Waukegan Public Works 2018 Water Plant High Service Pump # 2 Refurbishment - CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF WAUKEGAN DEPARTMENT OF ...

Page created by Keith Washington
 
CONTINUE READING
Waukegan Public Works 2018 Water Plant High Service Pump # 2 Refurbishment - CONTRACT DOCUMENTS AND SPECIFICATIONS CITY OF WAUKEGAN DEPARTMENT OF ...
CONTRACT DOCUMENTS
                  AND
             SPECIFICATIONS

           CITY OF WAUKEGAN
      DEPARTMENT OF PUBLIC WORKS

      Waukegan Public Works
2018 Water Plant High Service Pump # 2
            Refurbishment

            JANUARY 25, 2018
2018 WATER PLANT
                        HIGH SERVICE PUMP # 2 REFURBISHMENT
                                  SPECIFICATIONS

Sealed bids are invited and will be received by the City of Waukegan, at City Hall, 100 ML King Drive,
Waukegan IL 60085-4316 until February 13, 2018, at 10:00 a.m. Central Standard Time (CST) for:

               Water Plant High Service Pump #2
                        Refurbishment
In accordance with the specifications on file in the office of the Public Works Director, this will be made
available to all parties desiring to bid. Bids will be opened in City Hall in the Council Chambers, 100 ML
King Drive, scheduled for 10:00 a.m. CST, February 13, 2018.

A MADATORY PRE-BID will be held on February 7, 2018 from 9:00 am until 10:00 a.m. All prospective
bidders are required to attend. Bidders that do not attend the MANDATORY PRE-BID will have their
bids rejected.

Bids shall be submitted in a sealed envelope, plainly marked on the outside with the name and address of
the bidder and the words:

                Sealed Bid: February 13, 2018
               Water Plant High Service Pump #2
                        Refurbishment
Bids shall be addressed to Janet Kilkelly City Clerk, City of Waukegan 100 ML King Drive, Waukegan
Illinois 60085-4316 and shall be in her hands before 10:00 a.m. CST February 13, 2018.

Bids shall be accompanied by a completed, notarized application form and submitted on the enclosed
proposal form.

Any questions regarding the actual bid should be directed to Brian Andersen 847-599-2687. Electronic
copies of the bid documents and specifications may be obtained by e-mailing a request along with contact
information to brian.andersen@waukeganil.gov

Each bidder, by making a bid to furnish the aforementioned, signifies their intention and good faith to enter
into a contract with the City of Waukegan should they be awarded the bid.

The City Council reserves the right to reject any and all bids and to make an award on those bids which in
its opinion are the most advantageous to the City of Waukegan.

By the order of the City Council of the City of Waukegan.
Janet Kilkelly
City Clerk

1|P age
2018 WATER PLANT
          HIGH SERVICE PUMP # 2 REFURBISHMENT
                    SPECIFICATIONS

2|P age
2018 WATER PLANT
                          HIGH SERVICE PUMP # 2 REFURBISHMENT
                                    SPECIFICATIONS
Full Name of Bidder
______________________________________________________________________________(“Bidder”)
Office Address
_________________________________________________________________________________________
City, State Zip
_________________________________________________________________________________________
Contact Person
_________________________________________________________________________________________
Telephone Number ____________________________________ Fax Number
__________________________________
Email
Address_______________________________________________________________________________________

        TO: City of Waukegan (“City”)
        City Clerk’s Office
        100 N Martin Luther King Jr
        Waukegan, Illinois 60085
        ATTN CITY CLERK Janet Kilkelly

Bidder warrants and represents that Bidder has carefully examined the Work Site described below and has reviewed
and understood all documents included, referred to, or mentioned in this bound set of documents, including
Addenda Nos._____________ [if none, write “NONE”], which are securely stapled to the end of this
Contract/Proposal.

