,000,000 aggregate.

C. Indemnification. If this Contract is accepted, Bidder proposes and agrees that Bidder shall indemnify, save harmless, and defend against all damages, liability, claims, losses, and expenses (including attorneys’ fees) that may arise, or be alleged to have arisen, out of or in connection with Bidder’s performance of, or failure to perform, the Services or any part thereof, or any failure to meet the representations and warranties set forth in Section 6 of this Contract.

D. Penalties. If this Contract is accepted, Bidder proposes and agrees that Bidder shall be solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Bidder’s performance of, or failure to perform, the Services or any part thereof.

V. Firm Contract All prices and other terms stated in this Contract are firm and shall not be subject to withdrawal, escalation, or change provided Owner accepts this Contract within 45 days after the date the bidder’s contract proposal is opened.

VI. Bidder’s Representations and Warranties To induce Owner to accept this Contract, Bidder hereby represents and warrants as follows:

A. The Services. The Services, and all of its components, (1) shall be of merchantable quality; (2) shall be free from any latent or patent defects and flaws in workmanship, materials, and design; (3) shall strictly conform to the requirements of this Contract, including without limitation the performance standards set forth in Section 1B of this Contract; and (4) shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract and the warranties expressed herein shall be in addition to any other warranties expressed or implied by law, which are hereby reserved unto

Page 8: STREET SWEEPING SERVICES

Owner. Bidder, promptly and without charge, shall correct any failure to fulfill the above warranty at any time within two years after final payment or such longer period as may be prescribed in the performance standards set forth in Section 1B of this Contract or by law. The above warranty shall be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Bidder’s obligation to correct Services shall be extended for a period of two years from the date of such repair or replacement. The time period established in this Section 6A relates only to the specific obligation of Bidder to correct Services and shall not be construed to establish a period of limitation with respect to other obligations that Bidder has under this Contract.

B. Compliance with Laws. The Services, and all of its components, shall be provided, performed, and completed in compliance with, and Bidder agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and any other prevailing wage laws; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification; and any statutes regarding safety or the performance of the Services. Bidder further certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue, or that Bidder is contesting its liability for the tax delinquency or the amount of a tax delinquency in accordance with the procedures established by the appropriate Revenue Act.

C. Prevailing Wage Act. If any part of this Contract calls for the construction of a "public work," within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (the "Act"), Bidder and any subcontractors rendering services under this Contract must comply with all requirements of the Act, including but not limited to, all wage, notice, and record-keeping duties and certified payrolls. A copy of the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate will apply to this Contract: https://data.illinois.gov/dataset/idol-2018-prevailing-wage-rates/resource/0c95f063-aed9-4db7-adc3-c224acee8fc2.

D. Not Barred. Bidder is not barred by law from contracting with Owner or with any other unit of state or local government as a result of (i) a violation of either Section 33E 3 or Section 33E 4 of Article 33 of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the “Patriot Act”) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. Bidder is not acting, directly or

indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism; and Bidder is not engaged in this transaction directly or indirectly on behalf of, or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation.

E. Qualified. Bidder has the requisite experience, ability, capital, facilities, plant, organization, and staff to enable Bidder to perform the Services successfully and promptly and to commence and complete the Services within the Contract Price and Contract Time set forth above.

F. Representation of No Conflicts. Bidder represents that (1) no Village employee or agent is interested in the business of this Contract, (2) as of the Commencement Date neither the Bidder nor any person employed or associated with the Bidder has any interest that would conflict in any manner or degree with the performance of the obligations under this Contract, and (3) neither the Bidder nor any person employed by or associated with the Bidder may at any time during the Term or any Renewal Term obtain or acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Contract.

VII. Acknowledgements

In submitting this Contract, Bidder acknowledges and agrees that:

A. Reliance. Owner is relying on all warranties, representations, and statements made by Bidder in this Contract.

B. Reservation of Rights. Owner reserves the right to reject any and all proposals, reserves the right to reject the low price proposal, and reserves such other rights as are set forth in the Instructions to Bidders.

C. Acceptance. If this Contract is accepted, Bidder shall be bound by each and every term, condition, or provision contained in this Contract and in Owner’s written notification of acceptance in the form included in this bound set of documents.

D. Remedies. Each of the rights and remedies reserved to Owner in this Contract shall be cumulative and additional to any other or further remedies provided in law or equity or in this Contract.

E. Time. Time is of the essence for this Contract and, except where stated otherwise, references in this Contract to days shall be construed to refer to calendar days.

