WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT

From: Rockford(City)
1022-W-115

Basic Details

started - 29 Sep, 2022 (19 months ago)

Start Date

29 Sep, 2022 (19 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
1022-W-115

Identifier

1022-W-115
City of Rockford

Customer / Agency

City of Rockford
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Finance Department Central Services Division City of Rockford, Illinois USA 425 East State Street Rockford, Illinois 61104-1068 USA 779-348-7164-voice 800-380-7175-fax www.rockfordil.gov THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMISSION. FAILURE TO SUBMIT THIS PAGE WILL RESULT IN DISQUALIFICATION OF VENDORS BID OR PROPOSAL. Form 1 Table of Contents  Invitation to Bid Section 1 Bid Instructions and Contract Conditions  City of Rockford-Bidding and Contract General Conditions (Local Funds)  Instructions to Bidders Section 2 Required Forms  City of Rockford Equal Employment Opportunity Certifications  City of Rockford Subcontractor Utilization Form  City of Rockford Vendor Workforce Data Form  City of Rockford Subcontractor Workforce Data Form(s)  Illinois Prevailing Wage Act Notice and Acknowledgement  LCPtracker Vendor Information Form  Acknowledgement of Stormwater Management Ordinance 
Acknowledgement of Addendum  W-9 Form  General Provisions  Special Provisions  Bid Form Section 3 Bid/RFP Specifications Form 1Form 1Form 1 Section 1 Bid Instructions and Contract Conditions Form 1Form 1Form 1 1 of 12 CITY OF ROCKFORD, ILLINOIS—BIDDING AND CONTRACT GENERAL CONDITIONS (LOCAL FUNDS) The following shall be made part of the terms and conditions of the contract (“Contract”) entered into between the City of Rockford (City) and Vendor (also referred to herein as “bidder,” “awarded vendor,” and “contractor”) if awarded the contract. Vendor’s submission of a bid or proposal constitutes acceptance of these Conditions: 1. Pricing. The bidder shall insert price for all bid items and all other information requested in these specifications. The price shall be the full, delivered cost to the City of Rockford with no additions. 2. Total versus "Per Item" Awards. The City generally awards contracts on a lump sum basis to the lowest responsible and responsive bidder. However, the City may choose to award on a per item basis. Therefore, each bidder must submit pricing for each item indicated on the bid forms. Bidders must clearly indicate which items are bid and which are not. 3. Delivery of Merchandise. Delivery terms will always be Freight-On-Board (FOB) Destination. The City of Rockford accepts no responsibility for the condition of any merchandise purchased prior to acceptance by City Personnel. Failure to comply with this requirement may constitute rejection of the bid. 4. Acceptance of Merchandise at Delivery. The City of Rockford reserves the right to refuse acceptance of delivered merchandise that differs substantially from the specifications in the invitation to bid or as otherwise permitted by Illinois law. 5. Prompt Payment Act. The City of Rockford intends to comply with the Local Government Prompt Payment Act (50 ILCS 505/1 et seq.). The awarded vendor will be paid upon submission of invoices to: City of Rockford Accounts Payable, 425 East State Street, Rockford, IL 61104. 6. W-9 Request for Taxpayer Identification Number. Prior to issuance of a purchase order, the successful bidder will be required to supply the City of Rockford with a federal W-9 Request for Taxpayer Identification Number and Certification. Failure to comply with this requirement will be considered a violation of contract terms, for which the City may bar Vendor from bidding for a period of up to three (3) years. 7. Legal Compliance. Vendor will at all times observe and comply, and will cause its subcontractors to observe and comply, with all applicable federal, state, and local laws, ordinances, rules, regulations, and executive orders, now existing or hereinafter in effect, which may in any manner affect the performance of this contract. Provisions required by law, ordinance, rules, regulations, or executive order to be inserted in this contract will be deemed inserted, whether or not they appear in it. In no event will failure to insert such required provisions prevent the enforcement of applicable law. Lack of knowledge of applicable law on the part of Vendor will in no way be cause for release of this obligation. If the City becomes aware of violation of any Form 1Form 1Form 1 2 of 12 laws, ordinances, rules and regulations on the part of Vendor or subcontractor, it reserves the right to reject any bid, cancel any contract, and pursue any other legal remedies deemed necessary. Vendor must pay all required taxes and obtain all licenses, certificates, or other authorization required in connection with the performance of its obligation hereunder, and Vendor must require all subcontractors to also do so. Failure to do so may result in rejection of Vendor’s bid, cancellation of an award to Vendor, or termination of this contract with Vendor. By entering into a contract with the City, Vendor certifies that to the best of its knowledge, its principals and any subcontractor used in the performance of this contract meet City requirements and have not violated any City ordinance, code, state, federal, or local rules or regulations, and have not been subject to any debarment, suspension, or other disciplinary action by any government agency. Additionally, if at any time Vendor becomes aware of such information, it must immediately disclose it to the City. 8. Legal Requirements. This contract sets forth the entire final agreement between the City of Rockford and the bidder and shall govern the respective duties and obligations of the parties. The validity of this contract, and any disputes arising from the contract, shall be governed by the laws of the State of Illinois. Any litigation under this agreement shall be resolved in the trial courts of Winnebago County, State of Illinois. Should a provision of this contract be declared invalid by a court of competent jurisdiction, it shall not affect the validity of the remaining provisions of the contract. 9. Safety. Prevention of accidents at any project is the sole responsibility of Vendor and its subcontractors, agents, and employees. Vendor, its subcontractors, agents, and employees shall be fully and solely responsible for the safety of this project. Vendor shall retain exclusive and direct control over the acts or omissions of its subcontractors, agents and employees, and any other persons performing portions of the work and not directly employed by the awarded vendor. 10. Criminal Background Check. When necessary for the protection of citizens and/or City staff, the City may require an awarded vendor to conduct a criminal background check on all of its personnel who will have direct contact with City facilities or residents/businesses served under this contract. Personnel are defined as representatives, agents, employees, subcontractors, or anyone else who will be utilized to fulfill obligations under this contract. Criminal background checks, at a minimum, shall consist of a county level felony and misdemeanor check for each county in which the personnel resided in the last ten (10) years. The awarded vendor shall notify the City of any of its personnel who have been convicted of a felony or misdemeanor prior to commencing any work under this contract. At the City's discretion, personnel with any felony or misdemeanor convictions which raise a concern about the safety of building, property, or City staff/resident's personal security, or is otherwise job related (as determined by the City) shall not perform work under this contract. Once given notice that a background check(s) will be required, it must be completed within fourteen (14) calendar days so as to not delay work to be completed. Form 1Form 1Form 1 3 of 12 11. Control of the Work. With respect to Vendor's own work, the City shall not have contractual, operational, and/or supervisory control over and/or charge of the work and shall not be responsible for construction means, methods, techniques, sequences, procedures, and programs in connection with the awarded vendor's work, since these are solely the vendor's responsibility under the agreement. The City shall not be responsible for the awarded vendor's failure to carry out the work in accordance with the agreement's terms and conditions. The City shall not have control over and/or charge of acts or omissions of the awarded vendor, its subcontractors, and/or their agents or employees, or any other person performing portions of the work not directly employed by the awarded vendor. The awarded vendor shall be considered to be an "independent contractor" pursuant to Illinois law. 12. Bid Bond. When required on the cover sheet, a bid bond for not less than five (5) percent of the bid amount must accompany all bids as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract. A bank cashier's check, bank draft, or certified check equal to the amount specified is acceptable in lieu of a bid bond. Bid bonds of the two lowest firms will be retained until the contract is awarded. 13. Performance and Payment Bond. When required by the specifications herein, the awarded vendor shall furnish a performance and payment bond equal to the amount of the contract, acceptable to the City, within fourteen (14) calendar days after notification of contract award. Failure to furnish the required bond within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. 14. Taxes. No charge will be allowed for taxes from which the City of Rockford, Illinois is exempt. The City of Rockford, Illinois is not liable for the Illinois Retailers' Occupation Tax, the Service Occupation Tax or the Service Use Tax. The City is exempt from the Federal Excise and Transportation Tax. 15. Withdrawal of Bids. Firms may withdraw or cancel their bids at any time prior to the advertised invitation to bid opening. After the opening time, no bid shall be withdrawn or cancelled. All bids shall be firm and valid for a period of sixty (60) calendar days. If a bidder to whom a contract is awarded refuses to accept the award, the City may, at its discretion, suspend the bidder for a period of time up to three (3) years. 