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

                 1.   Labor, Equipment, Materials, and Supplies. Provide, perform, and complete, in the manner
                      specified and described in this Contract/Proposal, all necessary work, labor, services,
                      transportation, equipment, materials, supplies, information, data, and other means and items
                      necessary for the refurbishment of High Service Pump # 2 at the City’s Water Treatment Plant
                      located at 360 E Seahorse Drive, Waukegan, Illinois 60085(“Work Site”);

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

                 3.   Bonds and Insurance. Procure and furnish all bonds and all insurance certificates and policies
                      of insurance specified in this Contract/Proposal;

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

                 5.   Miscellaneous. Do all other things required of Bidder by this Contract/Proposal; and

                 6.   Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike
                      manner, consistent with the standards of recognized professional firms in performing Work of
                      a similar nature, in full compliance with, and as required by or pursuant, to this
                      Contract/Proposal, and with the greatest economy, efficiency, and expedition consistent
                      therewith, with only new, undamaged, and first quality equipment, materials, and supplies.

3|P age
2018 WATER PLANT
                           HIGH SERVICE PUMP # 2 REFURBISHMENT
                                     SPECIFICATIONS
         B. Performance Standards. If this Contract/Proposal is accepted, Bidder proposes, and agrees, that all Work
         shall be fully provided, performed, and completed in accordance with the specifications attached hereto as
         Attachment A and by this reference made a part of this Contract/Proposal.

         C. Responsibility for Damage or Loss. Bidder proposes, and agrees, that Bidder shall be responsible and
         liable for, and shall promptly and without charge to City repair or replace, any damage done to, and any
         loss or injury suffered by, the City, the Work, the Work Site, or other property or persons as a result of the
         Work.

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

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

         A. SCHEDULE OF PRICES For providing, performing, and completing all Work, the sum of products
            resulting from multiplying the number of acceptable units of Unit Price Items listed in Attachment B
            Schedule of Prices incorporated into the Work by the Unit Prices set forth therein.

         B. BASIS FOR DETERMINING PRICES It is expressly understood and agreed that:

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

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

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

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

         C. TIME OF PAYMENT It is expressly understood and agreed that all payments shall be made in
            accordance with the following schedule: Within 45 days from Receipt of Invoice
            All payments may be subject to deduction or setoff by reason of any failure of Bidder to perform under
            this Contract/Proposal. Each payment shall include Bidder's certification of the value of, and partial or
            final waivers of lien covering, all Work for which payment is then requested and Bidder's certification
            that all prior payments have been properly applied to the payment or reimbursement of the costs with
            respect to which they were paid.

4|P age
2018 WATER PLANT
                           HIGH SERVICE PUMP # 2 REFURBISHMENT
                                     SPECIFICATIONS
3. Contract Time Proposal
        A. If this Contract/Proposal is accepted, Bidder proposes, and agrees, that Bidder shall commence the
            Work in MARCH 2018, specific dates to be determined, following the City’s acceptance of this
            Contract/Proposal provided Bidder shall have furnished to the City all bonds and all insurance
            certificates specified in this Contract/Proposal (“Commencement Date”). If this Contract/Proposal is
            accepted, Bidder proposes, and agrees, that Bidder shall perform the Work diligently and continuously
            and shall complete the Work not later than APRIL 30, 2018 (“Time of Performance”). The City may
            modify the Time of Performance at any time upon 15 days prior written notice to the Bidder. Delays
            caused by the City shall extend the Time of Performance; provided, however, that Bidder shall be
            responsible for completion of all Work within the Time of Performance, notwithstanding any strike or
            other work stoppage by employees of either Bidder or of the City.

4. Financial Assurance
        A. Bonds. The contractor shall furnish a satisfactory Performance Bond in the amount of 100% of the
             Contract Price as security for the faithful performance and payment of all of Contractor’s obligations
             under the Contract Documents.