F. No Waiver. No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, whether before or after Owner’s acceptance of this Contract; nor any information or data supplied by Owner, whether before or after Owner’s acceptance of this Contract; nor any order by Owner for the payment of money; nor any payment for, or use, possession, or acceptance of, the whole or any part of the Services by Owner; nor any extension of

Page 9: STREET SWEEPING SERVICES

time granted by Owner; nor any delay by Owner in exercising any right under this Contract; nor any other act or omission of Owner shall constitute or be deemed to be an acceptance of any defective, damaged, or nonconforming Services, nor operate to waive or otherwise diminish the effect of any representation or warranty made by Bidder; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner.

G. Severability. The provisions of this Contract/ Proposal shall be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract shall be held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract shall be in any way affected thereby.

H. Amendments. No modification, addition, deletion, revision, alteration, or other change to this Contract shall be effective unless and until such change is reduced to writing and executed and delivered by Owner and Bidder, except that Owner has the right, by written order executed by Owner, to make changes in the Services (“Change Order”). If any Change Order causes an increase or decrease in the amount of the Services, then an equitable adjustment in the Contract Price or Contract Time may be made. No decrease in the amount of the Services caused by any Change Order shall entitle Bidder to make any claim for damages, anticipated profits, or other compensation.

I. Assignment. Neither this Contract, nor any interest herein, shall be assigned or subcontracted, in whole

or in part, by Bidder except upon the prior written consent of Owner.

J. Relationship of the Parties. The Bidder shall act as an Independent contractor in providing and performing the Services. Nothing in, nor done pursuant to, this Agreement shall be construed: (1) to create the relationship of principal and agent, employer and employee, partners, or joint ventures between the Village and Bidder; or (2) to create any relationship between the Village and any subcontractor of the Bidder.

K. Governing Law. This Contract, and the rights of the parties under this Contract shall be interpreted according to the internal laws, but not the conflict of law rules, of the State of Illinois. Every provision of law required by law to be inserted into this Contract/Proposal shall be deemed to be inserted herein.

L. Ownership. Designs, drawings, plans, specifications, photos, reports, Information, observations, calculations, notes, and any other documents, data, or information, in any form, prepared, collected, or received from the Village by the Bidder in connection with any or all of the Services to be performed under this Contract ("Documents") shall be and remain the exclusive property of the Village. At the Village's request, or upon termination of this Contract, the Bidder shall cause the Documents to be promptly delivered to the Village.

Page 10: STREET SWEEPING SERVICES

Dated: _______________________, 20 Bidder’s Status: ( ) Corporation ( ) Partnership ( ) Individual Proprietor Bidder’s Name: Doing Business as (if different):

Signature of Bidder or Authorized Agent:

Date:

(corporate seal) Printed Name: _____________________________________________ (if corporation) Title/Position: ______________________________________________ Bidder’s Business Address: Bidder’s Business Telephone: ____________________ Fax: Bidder’s Email Address: If a corporation or partnership, list all officers or partners:

NAME

TITLE

ADDRESS

Page 11: STREET SWEEPING SERVICES

ACCEPTANCE

The Contract attached hereto and by this reference incorporated herein and made a part hereof is hereby accepted by the order of the Village of Lisle (“Owner”) as of ________________, 20___.

This Acceptance, together with the Contract attached hereto, constitutes the entire and only agreement between the parties relating to the accomplishment of the Services and the compensation therefor and supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the Contract. Any such contradictory or inconsistent terms or conditions shall be deemed objected to by Owner without further notice of objection and shall be of no effect nor in any circumstances binding upon Owner unless accepted by Owner in a written document plainly labeled “Amendment to Contract.” Acceptance or rejection by Owner of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions.

VILLAGE OF LISLE

Signature: ______________________________________

Printed name: ______________________________________

Title: ______________________________

Page 12: STREET SWEEPING SERVICES

EXHIBIT A – SPECIFICATIONS

1. GENERAL 1.1. Bonds. If Contract is accepted, the Contractor shall provide within 10 days of acceptance by the

Village, a Performance Bond as described more fully in Section IV A of the Contract Form.

1.2. Insurance. If Contract is accepted, the Contractor shall provide within 10 days of acceptance by the Village, a Certificate of Insurance as described more fully in Section IV B of the Contract Form.

1.3. Contract Term. The Contract term shall commence on MAY 1, 2019 and will terminate on APRIL 30, 2020. In addition to the original Term, this Contract shall include THREE (3) ONE-YEAR OPTIONAL RENEWAL TERMS.

A. Option Year(s). Please be advised that, if the Contractor wishes to increase prices for any item

for any Renewal Term, Contractor shall notify Owner within 60 days prior to the expiration of the then-current Term or Renewal Term. Any increase shall not exceed the amount or percentage entered within the Option Year portion within the Schedule of Prices.

2. WORK SITE(S) All Services shall be performed on designated roadways or pave surface areas located

within the corporate limits of the Village as defined within Attachment 1 – Maps and in accordance with the Scope of Work described below.