16. Subcontracting. The bidder shall provide information for all subcontractors and leased operators of equipment in the required Subcontractor Utilization Form. Information contained in this form must be complete and accurate, to the best of Vendor’s estimating ability at the time of bid, and will be relied upon by the City in projecting Minority and Women Business Enterprise subcontractor utilization for awarded City contracts. Any changes in subcontractor utilization from that which is provided on the Subcontractor Utilization Form must be made immediately in writing by submitting a new form to the City’s Equal Opportunity Compliance Officer and the City Project Manager or designee. When subcontractors are used, Vendor must pay subcontractors Form 1Form 1Form 1 4 of 12 for satisfactory performance no later than thirty (30) days after receipt of each payment from the City. 17. Termination of Contract. The City of Rockford reserves the right to terminate the contract in its entirety or in portions, upon written notice to Vendor for convenience, if the Rockford City Council does not appropriate sufficient funds to complete the contract, or in the event of default by Vendor. Default is defined as failure of the awarded vendor to perform any of the provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. The City’s written notice of termination shall specify the effective date of termination. Vendor shall discontinue providing goods or services after such effective date, and the City shall not be liable for goods or services provided by Vendor thereafter. In the event of default, the City may purchase the product(s) and/or service(s) from other sources and hold the defaulting company responsible for any excess costs occasioned thereby. The City may require payment of liquidated damages for non-performance. Should default be due to failure to perform or because of a request for a price increase, the City reserves the right to remove the firm from the City's bidder list and place the firm on the City’s debarred list for a period of up to three (3) years. 18. Late Bids and Proposals. Regardless of cause, late bids and proposals will not be accepted and will automatically be disqualified from further consideration. It shall be solely Vendor's risk to ensure delivery at the designated office by the designated time. Late bids and proposals will not be opened and may be returned to Vendor at their request and expense. 19. Equal Employment Opportunity. Vendor shall comply with all applicable equal employment opportunity statutes, regulations, and ordinances including but not limited to the City’s Equal Opportunity Employment (EOE) Ordinance (City of Rockford Code of Ordinances, Chapter 11, Article IV); the Illinois Human Rights Act (775 ILCS 5/101 et seq.), the Illinois Department of Human Rights (IDHR) Rules and Regulations for Government Contracts (44 Ill. Admin. Code, Chapter X, Section 750), the Discrimination in Public Contracts Act (775 ILCS 10/0.01 et seq.), Title VII of the Civil Rights Act of 1964, as amended (§ 7, 42 U.S.C. § 2000e et seq.); the Age Discrimination in Employment Act of 1967, as amended (29 USC §.621 et seq.); Title I of the Americans with Disabilities Act of 1990, as amended (42 USC 12111-12117); the Equal Pay Act of 1963, as amended; and the Uniformed Services Employment and Reemployment Rights Act of 1994, as amended (38 USC §§ 4301-4335). Pursuant to IDHR’s Rules and Regulations and the City’s EOE Ordinance, the awarded vendor shall comply with the following terms and conditions during the performance of this contract: a) Vendor will not discriminate against any employee, including apprentices, or applicant for employment, including training programs, because of race, color religion, sex, sexual orientation, gender identity, marital status, order of protection status, status as a survivor of domestic violence or human trafficking, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status, or unfavorable discharge from military service; and, further, that Vendor will examine all job Form 1Form 1Form 1 5 of 12 classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. b) If Vendor hires additional employees in order to perform this contract or any portion of this contract, Vendor will determine the availability (in accordance with Section 750) of minorities and women in the areas from which Vendor may reasonably recruit and will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. c) In all solicitations and advertisements for employees placed by Vendor on its behalf, Vendor will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, gender identity, marital status, order of protection status, status as a survivor of domestic violence or human trafficking, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status, or an unfavorable discharge from military service. d) Vendor will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the Vendor’s obligations under the Illinois Human Rights Act and Section 750 of the Illinois Department of Human Rights Rules and Regulations. If any labor organization or representative fails or refuses to cooperate with the Vendor in its efforts to comply with the Act and Part 750, Vendor will promptly notify the Illinois Department of Human Rights and the City of Rockford and will recruit employees from other sources when necessary to fulfill its obligations under the contract. e) Vendor will submit reports as required by Part 750, furnish all relevant information that may be requested by the Illinois Department of Human Rights or the City of Rockford, and in all respects comply with the Act, the Department’s Rules and Regulations, and the City of Rockford’s Equal Opportunity Employment Ordinance. Vendor’s failure to complete the City’s required Equal Employment Opportunity Certifications or Vendor and Subcontractor Workforce Data Forms will result in disqualification of Vendor’s bid or proposal. f) Vendor will permit access to all relevant books, records, accounts, and work sites by personnel of the City of Rockford and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Act, IDHR’s Rules and Regulations, and City of Rockford EOE Ordinance. g) Vendor will include verbatim or by reference the Equal Employment Opportunity Clause (44 Ill. Admin. Code, Chapter X, Appendix A) in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, Vendor will be liable for compliance with applicable provisions of this clause by subcontractors. Further, Vendor will promptly notify the City of Rockford and Form 1Form 1Form 1 6 of 12 the Illinois Department of Human Rights if any subcontractor fails or refuses to comply with the provisions of sections (a) through (f) of this paragraph. Vendor shall not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 20. Restrictive or Ambiguous Specifications. It is the responsibility of the bidding firm to review the invitation to bid specifications and to notify the Central Services Manager if the specifications are formulated in a manner that would unnecessarily restrict competition. Any such protest or question regarding the specifications or invitation to bid procedures must be received by the Central Services Division not less than seventy-two hours prior to the time set for the opening. In the event a contract term is not defined within the contract document, the term will be given its ordinary dictionary definition. 21. Bid Protest. Firms wishing to protest bids or awards shall notify the Central Services Manager in writing within seven (7) days after the invitation to bid opening. The notification should include the bid number, the name of the firm protesting, and the reason why the firm is protesting the bid. The Central Services Manager will respond to the protest within seven (7) calendar days. A successful protest may result in the reversal of a previously awarded contract. 22. Disputes. In case of disputes as to whether or not an item or service quoted or delivered meets specifications, the decision of the Central Services Manager or authorized representative shall be final and binding to all parties. The Central Services Manager has the right to waive technicalities as they see fit. The Central Services Manager may request a written recommendation from the head of the department using the equipment or service being procured. 23. Exceptions. Any deviations from these specifications shall be noted and submitted with the bid. Failure to address deviations from specifications may result in bid rejection. 24. Acceptance/Rejection of Bids. The City of Rockford reserves the right to accept or reject any or all bids or proposals at any time, for any reason, including but not limited to the Rockford City Council not appropriating sufficient funds to purchase equipment or complete the contract. The City may make awards in any manner deemed in the best interest of the City. 25. Prevailing Wage. When indicated on the cover page of the invitation to bid, this contract calls for the construction of a "public work," within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ("the Act"). The Act requires awarded vendors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the "prevailing rate of wages" (hourly cash wages plus fringe benefits) in the county where the work is performed. Prevailing wage rates are determined by the Illinois Department of Labor and posted on the Department’s website at: https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx . Form 1Form 1Form 1 7 of 12 (a) The Act does apply to owner-operators. (b) When applicable, all awarded vendors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to all wage, notice, recordkeeping, and filing of certified payroll requirements. (c) Under the Act, it is mandatory upon Vendor to insert into each subcontract a written stipulation to the effect that not less than the prevailing rate of wages shall be paid to all laborers, workers and mechanics performing work under this contract. It is also the Vendor’s responsibility under the Act to verify and pay current wage rates, as the Department may change them from time to time. (d) It is Vendor’s obligation to understand what the Act requires, and to comply accordingly. Failure on the part of the City to provide proper written notice regarding the applicability of the Prevailing Wage Act does not relieve Vendor or subcontractors of the obligation to comply with the Act when applicable, nor does it relieve them of their obligation to pay back wages when owed. (e) Vendor and all subcontractors shall make all records required under the Prevailing Wage Act available for inspection, copying, or transcription by authorized representatives of the City of Rockford or Department of Labor. Vendor shall further permit such representatives to interview employees during working hours on the job. If Vendor or subcontractor fails to submit the required records or make them available, the City may take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request may be grounds for debarment action. 27. Substance Abuse Prevention. Before Vendor commences work on a public works project, it must have in place a written program which meets or exceeds the program requirements in the Substance Abuse Prevention on Public Works Projects Act (820 ILCS 265/1 et seq.), to be filed with the City and made available to the general public, for prevention of substance abuse among its employees. This program must include pre-hire, random, reasonable suspicion, and post-accident drug and alcohol testing, as required by the Substance Abuse Prevention on Public Works Projects Act. 26. Certified Payroll. All Certified Payroll reports required to be submitted under the Prevailing Wage Act, 820ILCS 130, as directed by the State of Illinois (https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Prevailing-Wage-Portal.aspx). No paper copies or non-conforming Certified Payroll reports will be accepted. A copy of proof of submission, including the reported wage information, must be submitted to the City with the request for payment. The City reserves the right to withhold payment due to the awarded vendor until the vendor complies with this or any other provision of the Act. Form 1Form 1Form 1 https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Prevailing-Wage-Portal.aspx 8 of 12 28. Apprenticeship Requirement. For construction contracts over $50,000, Vendor must participate in apprenticeship and training programs approved and registered with the United States Department of Labor's Bureau of Apprenticeship and Training for all Trades that will be in Vendor's (or his subcontractor's) employment, with each worker receiving the required apprenticeship/training appropriate to his trade. Owners or work performed by owners is not exempt from the apprenticeship and training requirement. 