         B.    Insurance. If this Contract/Proposal is accepted, Bidder proposes, and agrees, that Bidder shall provide
              certificates of insurance evidencing the minimum insurance coverages and limits set forth below
              within 10 days following the City’s acceptance of this Contract/Proposal. Such policies shall be in
              form, and from companies, acceptable to the City. The insurance coverages and limits set forth below
              shall be deemed to be minimum coverages and limits and shall not be construed in any way as a
              limitation on Bidder's duty to carry adequate insurance or on Bidder's liability for losses or damages
              under this Contract/Proposal. The minimum insurance coverages and limits that shall be maintained at
              all times while providing, performing, or completing the Work are as follows:
                    1. Workers' Compensation and Employer's Liability Limits shall not be less than:
                    Worker's Compensation: Statutory Employer's Liability:
                             $500,000 ea. accident-injury
                             $500,000 ea. employee-disease
                             $500,000 disease-policy
                             Such insurance shall evidence that coverage applies to the State of Illinois.
                    2. Comprehensive Motor Vehicle Liability
                    Limits for vehicles owned, non-owned or rented shall not be less than:
                             $1,000,000 Bodily Injury and Property
                             Damage Combined Single Limit
                    3. Comprehensive General Liability
                    Limits shall not be less than:
                             $1,000,000 Bodily Injury and Property
                             Damage Combined Single Limit.
                             Coverage is to be written on an “occurrence” basis.
                             Coverage to include:
                             - Premises Operations
                             - Products/Completed Operations
                             - Independent Contractors
                             - Personal Injury (with Employment Exclusion deleted)
                             - Broad Form Property Damage Endorsement
                             - “X,” “C,” and “U”
                             - Contractual Liability
                             Contractual Liability coverage shall specifically include the indemnification set forth
                             below.
                    4. Umbrella Liability
                    Limits shall not be less than:
                             $2,000,000 Bodily Injury and Property
                             Damage Combined Single Limit.

5|P age
2018 WATER PLANT
                           HIGH SERVICE PUMP # 2 REFURBISHMENT
                                     SPECIFICATIONS
                           This Policy shall apply in excess of the limits stated in 1, 2, and 3 above.

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

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

5. Firm Proposal
All prices and other terms stated in this Contract/Proposal are firm and shall not be subject to withdrawal, escalation,
or change provided the City accepts this Contract/Proposal within 60 days after the date this sealed Agreement is
opened.

6. Bidder's Representations and Warranties
In order to induce the City to accept this Contract/Proposal, Bidder hereby represents and warrants as follows:

         A. The Work. The Work, and all of its components, shall strictly conform to the requirements of this
            Contract/Proposal, including, without limitation, the performance standards set forth in Subsection 1B
            of this Contract/Proposal; and shall be fit, sufficient, and suitable for the purposes expressed in, or
            reasonably inferred from, this Contract/Proposal and the warranties expressed herein shall be in
            addition to any other warranties expressed or implied by law, which are hereby reserved unto the City.

         B. Compliance with Laws. The Work, and all of its components, shall be provided, performed, and
            completed in compliance with, and Bidder agrees to be bound by, all applicable federal, state, and local
            laws, orders, rules, and regulations, as they may be modified or amended from time to time, including
            without limitation the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (in furtherance of which, a copy
            of City’s ordinance ascertaining the prevailing rate of wages, in effect as of the date of this
            Contract/Proposal, has been attached as an Appendix to this Contract/Proposal; if the Illinois
            Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate shall apply
            to this Contract); any other prevailing wage laws; any statutes requiring preference to laborers of
            specified classes, including, without limitation, the Employment of Illinois Workers on Public Works
            Act, 30 ILCS 570/0.01 et seq.; any statutes prohibiting discrimination because of, or requiring
            affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited
            classification; and any statutes regarding safety or the performance of the Work. Further, Bidder shall
            have a written sexual harassment policy in compliance with Section 2-105 of the Illinois Human
            Rights Act during the course of the work.

         C. Not Barred. Bidder is not barred by law from contracting with the City or with any other unit of state
            or local government as a result of (i) a delinquency in the payment of any tax administered by the
            Illinois Department of Revenue unless Bidder is contesting, in accordance with the procedures
            established by the appropriate Revenue Act, its liability for the tax or the amount of tax, as set forth in
            65 ILCS 5/11-42.1-1; or (ii) a violation of either Section 33E-3 or Section 33E-4 of Article 33 of the
            Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.