3. SCOPE OF WORK Contractor shall provide Service at Work Site(s) on a PER ROUND basis, totaling approximately 95 curb line miles. Service levels are categorized by “Item”, which are described below: 3.1. ITEM 1 - Village Wide Sweep

A. Work Site(s): Collector Streets Secondary Streets Cul-de-sacs/Dead-ends Central Business District (Normal sweep of streets only)

B. Debris Removal. Remove all debris from Work Site(s), which includes but is not limited to, sand,

stone, refuse, dirt, leaves, and other similar materials that may accumulate on roadway areas or other paved areas. Upon completion of Service, all paved surfaces must present an appearance that is clean and satisfactory to the Public Works Superintendent or his designee.

C. Schedule. Service shall commence within the specified month of the then current Term or Renewal Term as follows: April, May, June, July, August, September, and October, November. Staff estimates one Round of Service for each month. A firm schedule with specified dates shall be set after a meeting with Village of Lisle Street Foreman and Contractor. Service shall be completed within five (5) working days of commencement, weather permitting. Village Wide Sweeps shall be performed anytime between the hours of 7 a.m. and 6 p.m., Monday through Friday only.

3.2. ITEM 2 - Central Business District (CBD) Sweep

A. Work Sites: Central Business District

Page 13: STREET SWEEPING SERVICES

B. Debris Removal. Remove all debris from Central Business District (“CBD”), which includes but is not limited to, sand, stone, refuse, dirt, leaves, and other similar materials that may accumulate on paved surfaces. CBD sweeps shall consist of curb line sweeping of designated surfaces and full-width sweepings of all Village-owned parking lots and parking stalls. Contractor shall perform Service alongside two or three Village personnel. Village personnel will perform the handwork. Upon the completion of Service, all roadway and surface areas must present an appearance that is completely satisfactory to the Public Works Superintendent or his designee.

C. Schedule. Service for Item 2 shall be performed on Sundays between the hours of 9:00 am and 8 pm. Staff estimates one Round of Service every 2 to 4 weeks or as requested by the Public Works Superintendent or his designee. The Contractor will be notified no less than three working days before the work is to commence. The Contractor shall complete each Round or sweep within a five-hour period.

3.3. ITEM 3 - Extra Service

A. Work Site(s): To be provided by Public Works Superintendent or designee.

B. Debris Removal. Remove all debris from Work Site(s) as directed on an hourly basis, which includes but is not limited to, sand, stone, refuse, dirt, leaves, and other similar materials that may accumulate on roadway areas or other paved areas

C. Schedule. Service to be requested by the Village, either during normal business hours, after hours, or on an emergency basis.

Normal Business Hours – Extra Service performed during the hours of 6am and 7pm

Monday thru Friday.

After Hours – Extra Service performed during the hours of 7pm to 6am Monday thru Friday, anytime on Saturday or Sunday, or on legal holidays.

Emergencies – Extra Service performed on an emergency basis, where a response (with equipment on site and operational) is required within 24 hours of the request. An example of an emergency situation is debris in a roadway that is causing danger to the motoring public.

4. HAUL AWAY SERVICE For all Items included with this Scope of Work section, Contractor is required to supply dumpsters for collected sweeping debris. The Village will load the sweeper debris dumps into the supplied dumpster for the contractor. There is a staging site for dumping on Rt. 53 south of the Lisle bowling lanes will be made available to Contractor. Once Public Works loads the dumpster, the Village will contact Contractor to have the dumpster hauled away at Contract’s expense. The dumpster shall be hauled away within one week of notification. The cost of Haul Away Service shall be incidental to the Contract and included within the Total Contract Price.

5. SWEEPING 5.1. Work Direction. Cleaning equipment will travel in the same direction as traffic.

5.2. Sweeping Speed Limit. Sweeping operations will be performed at speeds no greater than 10 miles

per hour (10MPH).

5.3. Safety for Surrounding Motoring Public. To insure safe visibility of sweeping equipment by the motoring public, all sweeping equipment must be fitted with an approved yellow safety flasher light or rotating beacon and be functioning at all times during sweeping operations.

Page 14: STREET SWEEPING SERVICES

5.4. Inconvenience to the Public. The Contractor will perform the work in a manner that will minimize any

inconvenience to the motoring public. The Contractor will create no air pollution with excessive dust or hazardous conditions, such as placing excess water on the pavement.

5.5. Protection of Public and Private Property. All reasonable precautions shall be taken to protect public and private property (i.e., pavements, sidewalks, lawns, fences, bushes, trees, shrubs, buildings, mailboxes, streetlights) and other property from damage. If it is determined by the Public Works Superintendent that the Contractor has unnecessarily damaged or destroyed said property, it shall be repaired to the satisfaction of the Village or replaced completely, all at the Contractor’s expense.