29. Indemnification. To the fullest extent permitted by law, Vendor shall indemnify and hold harmless the City, its officers, representatives, elected and appointed officials, agents, and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from Vendor's performance of work under this agreement, and indemnifies and agrees to defend and hold harmless the City against any and all losses, claims, damages, and expenses arising from the work performed hereunder of the erection, construction, placement, or operation of any scaffold, hoist, crane, stay, ladder, support, or other mechanical contrivance in connection with such work including but not limited to losses, claims, damages, and expenses arising pursuant to claims asserted against the City pursuant to theories premised upon sections 343 and 414 of the Restatement (Second) of Torts. This indemnification agreement shall not be limited in any way by any limitations on the amount or type of damages, compensation, or benefits payable by or for Vendor under the Illinois Workers’ Compensation Act (820 ILCS 305/1 et seq.), disability benefit acts, or other employee benefit acts, and serves as an express agreement to waive the protection of Kotecki v. Cyclops Welding Corp., 146 Ill.2d 155, 585 N.E.2d 1023 (1991) in Illinois. Further, Vendor agrees that it is solely responsible for compliance with all safety laws applicable to the work performed hereunder, including but not limited to the Occupational Safety and Health Act (29 USC Ch. 15 §651 et. seq.) and the Contract Work Hours and Safety Standards Act (40 USC Ch. 37 §3701 et seq.) and all standards and regulations which have been or shall be promulgated by the agencies which administer the Acts. Under no circumstances shall Vendor, its subcontractors, agents, and employees be required to indemnify the City for its own negligence. 30. Insurance Requirements. Upon execution of the contract, and prior to Vendor commencing any work or services with regard to the project, Vendor shall carry commercial general liability insurance, umbrella liability insurance, and automobile liability insurance on ISO form CG 00 01 10 01 (or a substitute form providing equivalent coverage) and Vendor shall provide the City with a Certificate of Insurance and Additional Insured Endorsement on ISO form CG 20 10 11 85 (or substitute form providing equivalent coverage) or on the combination of ISO forms CG 20 IO 10 0 l and CG 20 3 7 1001 (or substitute forms providing equivalent coverage) naming the City as Form 1Form 1Form 1 9 of 12 Additional Insured thereunder. Additional insured coverage shall apply as primary insurance and be noncontributory with respect to any other insurance afforded to the City. All coverage shall be placed with an insurance company duly admitted in the State of Illinois and shall be reasonably acceptable to the City. All awarded vendor insurance carriers must maintain an A.M. Best rating of "A-" or better. Coverage shall be afforded to the additional insured whether or not a claim is in litigation. The insurance coverage required above shall be of sufficient type, scope and duration to ensure coverage for the City for liability related to any manifestation date within the applicable statutes of limitation and/or repose which pertain to any work performed by or on behalf of the City in relation to the contract. The following insurance requirement shall apply to the successful firm for the duration of the contract unless explicitly waived by the Central Services Manager: a) Commercial General Liability. The coverage available to the City, as Additional Insured, shall not be less than $1 million each occurrence, $2 million general aggregate (subject to a per project general aggregate provision applicable to the project), $2 million products/completed operations aggregate and $1 million personal and advertising injury limits. Such insurance shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). b) Umbrella Liability. The coverage available to the City, as Additional Insured, shall not be less than $2 million each occurrence, $2 million general aggregate. Such insurance shall cover liability arising from premises, operations, independent contractors, products- completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). c) Automobile Coverage. The coverage available to the City, as Additional Insured, shall include comprehensive automobile bodily injury and property damage liability coverage for a minimum amount of $1 million each occurrence, $2 million general aggregate d) Workers Compensation. Vendor shall maintain during the life of this contract statutory workmen's compensation and employer's liability insurance for all his employees engaged in work on the job site. e) Insurance Certificates. Each Certificate of insurance shall provide that the insurer must give the City at least thirty (30) days' prior written notice of cancellation and termination of the City's coverage thereunder. Not less than two weeks prior to the expiration, cancellation or termination of any such policy, Vendor shall supply the City with a new and replacement Certificate of Insurance and Additional Insured endorsement as proof of renewal of said original policy. Said new and replacement endorsements shall be similarly endorsed in favor of the City as set forth above. All subcontractors to be utilized by Vendor shall provide Ownership with a Certificate of Insurance naming City of Rockford as additional insured prior to commencement of work by said subcontractor. Form 1Form 1Form 1 10 of 12 31. Conflict of Interest. Each bidder affirms, by submission of a response to this bid or request for proposals, it has no interest and will not acquire any interest in any enterprise, project, or contract that would conflict in any manner of degree with the performance of the work, services, or goods to be provided hereunder. Bidder further affirms that no person having such an interest will be employed to perform any work or services under the contract, and that no employee of the City of Rockford is directly or indirectly interested in the bid or proposal for any reason of personal gain. 32. Non-Waiver. The failure by the City to require performance of any provision shall not affect the City's right to require performance at any time thereafter, nor shall a waiver of any breach or default of this contract constitute a waiver of any subsequent breach or default or a waiver of the provision itself. certified MWBEs can be found at: https://rockfordil.gov/city-departments/finance/central-services/purchasing/. certified MWBEs can be found at: https://rockfordil.gov/city-departments/finance/central-services/purchasing/. Form 1Form 1 35. Acceptance or Rejection of Bids and Proposals. The City of Rockford reserves the right to accept or reject any and all proposals and to waive technicalities in submitted bids. 36. Minority and Women Business Enterprise Policy. It is the policy of the City of Rockford to strongly encourage and promote the award of subcontracts to ready, willing, and able Minority and Women Business Enterprises (MWBEs) certified with the City. The City strongly encourages bidders, when preparing bids or proposals, to contact certified MWBEs regarding potential subcontracting opportunities. The City requires information regarding Vendor’s good faith efforts to identify MWBE subcontractors on the Subcontractor Utilization Form required to be completed and submitted with Vendor’s bid or proposal. An up-to-date list of the City’s 34. Compliance with Stormwater Management Ordinance and IEPA General Construction Permit. Vendor must comply with the City's Stormwater Management Ordinance and Illinois EPA’s General Construction Permit. For work performed on the stormwater system, including projects only requiring erosion and sediment control measures, acknowledgement of receipt of the Stormwater Management Ordinance and IEPA’s General Construction Permit is required. It is also required that Vendor retain all invoices, work orders and/or other records of work performed in drainage areas for three (3) years beyond the end of the consent decree, 12/31/2023. These records are subject to audit and are to be made available immediately upon request by the City or the Federal and State Environmental Protection Agency (EPA). Additionally, there may be other records provided that Vendor will be required to keep on file upon request of the City. Violation of this section and with the City's Stormwater Management Ordinance may result in a fine. Additional information can be found at: https://rockfordil.gov/city-departments/public-works/engineering-division/stormwater- environmental-team/ 33. Professional Services Selection Act. The City of Rockford intends to comply with 50 ILCS 510/.0.01 et seq. governing the selection of professional services. Any reference in these terms and conditions to supplying pricing or price as a determining factor in selection do not apply for services covered by said act. Form 1 https://rockfordil.gov/city-departments/public-works/engineering-division/stormwater-environmental-team/ 11 of 12 37. Veterans Preference. Vendor shall comply with the Veterans Preference Act (330 ILCS 55/1 et seq.) in its employment to fill positions for the construction, addition to, or alteration of public works contracted for by the City. This Act requires that preference shall be given to veterans who possess the business capacity necessary for the proper discharge of the duties of employment. Vendor is not required to give preference to veterans who are not residents of the City of Rockford over City residents who are not veterans. A person who has been a member of the Illinois National Guard shall be given priority over a person who has been a member of the National Guard of any other state. Veterans under the Act are defined as persons who have been members of the armed forces of the United States or who, while citizens of the United States, were members of the armed forces of allies of the United States in time of hostilities with a foreign country, and have served under one or more of the following conditions: a) The veteran served a total of at least six (6) months; b) The veteran served for the duration of hostilities regardless of the length of engagement; c) The veteran served in the theater of operations but was discharged on the basis of a hardship; or d) The veteran was released from active duty because of a service connected disability and was honorably discharged. Vendor shall insure that the preceding provision is inserted in all subcontracts entered into to furnish labor for the construction, addition to, or alteration of public works in connection with this contract. 