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

6|P age
2018 WATER PLANT
                           HIGH SERVICE PUMP # 2 REFURBISHMENT
                                     SPECIFICATIONS
7. Acknowledgements
In submitting this Contract/Proposal, Bidder acknowledges and agrees that:
        A. Reliance. The City is relying on all warranties, representations, and statements made by Bidder in this
             Contract/Proposal.

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

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

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

        E. Time. Time is of the essence in the performance of all terms and provisions of this Contract/Proposal
           and, except where stated otherwise references in this Contract/Proposal to days shall be construed to
           refer to calendar days and time.

        F.   No Waiver. No examination, inspection, investigation, test, measurement, review, determination,
             decision, certificate, or approval by the City, whether before or after the City’s acceptance of this
             Contract/Proposal; nor any information or data supplied by the City, whether before or after the City’s
             acceptance of this Contract/Proposal; nor any order by the City for the payment of money; nor any
             payment for, or use, possession, or acceptance of, the whole or any part of the Work by the City; nor
             any extension of time granted by the City; nor any delay by the City in exercising any right under this
             Contract/Proposal; nor any other act or omission of the City shall constitute or be deemed to be an
             acceptance of any defective, damaged, or nonconforming Work, nor operate to waive or otherwise
             diminish the effect of any representation or warranty made by Bidder; or of any requirement or
             provision of this Contract/Proposal; or of any remedy, power, or right of the City.

        G. Severability. It is hereby expressed to be the intent of the parties to this Contract/Proposal that should
           any provision, covenant, agreement, or portion of this Contract/Proposal or its application to any
           Person or property be held invalid by a court of competent jurisdiction, the remaining provisions of
           this Contract/Proposal and the validity, enforceability, and application to any Person or property shall
           not be impaired thereby, but the remaining provisions shall be interpreted, applied, and enforced so as
           to achieve, as near as may be, the purpose and intent of this Contract/Proposal to the greatest extent
           permitted by applicable law.

        H. Amendments and Modifications. No amendment or modification to this Contract/Proposal shall be
           effective until it is reduced to writing and approved and executed by the corporate authorities of the
           parties in accordance with all applicable statutory procedures.

        I.   Assignment. Neither this Contract/Proposal, nor any interest herein, shall be assigned or subcontracted,
             in whole or in part, by Bidder except upon the prior written consent of the City.

        J.   Governing Law. This Contract/Proposal shall be governed by, construed, and enforced in accordance
             with the internal laws, but not the conflicts of laws rules, of the State of Illinois.

        K.    Certified Payrolls. Bidder shall, in accordance with Section 5 of the Illinois Prevailing Wage Act, 820
             ILCS 130/5, submit to the City, on a monthly basis, a certified payroll. The certified payroll shall
             consist of a complete copy of those records required to be made and kept by the Prevailing Wage Act.
             The certified payroll shall be accompanied by a statement signed by the Bidder or subcontractor which
             certifies that: (1) such records are true and accurate; (2) the hourly rate paid is not less than the general

7|P age
2018 WATER PLANT
                         HIGH SERVICE PUMP # 2 REFURBISHMENT
                                   SPECIFICATIONS
           prevailing rate of hourly wages required by the Prevailing Wage Act; and (3) Bidder or subcontractor
           is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. A
           general contractor may rely upon the certification of a lower tier subcontractor, provided that the
           general contractor does not knowingly rely upon a subcontractor's false certification. Upon two
           business days' notice, Bidder and each subcontractor shall make available for inspection the records
           required to be made and kept by the Act: (i) to the City, its officers and agents, and to the Director of
           the Illinois Department of Labor and his or hers deputies and agents; and (ii) at all reasonable hours at
           a location within this State.