5.6. Accident Reporting. All accidents occurring on the job that damage public or private property, or result in injuries to workers or other persons, shall be promptly reported to the Public Works Department office at 630.271.4180 or to the Village of Lisle Police Department at 630.271.4200. Accidents involving utilities shall also be reported to them. This reporting procedure applies to all accidents including, but not limited to, traffic accidents, broken pipelines, power and telephone facilities, and damage to adjacent properties.

5.7. Operations. The Contractor is hereby informed and shall understand that sufficient equipment shall be provided and maintained by the Contractor so that the various cleaning cycles are satisfactorily completed. All vehicles are to be equipped with a yellow safety flasher. Multiple cleanings of the same areas may be required before obtaining satisfactory results and acceptance, as directed by the Public Works Superintendent or his designee. Inspections shall be made on a daily basis during sweeping operation.

5.8. Equipment. The Contractor shall provide and maintain sufficient equipment to satisfactorily meet

the specified service Items. At a minimum, the Contractor must own or lease three (3) vacuum and one (1) mechanical type sweepers. The vacuum sweepers will be the primary unit or units used during the Village Wide Sweeps and CBD sweeps.

A. When operating under this contract, each sweeper unit must be equipped with Village-approved communication equipment, at the owner’s expense, to enable contact with the Village.

B. All sweeping equipment that will be used to fulfill the obligations of this contract is required to be no more than five (5) years old based on model year, in good operating condition, and have passed USEPA Rule 1186 PM10 certification. All equipment must be outfitted with backflow prevention devices or an air gap of one-inch (1”) minimum must be maintained between the full level of the water tank and the fill tube. A current certification of testing of the backflow prevention unit must be on file for each machine before those machines are allowed to connect to the Village of Lisle water supply system. It is the responsibility of the Contractor to pay all costs required for maintaining a current certification for each sweeper.

C. All vacuum units must have a suction of not less than 8,000 cubic feet per minute and a hopper

capacity of five (5) cubic yards or greater. In addition, each unit must have a flexible wandering hose, mounted to the rear of the machine, no less than six inches (6”) in diameter. The vacuum unit must have functioning gutter brooms mounted on both sides of the unit and the ability to sweep from either side. The unit must adequately sweep at least a four-foot (4’) wide path in one pass.

D. Mechanical units must have a 4 cubic yard hopper capacity or greater and must have functioning

gutter brooms mounted on both sides of the unit and the ability to sweep from either side. The main broom is to be a minimum of 58 inches wide. The mechanical sweepers must be able to adequately clean at least an eight-foot (8’) wide path in one pass.

E. In the event of equipment failure, the Contractor must be able to provide a similar unit within 48

hours at no additional charge to the Village.

Page 15: STREET SWEEPING SERVICES

5.9. Personnel and Tools. Contractor shall have personnel and hand tools available to clean areas not accessible to sweeping units (i.e., loosen tightly compacted dirt in curb lines). The Contractor shall provide adequate and sufficient supervision, manpower, and equipment in order to ensure that above-standard production rates are sustained throughout the duration of this contract.

5.10. Water Usage. Any water needed for sweeping shall be taken from the metered hydrant located at the Village of Lisle Public Works facility at 4905 Yackley Avenue. Under no circumstances shall the Contractor take water from any other fire hydrant located in the Village of Lisle. There will be no charge for the water, but the Contractor will account for all water used.

5.11. Storing Equipment. Contractor may store up to two sweepers at the Public Works facility during a sweeping round.

6. REPORTING 6.1. Contractor will be required to maintain and keep adequate records at all times on the Work Site(s) in

order to track progress. This shall generally be done by use of check-off or similar type of sheets as provided by the Department of Public Works. Worksheets shall be turned in daily to the Public Works Superintendent or his designee. The sheets will indicate the streets where work was performed and the time of day in which the work was performed.

6.2. The worksheets shall be turned in daily to the Public Works Superintendent or his designee. Base maps and sequence of operations will be provided to the Contractor by the Public Works Department.

7. INVOICING

In addition to the requirements expressly stated within Section II. C of the Contract Form, any charges included on any invoice shall correspond with the relevant unit priced “Item” detailed within the Scope of Work section above.

8. MISCELLANEOUS 8.1. Quantities. The Village reserves the right to increase or decrease the bid quantities as so directed

by the Public Works Superintendent or his designee. Any increase or decrease in the contract amount will be brought to the Contractor’s attention prior to the execution of services.

8.2. Scheduling Limitations. No Service will be performed on days that have been declared legal holidays in the State of Illinois or on the day before or the day after a holiday that falls on a Saturday or Sunday, unless authorized by the Public Works Superintendent.