38. Non-barred Bidder. Vendors affirms, by submission of a response to this bid or request for proposals, that Vendor is not barred from bidding on this contract as a result of a conviction for violation of state law prohibiting bid rigging or rotating. 39. City Debarment. The City of Rockford reserves the right to bar Vendor from future bidding opportunities with the City if false information is submitted as part Vendor’s bid response or proposal, Vendor has committed any violation of law, or Vendor fails to comply with the terms and conditions of this contract. 40. Non-Assignment. Neither this Contract nor any of the rights, interests or obligations under the Agreement shall be assigned, in whole or in part, by written agreement, merger, consolidation, operation of law, or otherwise by either party without the prior written consent of the other party. 41. Governing Law. This Contract shall be governed by and construed and enforced in accordance with the laws of the State of Illinois, excluding its choice of law rules and, to the extent Form 1Form 1Form 1 12 of 12 applicable, the copyright laws of the United States of America. In the event of a dispute under this Contract, the parties agree to submit to the exclusive jurisdiction of the state courts of, and federal courts sitting in, the State of Illinois. 42. Severability. In the event that any clause, provision, or portion of these General Conditions or any part thereof shall be declared invalid, void, or unenforceable by any court having jurisdiction, such invalidity shall not affect the validity or enforceability of the remaining portions. 43. Local Business Adjustment to Bid Award. For Public Works or Construction contracts the use of local business adjustment (up to a maximum 5 percent of the contract price, but not more than $20,000 whichever is less) may be authorized. To receive the local business adjustment the bidder must meet the qualifications of a local bidder (described below) and request the local business adjustment be implemented for that bid. The downward adjustment shall then be applied automatically to the local bidder’s bid if doing so will cause the local bidder’s bid to match the bid of a non-local bidder who would otherwise be the lowest qualified bidder. Any bidder requesting application of the local bidder adjustment shall acknowledge and agree to the potential of the reduction in their overall bid at the time of its bid submission. Should a bidder requesting the local business adjustment be declared the lowest bidder and thereafter decline to be awarded the project, that bidder shall be prohibited from requesting the application of a local business adjustment for a period of one year. In instances where more than one local bidder requests local business adjustment, the adjustment will be applied to the next lowest local bidder only, however, if the next lowest bidder did not request the adjustment, then the local bidder who did elect would get the adjustment and award. A local bidder is an individual or entity that (1) has established a place of business within Winnebago, Boone, Ogle, or Stephenson County; (2) has paid a minimum of $5,000 in sales tax in Winnebago County during the 12 months prior to bid submission; and (3) can demonstrate that at least 50% of its employees reside within Winnebago, Boone, Ogle, or Stephenson County. A bidder that requests local business adjustment is certifying that they are in compliance with the above description. If the City determines the bidder is not in compliance the bidder may be barred from bidding for a period of up to three years. Form 1Form 1Form 1 Instruction to Bidders 1. The bidder shall insert the price for all bid items and all other information requested in the Bid Form attached or a computer generated schedule of prices. All computer-generated schedule of prices submitted must be correct and correspond to the latest schedule of prices issued by the City of Rockford or the bid may be rejected. All prices shall be net and shall be the full, delivered cost to the City of Rockford, including all factors whatsoever. Failure to comply with this requirement will constitute rejection of bid. Anyone may secure a proposal marked "NOT FOR BIDDING" but will not be placed on the Bidders List and will not be allowed to submit a bid. Anyone securing a proposal marked "NOT FOR BIDDING" will be placed on a separate list for information purposes only. 4. It shall be mandatory that the awarded vendor and subcontractors comply with the Illinois Preference Act (IL Rev. Stat., Ch. 48, Par. 2201-2207) requires that on Illinois-resident workers be employed on Public Works Projects in times of excessive unemployment. 5. The bidder receiving award of this contract by the Rockford City Council shall submit the following information and be issued a notice to proceed prior to start of work: a. Construction schedule including starting date, project phasing controlling factors; and, estimated payment schedule (in Microsoft Projects format, one hard copy and one digital copy); b. Material suppliers including plant locations and State certification. c. A final, accurate Subcontractor Utilization Form and Subcontractor Workforce Data Forms for each subcontractor to be used. If the subcontractor fails to submit all required EEO compliance forms to Vendor or if the subcontractor is found to be in noncompliance, the City of Rockford may require that the subcontractor in question not be utilized on the project. The City of Rockford also reserves the right to take whatever action necessary to meet all EEO requirements. 2. The City requires the improvements specified to be completed under the following guidelines: Vendor must begin work within ten (10) days of the Notice to Proceed. Once notice to proceed has been given, Vendor will have until to complete the project. If no project completion date is specified, Department to confirm completion date after contract award 3. Bidders bidding on any City of Rockford construction projects for CIP (Capital Improvement Projects) must be pre-qualified with the State of Illinois according to Section 102 of the Standard Specifications for Road and Bridge construction of the Illinois Department of Transportation. The bidder, prior to receiving a proposal form and being placed on the Bidders list must submit a certified copy of a "Certificate of Eligibility" issued by the Department of Transportation. An "Affidavit of Availability" issued by the Department of Transportation must accompany each sealed bid. Bids will be awarded upon approval of "Affidavit of Availability". Form 1Form 1Form 1 6. Bidders are only required to return to the City the forms listed in the Required Forms section of the bid document, along with any special information that may be requested of firms as part of the general or special provisions. Sections 1, 3, and 4 of the bid document need not be returned to the City. 7. Bidder Questions during Bidding. 10. Questions regarding Bid/RFP specs should be addressed to analyst listed in specs section. 9. Questions regarding EEOs should be addressed to: City of Rockford Equal Opportunity Compliance (EOC) Officer, at (779) 348-7392. All questions regarding the bidder's preparation of his bid, pertaining to the drawings and specifications, shall be compiled in writing and e-mailed to Anne Wilkerson, (anne.wilkerson@rockfordil.gov) City of Rockford, Finance Department, at least 72 hours prior to bid time. Questions received less than 72 hours before the designated bid time cannot be answered by addendum. Oral statements will not be binding to City of Rockford or Vendor. Any questions deemed by City as requiring a response will be answered by addendum issued to all bidders and will become a part of the Contract. Subcontractors must direct their questions through Vendor only. The consulting Architect and/or the consulting Engineer shall not be contacted direct without prior authorization from City. 8. These instructions are to be considered an integral part of any proposal. FINANCE AND PERSONNEL COMMITTEE Anne Wilkerson Central Services Manager Form 1Form 1Form 1 mailto:anne.wilkerson@rockfordil.gov 15 Section 2 Required Forms Form 1Form 1Form 1 City of Rockford EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION with the City of Rockford, it is subject to and will comply with all applicable equal employment opportunity statutes, regulations, and ordinances including but not limited to: the City’s Equal Opportunity Employment (EOE) Ordinance (City of Rockford Code of Ordinances, Chapter 11, Article IV); the Illinois Human Rights Act (775 ILCS 5/101 et seq), the Illinois Department of Human Rights Rules and Regulations for Government Contracts (44 Ill. Admin. Code, Chapter X, Section 750), and the Discrimination in Public Contracts Act (775 ILCS 10/0.01 et seq.), Title VII of the Civil Rights Act of 1964, as amended (§ 7, 42 U.S.C. § 2000e et seq.); the Age Discrimination in Employment Act of 1967, as amended (29 USC §.621 et seq.); Title I of the Americans with Disabilities Act of 1990, as amended (42 USC 12111-12117); the Equal Pay Act of 1963, as amended; the Uniformed Services Employment and Reemployment Rights Act of 1994, as amended (38 USC §§ 4301-4335); and, for federally-funded construction contracts (only), Executive Order 11246, as amended, and relevant U.S. Department of Labor regulations regarding equal employment opportunity for federally assisted construction contracts (see 41 CFR Part 60). 2. Discrimination Prohibited. Vendor certifies that it is its policy to provide equal employment opportunity and that it prohibits discrimination against any employee or applicant for employment due to race, color religion, sex, sexual orientation, gender identity, marital status, order of protection status, status as a survivor of domestic violence or human trafficking, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status, or unfavorable discharge from military service. Further, Vendor will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization, as is required by the Illinois Department of Human Rights Rules and Regulations for Government Contracts. 3. Non-Segregated Facilities. Vendor certifies that it provides facilities at its place of business without segregation except where separate facilities for a person of the opposite sex are required. Vendor also certifies that it will, to the greatest extent possible, not assign employees to work at any location where facilities are so segregated and that it will insert into its subcontracts the provisions of this paragraph for work performed under this contract and obtain the same certification from subcontractors. 