      L.    Conflicts of Interest. Bidder represents and certifies that, to the best of its knowledge, (1) no elected or
           appointed City official, employee or agent has a personal financial interest in the business of the
           Bidder or in this Agreement, or has personally received payment or other consideration for this
           Agreement; (2) as of the date of this Agreement, neither Bidder nor any person employed or associated
           with Bidder has any interest that would conflict in any manner or degree with the performance of the
           obligations under this Agreement; and (3) neither Bidder nor any person employed by or associated
           with Bidder shall at any time during the term of this Agreement obtain or acquire any interest that
           would conflict in any manner or degree with the performance of the obligations under this Agreement.
           DATED January 25, 2018.

8|P age
2018 WATER PLANT
           HIGH SERVICE PUMP # 2 REFURBISHMENT
                     SPECIFICATIONS

PROPOSAL

                        NAME: ___________________________________________

                         TITLE: ___________________________________________

                COMPANY NAME: ___________________________________________

                      ADDRESS: ___________________________________________

                    CITY/STATE: ___________________________________________

                     PHONE NO: ___________________________________________

                       FAX NO: ___________________________________________

                        E-MAIL: ___________________________________________

9|P age
2018 WATER PLANT
                       HIGH SERVICE PUMP # 2 REFURBISHMENT
                                 SPECIFICATIONS

                     Prospective Bidder Application Form

1. Applicant (Firm or Individual) ___________________________________________________

2. Address ____________________________________________________________________

  Phone(____) _______________________

3. How long have you been in business? _____________________________________________

4. State the general nature of the services you desire to bid upon.
_____________________________________________________________________________________
_____________________________________________________________________________________
________________________________________________________________

5. How long at present address? ___________________________________________________

6. Are you a:   (answer each part "yes" or "no")

                (a) Manufacturer? _________________________________

                (b) Jobber or Dealer? _______________________________

                (c) Authorized Distributor? _________________________

                (d) Factory Representative or Agent? ___________________

7. If incorporated, state date of incorporation _____________ State _______________________

8. List below names and addresses of officers of the Corporation.

10 | P a g e
2018 WATER PLANT
                         HIGH SERVICE PUMP # 2 REFURBISHMENT
                                   SPECIFICATIONS
         Name                             Address                        Title

         _________________                ___________________ __________________

         _________________                ___________________ __________________

         _________________                ___________________ __________________

9. Are you a partnership? ______If so, list name and addresses of all partners.

         Name                             Address                        Title

         _________________                ___________________ __________________

         _________________                ___________________ __________________

         _________________                ___________________ __________________

10. If you are doing business under a trade name, indicate State and County.

         ________________________________________________________________________

         ______________________________________________________________________________
         __________________________________________________________________

11. Average number of employees _________________________________________________

12. Do you share office with any other firm or firms? __________________________________

         If so, give the name of the other firm or firms.

         ________________________________________________________________________

         ______________________________________________________________________________
         __________________________________________________________________

11 | P a g e
2018 WATER PLANT
                       HIGH SERVICE PUMP # 2 REFURBISHMENT
                                 SPECIFICATIONS
13. Do you own and operate a warehouse? _____________________ If answer is yes, give address and
how long

______________________________________________________________________________

14. Have you ever bid on City of Waukegan business under another name? ________________ If answer
is yes, list the name or names

______________________________________________________________________________

15. Give names and addresses of three of your largest customers (Please include Federal, State or City
Government)

                Name                                            Address

                _______________________                         _____________________________

                _______________________                         _____________________________

                _______________________                         _____________________________

16. Bank References

_____________________________________________________________________________________
_____________________________________________________________________________________
________________________________________________________________

                                                            ____________________________________

                                                                                  Signature of Applicant

                                                           _____________________________________

                                                                                                    Title

Sworn before me

This _____________day of ________________ 20____

NOTARY PUBLIC:

12 | P a g e
2018 WATER PLANT
                         HIGH SERVICE PUMP # 2 REFURBISHMENT
                                   SPECIFICATIONS

                                             AFFIDAVIT

State of _________________________________________________

County of ________________________________________________

being first duly sworn, deposes and says:

That he is

         (A partner or officer of the firm of, etc.) _______________________________________

the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or
sham: that said bidder has not colluded, conspired, connived or agreed, directly or indirectly with any
bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or
indirectly, sought by agreement or collusion, or communication or conference, with any person to fix
the bid price of affidavit or of any other bidder, or to fix the overhead, profit or cost element of said bid
price, or of that of any other bidder, or to secure any advantage against the City of Waukegan, Illinois or
any other person interested in the proposed contract; and that all statements in- said proposal or bid
are true.