8.3. Award Basis. The Village will award Contract based on the total cost of Items 1, 2, and 3 combined.

8.4. Post Award Meeting. Following the award of the Contract and prior to the Commencement Date of

each Term and Renewal Term, Contractor and Public Works Superintendent shall develop a detailed schedule that defines key service dates and deadlines (“Work Schedule”).

8.5. Non-Appropriations Clause. The Village shall have funds available to pay total payments until the

end of its current appropriation period ending, and will request funds to make such payments in each fiscal year from now until the end of the three-year contract period (ending April 30, 2019). If the Village Board does not appropriate funds for this contract in subsequent fiscal years, the Village may give sixty (60) days written notice of cancellation to the Contractor and shall be released from its contract obligations.

Page 16: STREET SWEEPING SERVICES

EXHIBIT B – SCHEDULE OF PRICES Bidder proposes, and agrees, that Bidder shall take in full payment for all Services and other matters set forth within Contract, including overhead and profit; taxes, contributions and premiums; and compensation to all subcontractors and suppliers, the compensation set forth below. In addition, Bidder certifies that he or she has read all attachments including the specifications and drawings and fully understands what is required

Item Service Measure Est.

Units Unit Cost Total

ITEM 1 Village Wide Sweep (April thru November)

Per Round 8 $ $

ITEM 2 Central Business District (CBD) Sweep

Per Round 12 $ $

ITEM 3

Extra Service Normal Business Hours Per Hour 20 $ $

After Hours Per Hour 10 $ $

Emergencies Per Hour 5 $ $

Total Contract Price*:

*Total Cost should be entered in Section II. of Contract Form as well as above.

Option Year(s) Increases * % Increase Total Contract Price

Year 1 - 2020/21 $

Year 2 - 2021/22 $

Year 3 - 2022/23 $

* Percentage given shall be applied equally to each Unit Price item within schedule for the precedingTerm or Renewal Term.

Bidder has checked the Village’s website for any addenda issued in connection with this ITB, hereby acknowledges receipt of Addenda and acknowledges and agrees that, if proposal is accepted, these addenda will be incorporated into the TOTAL COST and will be binding upon Bidder.

Addendum(s) ____________ (# of addenda)

Page 17: STREET SWEEPING SERVICES

DISCLOSURE OF BENEFICIARIES In compliance with Village of Lisle Purchasing Procedures requiring the disclosure of certain interests by persons applying for permits, licenses, approval, or benefits from the Village of Lisle: 1. Applicant:

Name

Address City State Zip Code

Telephone Email Address

Federal Tax ID#__________________

2. Nature of Transaction Sought; for example, license permit approval or sale of products, services, or

miscellaneous (explain miscellaneous): ________________________________________________________________________ 3. Nature of Applicant: (Please check one)

a. Natural Person: b. Corporation: c. Land Trust/Trustee: d. Trust/Trustee: e. Partnership: f. Joint Venture:

4. If applicant is an entity other than described in Section 3, briefly state the nature and characteristics of the applicant:

__________________________________________________________________________ 5. If in your answer to Section 3 you have checked Box b, c, d, or e, identify by name and address each

person or entity who is a 7.5 percent shareholder in the case of a corporation, a beneficiary in the case of a trust or land trust, a joint venture in the case of a joint venture, or who otherwise has a proprietary interest, interest in profits and losses, or right to control such entity.

Name Address Interest

a.

b.

c.

6. Name, address, and capacity of person making this disclosure on behalf of the applicant: ____________________________________________________________________________________ IMPORTANT NOTE: In the event your answer to Section 5 identifies entities other than a natural person, additional disclosures are required for each such entity.

Page 18: STREET SWEEPING SERVICES

VERIFICATION I, being first duly sworn under oath, depose and state that I am the person making this disclosure on behalf of the applicant, that I am duly authorized to make this disclosure, that I have read the above and foregoing Disclosure of Beneficiaries, and that the statements contained therein are true in both substance and fact. By:

(Authorized Signature and Title) Subscribed and sworn to before me this day of , 20 . Notary Public

Page 19: STREET SWEEPING SERVICES

CONTRACTOR'S DRUG-FREE WORKPLACE CERTIFICATION Pursuant to Chapter 30, Section 580/1 of the Illinois Compiled Statutes (30 ILCS 580/1) et. seq. entitled "Drug Free Workplace Act", the undersigned contractor hereby certifies to the contracting agency that it will provide a drug-free workplace by:

a. Publishing a statement:

1. Notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance, including cannabis, is prohibited in the grantee's of contractor's workplace.