4. Government Exclusion, Debarment, or Suspension. Vendor certifies that it is not subject to any exclusion, debarment, suspension, or other disciplinary action by any government agency including but not limited to the U.S. Government, State of Illinois, Illinois Human Rights Commission, Illinois Department of Labor, or any other federal or state agency or political subdivision. Additionally, if at any time Vendor is subject to such exclusion, suspension, or debarment during the contract period, Vendor certifies that it will immediately disclose this information to the City’s EOC Officer. 1 of 6 All bidders seeking to do business with the City of Rockford must complete this certification. Failure to sign this Certification will result in disqualification of Vendor’s bid or proposal. Questions regarding EEOs should be addressed to City of Rockford Equal Opportunity Compliance (EOC) Officer, at (779) 348-7392. 1. Compliance with EEO Law. Vendor acknowledges and certifies that, if awarded a contract Form 1Form 1Form 1 City of Rockford EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 5. Subcontracting. Vendor certifies that, if awarded a public contract with the City of Rockford, it will include verbatim or by reference the provisions of the City’s General Conditions Equal Employment Opportunity paragraph 19 in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed. For federally funded construction contracts, the conditions described in paragraph (8) of the “Equal Opportunity Clause for Federally Assisted Construction Contracts” and paragraph (2) of the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” must also be included in every subcontract. Vendor acknowledges that it is responsible for the compliance of all of its subcontractors with this provision. Vendor also certifies it will not utilize any subcontractor excluded, debarred, suspended, or otherwise disciplined by any government agency including but not limited to the U.S. Government, State of Illinois, Illinois Human Rights Commission, Illinois Department of Labor, or any other federal or state agency or political subdivision, and that it will notify the City’s EOC Officer if any subcontractor fails to comply with such provision. 6. MWBE Procurement Policy. Vendor understands that it is the policy of the City of Rockford to encourage and promote the award of subcontracts to ready, willing, and able Minority and Women Business Enterprises (MWBEs) certified with the City. The City strongly encourages bidders, when preparing bids or proposals, to contact certified MWBEs regarding potential subcontracting opportunities. Vendor certifies that it has worked in good faith to comply with this policy by contacting MWBE businesses for subcontracting opportunities when possible (list can be found at https://rockfordil.gov/city-departments/finance/central- services/purchasing/). For federally funded construction projects (only), Vendor further certifies it has demonstrated good faith efforts to meet the women and minority subcontracting goals set forth in the “Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity.” Signature of Vendor Date 2 of 6 Form 1Form 1Form 1 https://rockfordil.gov/city-departments/finance/central-services/purchasing/ https://rockfordil.gov/city-departments/finance/central-services/purchasing/ City of Rockford SUBCONTRACTOR UTILIZATION FORM Vendor Name: Project Name: Bid or RFP Number: Total Proposal/Bid Amount (over the full term of the contract): Vendor Contact Name: Contact Phone: Contact Email: Subcontractor Name MBE or WBE? (Y/N) Amount % of Total Proposal/Bid Scope of Work Vendor Certification Status: Minority Business Enterprise Women Business Enterprise None Section II--Subcontractor Utilization Will subcontractors be used? Yes (complete rest of form) No (proceed to Section V) Section III—Subcontractor Selection Please list information for ALL subcontractors Vendor believes it will use. Vendor may make changes or Section I—Vendor/Prime Contractor Information Is this an update to a previously submitted Subcontractor Utilization Form? Yes No If more than six subcontractors will be used, please complete the Subcontractor Utilization Form--Supplement. 3 of 6 THIS FORM MUST BE COMPLETED EVEN IF YOU DO NOT PLAN TO USE SUBCONTRACTORS (COMPLETE SECTIONS I, II, AND V IF YOU DO NOT PLAN TO USE SUBCONTRACTORS). additions to its list of subcontractors by submitting an updated form to the City’s EOC Officer after award, if needed. All Vendors seeking to do business with the City of Rockford must provide information about all subcontractors that will be used. A Subcontractor is any person or business that supplies any of the work, transportation or labor services, supplies, equipment, or materials under a contract with Vendor. Failure to complete this form will result in disqualification of Vendor’s bid or proposal. Questions regarding EEOs should be addressed to City of Rockford Equal Opportunity Compliance (EOC) Officer at (779) 348-7392. Form 1Form 1Form 1 kdomingu Highlight City of Rockford SUBCONTRACTOR UTILIZATION FORM If Vendor plans to use subcontractors, but has not yet identified some or all of the subcontractors to be used, please explain why: Section IV—MWBE Subcontractors Contacted It is the policy of the City of Rockford to encourage and promote the award of subcontracts to qualified and available Minority and Women Business Enterprises (MWBEs) certified with the City. The City strongly encourages bidders, when preparing bids or proposals, to contact certified MWBEs regarding potential subcontracting opportunities (a list of MWBEs can be found at https://rockfordil.gov/city- departments/finance/central-services/purchasing/). Please list the MWBEs Vendor has contacted regarding subcontractor opportunities for this proposal/bid (MWBE subcontractors selected and listed in Section III do not need to be listed again here): MWBE Business Name Method of Contact (e.g. phone, email) Why not used? Section V—Signature The undersigned certifies that the information provided herein is truthful, accurate, and complete. Further, Vendor acknowledges that if it is awarded the contract, this information must be kept up to date by Vendor. According to the City’s General Conditions Paragraph 16, any changes in subcontractor utilization must be immediately made in writing by submitting a new form to the City’s Equal Opportunity Compliance Officer (contact information provided at the top of this form). A complete and accurate list of subcontractors will be required prior to beginning work on the project, if awarded. ___________________________________________________________________________________ Name Title ___________________________________________________________________________________ Signature Date If more than six subcontractors will be used, please complete the Subcontractor Utilization Form--Supplement. 4 of 6 Form 1Form 1Form 1 https://rockfordil.gov/city-departments/finance/central-services/purchasing/ https://rockfordil.gov/city-departments/finance/central-services/purchasing/ City of Rockford VENDOR WORKFORCE DATA FORM Part I: Vendor Information Vendor Name: Bid or RFP Number: Project Name: IDHR Number1: Expiration: Date: Estimated Duration of Work: Vendor’s EEO Contact Name: Contact Email: Title: Contact Phone: Part II: Vendor Workforce Data Please provide the number of individuals employed by Vendor in each category below (report all employees, not just those who will work under the contract). Definitions of the EEO Job Categories are included with this form. W - White B - Black H – Hispanic/Latino A - Asian AI - American Indian, Alaskan or Hawaiian Native Tw—Two or more race/ethnicity T – Total Officials and Managers Professional Workers Technicians Sales Workers Administrative Support Workers Craft Workers Operatives Laborers and Helpers Service Workers TOTAL 1 Bidders must have an Illinois Department of Human Rights Eligibility Number if 1) bidder employs 15 or more persons, AND 2) if the bid or proposal will total more than $100,000. JOB CATEGORY MALE FEMALE W B H A AI Tw T W B H A AI Tw T TOTAL 5 of 6 The City must collect information in an effort to monitor Vendor’s compliance with the Illinois Human Rights Act, Illinois Department of Human Rights Rules and Regulations, and City of Rockford Equal Employment Opportunity Ordinance. Failure to complete this form will result in disqualification of Vendor’s bid or proposal. Questions regarding EEOs should be addressed to City of Rockford Equal Opportunity Compliance (EOC) Officer at (779) 348-7392 Form 1Form 1Form 1 kdomingu Highlight City of Rockford SUBCONTRACTOR WORKFORCE DATA FORM Part I: Identification Subcontractor Name: Bid Number: Project Name: IDHR Number: Expiration: Date: Estimated Duration of Work: Subcontractor’s EEO Contact Name: Contact Email: Contact Phone: W - White B - Black H – Hispanic/Latino A - Asian AI - American Indian, Alaskan or Hawaiian Native Tw—Two or more race/ethnicity T – Total JOB CATEGORY MALE FEMALE W B H A AI Tw T W B H A AI Tw T TOTAL Officials and Managers Professional Workers Technicians Sales Workers Administrative Support Workers Craft Workers Operatives Laborers and Helpers Service Workers TOTAL Part II: Subcontractor Workforce Data Please provide the number of individuals employed by subcontractor in each category below (report all employees, not just those who will work under the contract). Definitionsof the EEO Job Categories are included on the next page of this form. 6 of 6 This form is required if Vendor will be using one or more subcontractors to complete work or perform services for the City. A Workforce Data Form must be completed for each subcontractor. Questions regarding EEOs should be addressed to City of Rockford Equal Opportunity Compliance (EOC) Officer at (779) 348-7392 Form 1Form 1Form 1 Job Category Descriptions Officials and Managers: Jobs occupied by administrative and managerial personnel who set broad policies, exercise overall responsibility for execution of these policies, and direct individual departments or special phases of a firm’s operations. Includes: officials, executives, middle management, plant managers, department managers, superintendents, salaried supervisors who are members of management, and purchasing agents and buyers. Professionals: Jobs requiring bachelor or graduate degree and/or professional certification or comparable experience. Includes: accountants and auditors, architects, chemists, computer programmers, designers, editors, engineers, lawyers, scientists, registered professional nurses, personnel and labor relations specialists, physicians, and surveyors. Technicians: Jobs requiring a combination of basic scientific knowledge and manual skill which is often obtained through 2 years of post-high school education or through equivalent on-the-job training. Includes: drafters, surveying and mapping technicians, engineering aides, junior engineers, mathematical aides, emergency medical technicians, and licensed practical nurses. Sales Workers: Jobs engaging wholly or primarily in direct selling. Includes: advertising agents and sales workers, insurance agents and brokers, real estate agents and brokers, stock and bond sales workers, securities, commodities, and financial services sales agents, demonstrators, sales workers and sales clerks, grocery clerks, and cashiers/checkers. Administrative Support Workers: Jobs involving non-managerial tasks providing administrative and support assistance, primarily in office settings. Includes: office support, bookkeepers, accounting and auditing clerks, dispatchers, data entry workers, collectors (bills and accounts), messengers and office helpers, shipping and receiving clerks, typists and secretaries, telephone operators, and legal assistants. Craft Workers: Jobs requiring higher skill in areas including: construction (building trades craft workers and their formal apprentices); natural resource extraction workers; installation, maintenance and part replacement of equipment, machines and tools; and some production occupations that are distinguished by the high degree of skill and precision. Includes: boilermakers; brick & stone masons; carpenters; electricians; painters; glaziers; plumbers, pipefitters & steam fitters; roofers; elevator installers; earth drillers; oil & gas rotary drill operators; blasters & explosive workers; mechanics; electric & electronic equipment repairers; millwrights; and tool & die makers. Operatives: Jobs involving operation of machines, factory-related processing equipment, or equipment to facilitate the movement of people or materials. These occupations require intermediate skill level and usually do not require more than several months of training. Includes: machine operators; electrical & electronic equipment assemblers; semiconductor processors; testers; graders & sorters; bridge & lock tenders; truck, bus or taxi drivers; industrial truck & tractor (forklift) operators; conveyor operations; and hand packers & packagers. Laborers and Helpers: Jobs requiring limited skills and brief training to perform tasks that require little or no independent judgment. Includes: production & construction worker helpers; construction laborers; refuse & recyclable materials collectors; landscapers, grounds maintenance workers, and laborers performing lifting, digging, mixing, loading and pulling operations. Service Workers: Jobs in food service, personal service, cleaning service, and protective service occupations. Skill may be acquired through formal training, job-related training or direct experience. Includes: food service workers; medical assistants and other healthcare support occupations; transportation attendants; cleaners; janitors; porters; transit and railroad; police and fire fighters; guards; private detectives and investigators. Form 1Form 1Form 1 City of Rockford ILLINOIS PREVAILING WAGE ACT NOTICE AND ACKNOWLEDGEMENT Failure to sign this acknowledgement will result in disqualification of Vendor’s bid or proposal. Prevailing Wage. The work included in this bid/request for proposal calls for the construction of a "public work," within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ("the Act"). The Act requires contractors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the "prevailing rate of wages" (hourly cash wages plus fringe benefits) in the county where the work is performed. Prevailing wage rates are determined by the Illinois Department of Labor and up-to-date rates are posted on the Department’s website at https://www2.illinois.gov/idol/Laws- Rules/CONMED/Pages/Rates.aspx. This Act does apply to owner/operators (e.g. a business where the owner is an employee doing work on the job). If awarded this contract, Vendor must comply with all requirements of the Act, including but not limited to all wage, notice, recordkeeping, and filing of certified payroll requirements. It is your responsibility, as a bidder, to understand the amount this law requires you to pay workers (including yourself as an owner, if applicable) while working on this City of Rockford project— and to bid accordingly. Certified Payroll. The Illinois Prevailing Wage Act requires any contractor and each subcontractor who participates in public works to file with the Illinois Department of Labor (IDOL) certified payroll for those calendar months during which work on a public works project has occurred. The Act requires certified payroll to be filed with IDOL no later than the 15th day of each calendar month for the immediately preceding month through the Illinois Prevailing Wage Portal—an electronic database IDOL has established for collecting and retaining certified payroll. The Portal may be accessed using this link: https://www2.illinois.gov/idol/Laws- Rules/CONMED/Pages/Prevailing-Wage-Portal.aspx. The City reserves the right to withhold payment to Vendor until Vendor displays compliance with this provision of the Act. By signing below, Vendor acknowledges the applicability of the Prevailing Wage Act to the work that will be performed for the City of Rockford and, if the contract is awarded to Vendor, agrees to comply with the Act. Vendor Name: Bid/RFP Number: Bid/RFP Title: Name of Authorized Representative: Title of Authorized Representative: Signature of Authorized Representative Date Form 1Form 1Form 1 https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Prevailing-Wage-Portal.aspx https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/Prevailing-Wage-Portal.aspx City of Rockford LCPTRACKER VENDOR INFORMATION FORM The City uses an online system called LCPtracker to collect the certified payrolls Vendor must file with the City in compliance with the Prevailing Wage Act (820 ILCS 130/5 (a)(2)). The City will use the information provided in this form to set up a project in the LCPtracker system, where Vendor will be required to file certified payroll (due the 15th of the month for the preceding month). i The Contact is the person who will manage Vendor’s LCPtracker online account and who will use that account to enter and certify payroll information in the online system. ii The Prime Approver is the person who will be responsible for approving payroll entered by Vendor and all subcontractors utilizing his or her LCPtracker prime approver online account. The Contact and Prime Approver may be the same person (who will utilize two different accounts to perform each function). 1. City’s Bid Number or PO Number: 2. City’s Project Name: _____________________________________________ 3. Company Name (Vendor): 4. Vendor’s Address: ____________________________________________ 5. Vendor’s City and State: _______________________________________ 6. Vendor’s Zip Code: 7. Vendor’s 10 – Digit Phone Number: ______________________________ 8. Federal Tax ID Number: 9. Ethnicity of Vendor: ___________________________________________ 10. Principal’s Name: 11. Principal’s Title: 12. Contact’s Namei: 13. Contact’s Email Address: 14. Prime Approver’s Nameii: 15. Prime Approver’s Email Address: 16. Union Status: ____ Union ____ Non-Union 17. Owner Operator? ____ Yes ____ No 18. City-Certified MBE or WBE? Yes No 19. Start Date of Project: ____________________________________________ 20. Bid or PO Amount: __________________________________________ 21. If you will employ apprentices for City work, please attach pay scale for them. For questions about EEOs, contact Contract and Grant Compliance Officer,at phone at (779) 348-7392. Form 1Form 1Form 1 Revised 03/15/19 Page 1 of 2 City of Rockford Apprenticeship Form *Return with Bid* All contractors are required to complete the following certification: For this contract proposal or for all groups in this deliver and install proposal. For the following deliver and install groups in this material proposal: The City of Rockford, in accordance with the requirements set forth by the State of Illinois, requires that this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the City of Rockford. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. Revised 03/15/19 Page 2 of 2 IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The City at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: By: (Signature) Address: Title: Acknowledgement of Stormwater Management Ordinance and IEPA General Construction Permit (ILR10) Requirements By indicating below, we acknowledge receipt of the Stormwater Management Ordinance and IEPA’s General Construction Permit, if applicable. Both documents can be found on the City of Rockford website at: https://rockfordil.gov/city-departments/public-works/engineering-division/stormwater-environmental- team/ The IEPA General Construction permit can also be located at: https://www2.illinois.gov/epa/topics/forms/water-permits/storm-water/Pages/general-permits.aspx I have been provided access to the City of Rockford Stormwater Management Ordinance and the Illinois EPAs General Construction Permit and agree to comply with the terms outlined therein. ______________________________________________________________________________ Person, Firm or Corporation ______________________________________________________________________________ Authorized Signature Form 1Form 1Form 1 Addendum Date Addendum Date Addendum Date Addendum Date Addendum Date Person, Firm or Corporation Acknowledgement of Addenda By indicating below, we acknowledge receipt of the addenda listed. Authorized Signature The City of Rockford may respond to requests for information or pro-actively provide more information by posting addenda to bid packages on the City website. The City and its personnel are not responsible for notifying potential vendors of any addenda to bid packages posted to the City's website. TheCity may, but isnot required to, provide notification of new addenda via one or more of the same methods by which the original bid request was posted. Vendors who fail to account for information or requests included in these addenda may have their bids disqualified. THEREFORE, IT IS EXTREMELY IMPORTANT THAT POTENTIALVENDORS MONITOR THE CITY WEBSITE FOR ANY ADDENDA TO THE ORIGINAL BID PACKAGES. Form 1Form 1Form 1 https://rockfordil.gov/city-departments/finance/central-services/purchasing/addenda/ https://rockfordil.gov/city-departments/finance/central-services/purchasing/addenda/ Form 1Form 1Form 1 Form 1Form 1Form 1 Form 1Form 1Form 1 Form 1Form 1Form 1 Form 1Form 1Form 1 Form 1Form 1Form 1 Section 3 Bid/RFP Specifications Form 1Form 1Form 1 WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 1 WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT 1.0 SCOPE The City of Rockford requests bids from qualified vendors to provide all labor, materials, equipment, and supplies necessary for the removal, disposal, and replacement of filter media and gravel bedding in each cell of the filter vessels located at Water Treatment Plant (WTP) 42, and Water Treatment Plant (WTP) 36. In addition to the filter media and bedding removal and replacement, the vendor will be required to inspect and repair any damaged underdrain nozzles and air scour assemblies found within the filter vessels at either location. Any other repairs that are discovered upon removal of the old media and gravel including but not limited to