2. Specifying the actions that will be taken against employees for violations of such prohibition.

3. Notifying the employee that, as a condition of employment on such contract or grant, the employee will:

i. abide by the terms of the statement; and ii. notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no

later than 5 days after such conviction.

b. Establishing a drug free awareness program to inform employees about:

1. the dangers of drug abuse in the workplace;

2. the grantee's or contractor's policy of maintaining drug free workplace;

3. any available drug counseling, rehabilitation, and employee assistance program; and

4. the penalties that may be imposed upon employees for drug violations.

c. Making it a requirement to give a copy of the statement required by subsection (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace.

d. Notifying the contracting agency within 10 days after receiving notice under part (B) of paragraph (3) of subsection (a) from an employee or otherwise receiving actual notice of such conviction.

e. Imposing a sanction on, or requiring the satisfactory participation in a drug assistance or rehabilitation program by any employee who is so convicted, as required by Section 5 (30 ILCS 580/5) of the Act.

f. Assisting employees in selecting a course of action in the event drug counseling treatment, and rehabilitation is required and indicating that a trained referral team in place.

g. Making a good faith effort to continue to maintain a drug free workplace through implementation of this Section.

Failure to abide by this certification shall subject the contractor to the penalties provided in Section 6 (30 ILCS 580/6) of the Act.

__________________________

Contractor

ATTEST:

_________________________

DATE: __________________

Page 20: STREET SWEEPING SERVICES

IRS FORM W-9

Include a copy of IRS Form W-9 with bid.

Page 21: STREET SWEEPING SERVICES

REFERENCE SHEET

List references for all similar projects you have completed in the past five (5) years.

Name:

Contact Person Phone Number

Address

Estimate Project Cost

Name:

Contact Person Phone Number

Address

Estimate Project Cost

Name:

Contact Person Phone Number

Address

Estimate Project Cost

Page 22: STREET SWEEPING SERVICES

EQUIPMENT LIST

Indicate the type(s) of equipment/sweepers to be used:

YEAR MAKE MODEL

Page 23: STREET SWEEPING SERVICES

PROJECT LABEL CUT AND ATTACH LABEL ON OUTSIDE OF SEALED PROPOSAL

BID# 1282

STREET SWEEPING SERVICES

DUE DATE: THURSDAY, DECEMBER 27TH, 2018 AT 11:00 AM CST

COMPANY’S LEGAL NAME ____________________________________________

COMPANY ADDRESS ____________________________________________

BIDDER’S CHECKLIST By submitting this proposal in response to the ITB, Bidder hereby represents, warrants, and certifies that:

□ Bidder has carefully examined and read the ITB and all related documents in their entirety;

□ Bidder has submitted a certified check or bid bond, as required by the Instructions to Bidders (see Instructions to Bidders - Preparation of Proposals)

□ Bidder has fully completed the entire Contract form, including Exhibit B – Schedule of Prices, including the Total Contract Price.

□ The person signing the proposal on behalf of Bidder is fully authorized to execute the Contract and bind Bidder to all of the terms and provisions of the Contract by signing the following:

Signature Page Disclosure of Beneficiaries Contractor's Drug-Free Workplace Certification

□ Bidder has provided copy of IRS Form W-9

□ Bidders has provided a list of at least three (3) client references (see Instructions to Bidder – References).

□ Bidder has submitted an “Equipment List”, as required by the Instructions to Bidders

□ Bidder has checked the Village’s website for any addenda issued in connection with this ITB, hereby acknowledges receipt of Addenda Nos. _________[BIDDERS MUST INSERT ALL ADDENDA NUMBERS], has attached these addenda to Bidder’s contract proposal, and acknowledges and agrees that, if Bidder’s contract proposal is accepted, these addenda will be incorporated into the Contract and will be binding upon Bidder.

□ Bidder has included three (3) signed copies of the bid document (including one (1) original) within a sealed envelope with project label firmly affixed.

Page 24: STREET SWEEPING SERVICES

ATTACHMENTS Attachment 1 – Maps

Attachment 2 – Prevailing Wage Rates

Page 25: STREET SWEEPING SERVICES
Page 26: STREET SWEEPING SERVICES
Page 27: STREET SWEEPING SERVICES
Page 28: STREET SWEEPING SERVICES
Page 29: STREET SWEEPING SERVICES

Effective Date County Trade Title Region Type Class Base WageForeman WOT M‐F OT Sa OT Su OT Hol H/W Pension Vacation Training Other Fringe Benefit11/23/2018 DuPage ASBESTOS ABT‐GEN All ALL 42.72 43.72 1.5 1.5 2 2 14.9 12.57 0 0.72 011/5/2018 DuPage ASBESTOS ABT‐MEC All BLD 37.88 40.38 1.5 1.5 2 2 12.92 11.82 0 0.72 08/15/2018 DuPage BOILERMAKER All BLD 49.46 53.91 2 2 2 2 6.97 20.41 0 0.4 0

11/16/2018 DuPage BRICK MASON All BLD 46.19 50.81 1.5 1.5 2 2 10.65 17.92 0 0.92 08/15/2018 DuPage CARPENTER All ALL 47.35 49.35 1.5 1.5 1.5 1.5 11.79 20.41 0 0.63 08/15/2018 DuPage CEMENT MASON All ALL 45.25 47.25 2 1.5 2 2 11.75 17.03 0 1.1 3.868/15/2018 DuPage CERAMIC TILE FNSHER All BLD 39.56 39.56 1.5 1.5 2 2 10.75 12.02 0 0.77 011/5/2018 DuPage COMMUNICATION TECH All BLD 33.82 36.62 1.5 1.5 2 2 12.35 20.39 1.89 0.68 08/15/2018 DuPage ELECTRIC PWR EQMT OP All ALL 42.59 57.95 1.5 1.5 2 2 5.75 13.21 0 0.75 08/15/2018 DuPage ELECTRIC PWR EQMT OP ALL HWY 41.45 56.38 1.5 1.5 2 2 5.5 12.87 0 0.738/15/2018 DuPage ELECTRIC PWR GRNDMAN All ALL 29.3 1.5 2 2 2 5 9.09 0 0.29 08/15/2018 DuPage ELECTRIC PWR GRNDMAN ALL HWY 32 56.38 1.5 1.5 2 2 5.5 9.92 0 0.66

10/26/2018 DuPage ELECTRIC PWR LINEMAN All ALL 51.06 57.95 1.5 1.5 2 2 5.75 15.85 0 0.9 08/15/2018 DuPage ELECTRIC PWR LINEMAN ALL HWY 49.67 56.38 1.5 1.5 2 2 5.5 15.4 0 0.888/15/2018 DuPage ELECTRIC PWR TRK DRV All ALL 34.03 57.95 1.5 1.5 2 2 5.75 10.55 0 0.6 08/15/2018 DuPage ELECTRIC PWR TRK DRV ALL HWY 33.14 56.38 1.5 1.5 2 2 5.5 10.29 0 0.5911/5/2018 DuPage ELECTRICIAN All BLD 40.5 44.5 1.5 1.5 2 2 12.35 23 5.25 0.75 08/15/2018 DuPage ELEVATOR CONSTRUCTOR All BLD 54.85 61.71 1.5 2 2 2 15.43 9.71 4.39 0.61 6.98/15/2018 DuPage FENCE ERECTOR NE ALL 39.58 1.5 1.5 2 2 13.4 13.9 0 0.4 08/15/2018 DuPage FENCE ERECTOR W ALL 45.06 1.5 1.5 1.5 1.5 10.52 20.76 0 0.7 08/15/2018 DuPage GLAZIER All BLD 42.45 1.5 2 2 2 14.04 20.14 0 0.94 011/5/2018 DuPage HT/FROST INSULATOR All BLD 50.5 53 1.5 1.5 2 2 12.92 13.16 0 0.72 08/15/2018 DuPage IRON WORKER E ALL 48.33 51.83 2 2 2 2 14.15 23.28 0 0.35 08/15/2018 DuPage IRON WORKER W ALL 46.61 50.17 2 2 2 2 11.52 6.97 0 0.81 16.028/15/2018 DuPage LABORER All ALL 42.72 43.87 1.5 1.5 2 2 13.77 13.7 0 0.72 08/15/2018 DuPage LATHER All ALL 47.35 49.35 1.5 1.5 2 2 11.79 20.41 0 0.63 08/15/2018 DuPage MACHINIST All BLD 48.38 50.88 1.5 1.5 2 2 7.23 8.95 1.85 1.47 08/15/2018 DuPage MARBLE FINISHERS All ALL 34.65 47.7 1.5 1.5 2 2 10.65 16.46 0 0.49 08/15/2018 DuPage MARBLE MASON All BLD 45.43 49.97 1.5 1.5 2 2 10.65 17.39 0 0.61 08/15/2018 DuPage MATERIAL TESTER I All ALL 43.05 1.5 1.5 2 2 18.55 9.95 0 1.5 0