painting the interior of the vessel and repair/replacement of the air scour system will be done with approval, once The City is able to determine the scope of the repairs needed. The interior of the entire filter vessel body at WTP 42 and WTP 36 are also to be visually inspected while media and bedding are removed in an effort to assess the overall condition of the filter system. The awarded vendor will disinfect new filter media and be on site for initial backwash and startup prior to the City of Rockford Water Division accepting the return of responsibility for the filter vessels. All work shall be in compliance with all applicable State, Federal and local regulations; including the State of Illinois Department of Public Health, the United States Environmental Protection Agency (USEPA), Resource Conservation and Recovery Act (RCRA), Illinois EPA, applicable Occupational Safety and Health Administration (OSHA) regulations, Illinois Emergency Management Agency (IEMA), and Federal and State of Illinois Department of Transportation (IDOT) regulations. The water treatment systems at Wells 42 and 36 are designed to remove naturally occurring radium from groundwater. The Pyrolucite filter media will retain some of the radium removed and must be managed in accordance with the regulations of the Illinois Emergency Management Agency which can be found at 32 Illinois Administrative Code 330.40(d). These regulations have established an exempt concentration limit of 200 pCi/g (picocuries per gram) on a dry weight basis. Below this limit, the media may be handled by persons who do not have a radioactive material license provided the provisions of 330.40(d) are complied with. Above this limit, an entity with a radioactive material license authorizing the work to be performed is required. Water Treatment Plant 42 WTP 42 contains one (1) LayneOx Horizontal pressure filter, vessel is internally divided into four (4) individual cells, each cell containing the following: - 177.5 ft3 per cell of 20x40 mesh LayneOx (Oxiplus 75) Pyrolucite filter media - 26.5 ft3 per cell of .80 - 1.20mm Northern Filter Media Torpedo sand - 26.5 ft3 per cell of 1⁄4 x 1⁄8 Red Flint filter gravel - 26.5 ft3 per cell of 1⁄2 x 1⁄4 Red Flint filter gravel - 60 ft3 per cell of 3⁄4 x 1⁄2 Red Flint filter gravel - 4” SCH 80 PVC air scour header with 3⁄4” SCH 80 PVC drilled orifice hole type laterals - Apprx. 210 per cell (840 total) Orthos Model K1 with .35mm slots, 1 1⁄4” WW thread, 50mm thread length polypropelene diffuser nozzles with locking nut and 70mm X 32mm EPDM washer - 3 per cell (12 total) Orthos Type C1 3⁄4” NPT Polypropelene diffuser nozzles - Internally coated with approximately 11 Mils of Tnemec Pota-Pox Series 20 beige primer and white finish Water Treatment Plant 36 WTP 36 contains one (1) Horizontal pressure filter, vessel is internally divided into four (4) individual cells, each cell containing the following: BID NO.: 1022-W-115 WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 2 - 108.5 ft3 per cell of 20x40 mesh Oxiplus 75 Pyrolucite filter media - 16.5 ft3 per cell of .80 - 1.20mm Northern Filter Media Torpedo sand - 16.75 ft3 per cell of 1⁄4 x 1⁄8 Northern Filter Media filter support gravel - 16.25 ft3 per cell of 1⁄2 x 1⁄4 Northern Filter Media filter support gravel - 40.5 ft3 per cell of 3⁄4 x 1⁄2 Northern Filter Media filter support gravel - 4” SCH 80 PVC air scour header with 3⁄4” SCH 80 PVC drilled orifice hole type laterals - Apprx. 135 per cell (540 total) Orthos Model K1 with .35mm slots, 1 1⁄4” WW thread, 50mm thread length polypropelene diffuser nozzles with locking nut and 70mm X 32mm EPDM washer - 3 per cell Orthos Type D 3⁄4” NPT Polypropelene diffuser nozzles - Internally coated with approximately 11 Mils of Tnemec Pota-Pox Series 20 beige primer and white finish Media removal, materials delivery, installation, disinfection, and startup shall be completed in accordance with requirements in AWWA B-100 (current edition) and the Important Information Checklist Porvided and must use same or equal materials as what is called for in the original specification (See Attachments A-R). These facilities, including the adsorption vessels are active, for filter vessel layout details (See Attachments A-R). 2.0 DEFINITIONS The following regulatory reference definitions are applicable to the removal, transportation, and disposal of filter media:  Resource Conservation and Recovery Act (RCRA)  Comprehensive Environmental Response, Compensation and Liability Act (CERCLA)  Department of Transportation (DOT) Failure to comply with any of these specifications will possibly result in the revocation of the vendor’s license, or cancellation of the City’s contract. 3.0 GENERAL REQUIREMENTS 3.1 Vendor Qualifications. All bidders on this project must be in the business and have been in the business of maintaining manganese dioxide pressure filters as specified herein for a period of not less than five (5) years and must be able to supply evidence they have completed media removal/replacement services on at least three (3) projects similar to this scope of work within the last ten (10) years. All work to be performed within this contract shall be prevailing wage and benefits. The successful vendor shall commence the work no later than 15 working days from the date of the notice to proceed. The City assumes no responsibility for the condition of existing buildings and structures, nor their continuance in the condition existing at the time of issuance of the contract. No allowance for any change in conditions, which may occur after issuance of the Invitation for Bids, will be made. The City of Rockford reserves the right to reject any or all bids or any part thereof for any reason, to waive any formality, informality or information and errors in the bidding, to accept the bid considered to be in the best interest of the City, or to purchase on the open market if it is considered in the best interest of the City to do so. Failure to submit all requested information may disqualify the bid. WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 3 3.2 Basis of Award. The City will award this contract to the lowest responsive and responsible vendor that is able to meet the requirements and criteria set forth in this document. The City of Rockford may award the contract based on line item categories, by group or as a whole, whichever best serves the interest of the City. On bid tab multiply quantity by unit price for total price per line. Add the total price for each line to get total bid price. 3.3 Contact. Questions regarding the terms of this bid specification shall be directed to Dajana Glisic, Financial Analyst at Dajana.Glisic@rockfordil.gov. Questions shall be received, in writing, until October 26th at 5:00pm; no questions may be submitted after this date. Questions will be answered via addendum no later than October 28th. Any oral communications will be considered unofficial and non-binding. 3.4 Insurance Requirements. Please refer to Bidding and Contract General Conditions, Section 30, for insurance requirements. 3.5 Apprenticeship Requirement. It is the responsibility of the vendor to submit to the City proof that either the vendor and/or subcontractor is currently enrolled in approved apprenticeship program(s) through the Department of Labor. Proof of participation for the plumbing and laborers trades may be required. 3.6 Facility Outage. The adsorption vessels at WTP 42 and WTP 36 are currently active. The City shall be given a minimum of ten (10) working days notice before the proposed shutdown. The shutdown shall not occur without the City’s permission. Only one outage at the facility shall be allowed. 3.7 Protection of Persons and Property. The vendor shall assume and bear all risk of damage to the work, and all risk of any accident, or accidents, from whatsoever cause arising, until the work herein provided for shall be fully completed and accepted by the City. 3.8 Site Security. The vendor shall furnish and erect all temporary fences, sidewalks, barricade covers and other temporary structures necessary for the proper and safe conduct of the work and shall remove all such temporary structures upon the completion of the work under contract, all without additional compensation therefore. The vendor shall have a competent superintendent on the site at all times that work is in progress with full authority to act for him. The facility shall be under the control of the vendor until completion of repairs and filter media removal/replacement activities. 3.9 Building Condition. During the conduct of the media and bedding removal/replacement actions, vendor activities shall not threaten, alter, or affect the structural integrity of the buildings and/or tunnels. Vendors are responsible for completing media and bedding removal/replacement activities in a manner that will not create substantial damage to structures that could potentially be redeveloped or remodeled. Conditions of the structures, and vendor means and methods of work shall be clarified with the City, or its designee, to clarify if such work would create substantial damage that could negatively impact the value of the structures, or their ability to redeveloped or remodeled. 3.10 Liquidated Damages. If the vendor fails to perform the services according to the specifications outlined in the contract, the vendor shall pay the City liquidated damages equal to that of the cost to obtain performance of similar services. The City may terminate this contract in whole or part as provided in the default provisions. In that event, the vendor will be liable for such liquidated damages accruing until such time as the City may reasonably obtain performance of similar services. 3.11 Payment. All work included in these specifications and related necessary tasks to prosecute this work to completion and to the satisfaction of the City of Rockford shall be limited to the total bid price. Vendors must submit dump receipts, manifests, permits, and sampling data (if applicable) for each facility as part of their payment request. WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 4 By submitting a bid and all required bid related documentation, the vendor acknowledges the following:  The vendor has read and understood the project scope of work and scheduling requirements stated in this Specification.  The bid submitted represents a true and fair appraisal to perform comprehensive work in accordance with said project scope of work at Well 42 and Well 36 located in Rockford, Illinois. 4.0 DETAILED SPECIFICATIONS 4.1 Bidders. Each bidder shall be qualified, properly licensed, and bonded to operate the business of a filter media supplier in the City of Rockford. Bidders shall also submit the following:  List any current litigation pending or prior decisions. Notification of any State or Federal (e.g., EPA, DOT, and OSHA) violations or citations or local citations.  Proposed waste transportation and disposal facilities/operators.  