10/26/2018 DuPage MATERIALS TESTER II All ALL 37.72 37.72 1.5 1.5 2 2 14.9 12.57 0 0.72 08/15/2018 DuPage MILLWRIGHT All ALL 48.35 1.5 1.5 2 2 10 17.03 1.84 1 58/15/2018 DuPage OPERATING ENGINEER All BLD 1 50.1 2 2 2 2 0 0 0 0 36.458/15/2018 DuPage OPERATING ENGINEER All BLD 2 48.8 2 2 2 2 0.73 1.28 0 0 34.448/15/2018 DuPage OPERATING ENGINEER All BLD 3 47.25 55.1 2 2 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage OPERATING ENGINEER All BLD 4 44.5 2 2 2 2 18.8 14.35 2 1.3 08/15/2018 DuPage OPERATING ENGINEER All BLD 5 54.85 55.1 2 2 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage OPERATING ENGINEER All BLD 6 52.1 55.1 2 2 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage OPERATING ENGINEER All BLD 7 53.1 2 2 2 2 0 0 0 0 36.4511/9/2018 DuPage OPERATING ENGINEER All FLT 38 38 1.5 1.5 2 2 18.8 14.35 2 1.3 0

10/26/2018 DuPage OPERATING ENGINEER All HWY 1 48.3 51.3 1.5 1.5 2 2 15.05 18.1 2 1.3 211/9/2018 DuPage OPERATING ENGINEER All HWY 2 48.75 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 011/9/2018 DuPage OPERATING ENGINEER All HWY 3 46.7 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage OPERATING ENGINEER All HWY 4 45.3 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 011/9/2018 DuPage OPERATING ENGINEER All HWY 5 44.1 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage OPERATING ENGINEER All HWY 6 52.3 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 011/9/2018 DuPage OPERATING ENGINEER All HWY 7 50.3 53.3 1.5 1.5 2 2 19.65 15.1 2 1.4 08/15/2018 DuPage ORNAMNTL IRON WORKER E ALL 48.05 50.55 2 2 2 2 14.09 20.59 0 1.25 08/15/2018 DuPage ORNAMNTL IRON WORKER W ALL 45.06 48.66 2 2 2 2 10.52 20.76 0 0.78/15/2018 DuPage PAINTER All ALL 45.28 1.5 1.5 1.5 1.5 10.55 8.2 0 1.35 08/15/2018 DuPage PAINTER SIGNS All BLD 38.2 43.25 1.5 1.5 2 2 2.6 3.25 0 0 08/15/2018 DuPage PILEDRIVER All ALL 47.35 49.35 1.5 1.5 2 2 11.79 20.41 0 0.63 0

Page 30: STREET SWEEPING SERVICES

11/16/2018 DuPage PIPEFITTER All BLD 48.5 51.5 1.5 1.5 2 2 10.05 18.85 0 2.54 011/5/2018 DuPage PLASTERER ALL BLD 43.25 45.85 1.5 1.5 2 2 14.25 16.69 0 1.45 0

10/26/2018 DuPage PLUMBER All BLD 50.25 53.25 1.5 1.5 2 2 14.34 14.42 0 1.31 08/15/2018 DuPage ROOFER All BLD 43.65 47.65 1.5 1.5 2 2 9.73 12.44 0 0.53 08/15/2018 DuPage SHEETMETAL WORKER All BLD 46.77 49.11 1.5 1.5 2 2 10.75 15.55 0 1.03 08/15/2018 DuPage SPRINKLER FITTER All BLD 48.1 50.6 1.5 1.5 2 2 13.35 15.5 0 1.28 08/15/2018 DuPage STEEL ERECTOR E ALL 42.07 2 2 2 2 13.45 19.59 0 0.35 08/15/2018 DuPage STEEL ERECTOR W ALL 45.06 48.66 2 2 2 2 10.52 20.76 0 0.78/15/2018 DuPage STONE MASON All BLD 46.19 50.81 1.5 1.5 2 2 10.65 17.92 0 0.92 0

11/16/2018 DuPage TERRAZZO FINISHER All BLD 41.54 44.54 1.5 1.5 2 2 10.75 13.71 0 0.86 011/16/2018 DuPage TERRAZZO MASON All BLD 45.38 48.88 1.5 1.5 2 2 10.75 15.17 0 0.89 08/15/2018 DuPage TILE MASON All BLD 46.49 50.49 1.5 1.5 2 2 10.75 14.99 0 0.9 08/15/2018 DuPage TRAFFIC SAFETY WRKR All HWY 36 37.6 1.5 1.5 2 1.5 7.05 8 1.7 1.2 08/15/2018 DuPage TRUCK DRIVER All ALL 1 36.3 1.5 1.5 2 2 8.6 10.61 1 0.15 08/15/2018 DuPage TRUCK DRIVER All ALL 2 36.45 1.5 1.5 2 2 8.1 9.76 0 0.15 08/15/2018 DuPage TRUCK DRIVER All ALL 3 36.9 1.5 1.5 2 2 9.68 13.25 0 0.15 08/15/2018 DuPage TRUCK DRIVER All ALL 4 38.16 1.5 1.5 2 2 8.9 11.16 0 0.5 0

10/26/2018 DuPage TUCKPOINTER All BLD 46 48 1.5 1.5 2 2 8.34 16.81 0 0.93 0