A statement by the media vendor in their bid proposal acknowledging that all work shall be performed according to the requirements of this bid specification. The City of Rockford or its designee shall not be held responsible for filter media vendor oversights or under- estimates, or regulatory violations and imposed restrictions related to the performed work. The City of Rockford reserves the right to accept or reject any and all bids, or portions of any bids relating to this Bid Specification for any and all reasons. 4.2 Filter Media Sampling and Analysis. The vendor shall be responsible for all testing required to remove, transport and dispose of filter media and gravel bedding in compliance with these specifications, and all Federal, State, and local regulations. Before the residuals can be removed and disposed, the concentration of total radium (Ra-226 and Ra-228) must be determined. Residuals with total radium concentration less than 200 pCi/g may be disposed in a landfill. Residuals with total radium concentrations greater than 200 pCi/g must be managed as radioactive waste. Before the residuals can be removed and disposed, the concentration of total radium (Ra-226 and Ra-228) must be determined. Residuals with total radium concentration less than 200 pCi/g may be disposed in a landfill. Residuals with total radium concentrations greater than 200 pCi/g must be managed as radioactive waste. The water treatment systems at wells 29 and 45 are designed to remove naturally occurring radium from groundwater. The Pyrolucite filter media will retain some of the radium removed and must be managed in accordance with the regulations of the Illinois Emergency Management Agency which can be found at 32 Illinois Administrative Code 330.40(d). These regulations have established an exempt concentration limit of 200 pCi/g (picocuries per gram) on a dry weight basis. Below this limit, the media may be handled by persons who do not have a radioactive material license provided the provisions of 330.40(d) are complied with. Above this limit, an entity with a radioactive material license authorizing the work to be performed is required Should the radiological testing of the residuals result in a concentration of total radium greater than 200 pCi/g the contractor will be allowed time to secure the necessary support services and revise their proposal. The City reserves the right to terminate the agreement with the selected contractor in accordance with the terms of the contract. WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 5 Contractor shall sample the Pyrolucite filter media prior to removal for the determination of total radium concentration on a dry weight basis. The contractor shall make a composite sample that is representative of the media in all four (4) cells of each filter vessel. Samples shall be taken from each of the four (4) cells of the pressure filter, composited with a representative sample prepared. The two (2) samples shall be sent for radiological analysis at a lab accredited to perform such testing. The analysis should be performed upon receipt (without the ingrowth of daughter products). The sample shall be dried with results reported on a dry weight basis. The analysis results shall be reported to the City. Due to the potential inaccuracy of the analysis upon receipt, if the results are greater than 100 pCi/g dry weight basis a temporary hold may be placed. Contractor shall take reasonable precautions to prevent the release of filter media to the environment and contamination of the facility and grounds. Spills and releases shall be reported to the City. The City may, at its discretion, perform a radiological survey to determine any potential hazard because of contractor actions. The Contractor will be responsible to remediate any contamination resulting from the contractor’s negligence. The contractor shall be paid for the sampling of the filter media and sample analysis. 4.3 Vessel Inspection Report. After removing media and gravel bedding from the cells and cleaning them, the vendor shall visually inspect the interior of the vessel. The findings of the investigations shall be documented in reports, which shall be submitted to the City within five (5) business days for review and approval. Within the report, the vender will detail the current internal conditions of vessel body and internal coatings and provide recommendations for repair if needed. Report shall include text as well as photographs of the inside of the vessel and can be submitted electronically. The report will include, at a minimum, the following items:  Overall condition of the interior of the vessel. Detail should include condition of liners and coatings with photographs and approximate area of unsatisfactory liner/coating coverage (if deterioration of coatings/liner is observed).  Conditions of connecting piping, underdrains, flanges, valves, and connections (backwash, air, utility water, drain/vent, access, etc.) associated with the vessels.  At the end of the project the vendor will provide a supplementary report including a description of all repairs made along with quantities and pictures of the finished work for The Citys records. Upon completion of the vessel inspection and based on the findings during the vessel inspection, additional repairs may be made by existing City of Rockford contracts prior to re-installation of new media and gravel bed. 4.4 Removal of Material. The successful bidder shall remove all filter media, gravel bedding, broken components, rubbish, and waste resulting from the removal work. The bidder shall use an approved disposal site for disposing of all materials. Each bidder shall provide with their bid the location where existing media and gravel will be disposed of in accordance with all applicable state and federal regulations. Proof of transfer and disposal of these materials will be required by means of manifests, load tickets, and/or bills of lading. The bidder shall leave the premises in such condition that it will not constitute any public nuisance, environmental issues, and/or public health and safety threats. Media and bedding removal and disposal shall be in accordance with OSHA, RECRA, CERCLA, EPA, Federal, State and local requirements. The vendor must submit all necessary notices for removal, transportation, and disposal as required by the regulating agencies. WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 6 Vendor shall provide any and all equipment and supplies necessary for the removal of media and bedding from vessels. This could include hoses, attachment fittings, air compressors, lifts, etc. 4.5 Prepping and Painting Interior of Filter Vessel. The contractor shall be responsible for providing labor and materials to mechanically clean, grind, needle scale, or sand blast the the internal surfaces of the vessel, or those areas determined to have rust spots and areas with degraded lining within the vessel. Cleaning and prepping rust areas and areas with degraded lining should be ground to near white metal blast, SSPC-SP10 as much as possible. Existing epoxy lining edges should be feathered and prepped by light grinding or hand sanding to provide a clean adhesion surface for the new lining material. Any sandblasting and coatings shall be performed in a manner compliant with NSF-61. Once all rust, blasting media, and loose lining material is removed, the existing lining prepped and all surfaces to receive new coating are cleaned and dried, the contractor shall paint per the following:  All prepared surfaces shall receive Tnemec Pota-Pox Series 20 Polyamide epoxy coating system to 7.0- 11.0 Mils DFT in strict compliance with manufacturer’s instructions  Prime color: Beige #20-1255 to 3.0-5.0 Mils DFT  Finish Color: White #20-2000 to 4.0-6.0 Mils DFT After the lining is cured, the contractor will complete a spark test (Holiday test) of the repaired lining to determine if any existing defects remain. If defects are found the contractor will repeat the above process in order to remedy any deficiencies found in a manner consistent with manufacturer instructions. Once the vessel lining has passes spark testing the contractor can then proceed with remaining repairs. The above is an alternate bid item to be completed only upon City approval. 4.6 Installation of New Air Scour Laterals. In the event that air lateral replacements are deemed necessary the new laterals provided shall upgraded to have a polypropolene mesh bonded to the lateral to preclude media infiltration into the air lateral system. The air laterals will be manufactured with a mesh system bonded to the air lateral and sized appropriately that media will be unable to pass through. 4.7 Installation of New Media and Gravel Bedding at Water Treatment Plants 42 and 36. New media and gravel being placed into the WTP 42 and 36 vessels shall comply with the requirements included in the media specification attached as (Attachment A, Media Loading). 4.8 Parking Lots, Basement and Foundation. Any sidewalk damaged or removed during the work shall be replaced with temporary concrete or bituminous surface at the vendor’s expense, if applicable. 4.9 Final Grade. Upon completion, disturbed areas must be smoothly graded to match the perimeter if subsurface activities are to occur. Site conditions and cleanliness shall be returned to original conditions prior to project. Any spills or excessive mess requiring cleanup shall be the vendor’s responsibility. 4.10 Priority of Work. Work on Plant 42 must be completed before any work can begin on Plant 36. 4.11 Basis of Payment. All of the work included in these specifications related to, or necessary to complete this work to the satisfaction of the City of Rockford, shall be paid for at the contract pay item bid price. WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT – Page 7 BID FORM WATER TREATMENT PLANT 42 & 36 FILTER MEDIA REPLACEMENT We bid as follows: Quantity Per Unit Price Total Price WTP 42 Filter Vessel Media/Gravel Bed Removal and Reinstallation 1 LS $ $ WTP 36 Filter Vessel Media/Gravel Bed Removal and Reinstallation 1 LS $ $ WTP 42 Underdrain Nozzle Replacement 840 EA $ $ WTP 36 Underdrain Nozzle Replacement 540 EA $ $ WTP 42 Air Scour Assembly Replacement 1 LS $ $ WTP 36 Air Scour Assembly Replacement 1 LS $ $ Filter Media Sampling and Analysis 2 LS $ $ Alternate Option: WTP 42 Sandblast and Paint Interior of Filter Vessel Option 1 LS $ $ Alternate Option: WTP 36 Sandblast and Paint Interior of Filter Vessel Option 1 LS $ $ Alternate Option: WTP 42 Touch Up Prep and Paint Option 8 HRS $ $ Alternate Option: WTP 36 Touch Up Prep and Paint Option 8 HRS $ $ Total Bid: $ Person, Firm or Corporation Authorized Signature and Title BID NO.: 1022-W-115 mmoorman Typewritten text ATTACHMENT A mmoorman Typewritten text ATTACHMENT B

425 E. State Street; Rockford, IL 61104Location

Address: 425 E. State Street; Rockford, IL 61104

Country : United StatesState : Illinois

You may also like

Water Treatment Plant Distribution Header Replacement

Due: 26 Apr, 2024 (Tomorrow)Agency: Town of Rocanville

Foundation for chiller plant unit 300TR

Due: 27 Apr, 2024 (in 1 day)Agency: Munitions India Limited

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.