Signature of Bidder, if bidder is an individual: ________________________________________

Partner, if the bidder is a partnership: _______________________________________________

Officer, if the bidder is a corporation: _______________________________________________

13 | P a g e
2018 WATER PLANT
                     HIGH SERVICE PUMP # 2 REFURBISHMENT
                               SPECIFICATIONS
                               PROPOSAL BID BOND

WE
____________________________________________________________________
________________________________as                            PRINCIPAL                 and
_______________________
_____________________________________________________________                            as
SURETY,
are held firmly bound unto the City of Waukegan in the penal sum of 10% of the total bid
price. We bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly to pay to the City of Waukegan this sum under the conditions of this instrument.
WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the
said PRINCIPAL is submitting a written proposal to the City of Waukegan acting through
its awarding authority for the construction of the work designated as the above section.
THEREFORE, if the proposal is accepted and a contract awarded to the PRINCIPAL by
the City of Waukegan for the above-designated section, and the PRINCIPAL shall within
fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the
faithful performance of the work, and furnish evidence of the required insurance coverage,
all as provided in the “Standard Specifications for Road and Bridge Construction” and
applicable Supplemental Specifications, then this obligation shall become void; otherwise
it shall remain in full force and effect.
IN THE EVENT the City of Waukegan determines the PRINCIPAL has failed to enter into
a formal contract in compliance with any requirements set forth in the preceding
paragraph, then the City of Waukegan acting through its awarding authority shall
immediately be entitled to recover the full penal sum set out above, together with all court
costs, all attorney fees, and any other expense of recovery.
IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused
this instrument to be signed by their respective officers this ____________________ day
of ____________________________ A.D., 20 .

Principal

___________________________________
     ______________________________
         (Company Name)                                         (Company Name)

By: _______________________________                     By:
__________________________
      (Signature & Title)                                       (Signature & Title)

(If PRINCIPAL is a joint venture of two or more contractors; the company names,
and authorized signatures of each contractor must be affixed.)

14 | P a g e
2018 WATER PLANT
                    HIGH SERVICE PUMP # 2 REFURBISHMENT
                              SPECIFICATIONS
                                       SURETY
___________________________________                    By:
__________________________
     (Name of Surety)                                  (Signature of Attorney-in-Fact)

STATE OF __________        ____________)
                                    ) SS
COUNTY OF ________         ____________)

I, _______________________________, a Notary Public in and for said county, do

hereby certify that _______________________________________________________

(Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each
personally known to be the same persons whose names are subscribed to the foregoing
instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person
and acknowledged respectively, that they signed, and delivered said instrument as their
free and voluntary act for the uses and purposes therein set forth.

Given under my hand and notarial seal this ________________ day of ___________
A.D. 20_
My commission expires __________________________.

______________________________________________
           Notary Public

NOTICE

Improper execution of this form (i.e., missing signatures or seals or incomplete
certification) will result in bid being declared irregular.

If bid bond is used in lieu of proposal guaranty check, it must be on this form and must
be submitted with bid.

15 | P a g e
2018 WATER PLANT
                      HIGH SERVICE PUMP # 2 REFURBISHMENT
                                SPECIFICATIONS
CONTRACTOR'S DRUG-FREE WORKPLACE CERTIFICATION

Pursuant to Ill. Rev. State. ch. 127 par. 132.311 et. seq. (“Drug Free Workplace Act”), the
undersigned contractor hereby certifies to the contracting agency that it will provide a drug-free
workplace by:

Publishing a statement:

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

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

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

Abide by the terms of the statement; and

Notify the employer of any criminal drug statute conviction for a violation occurring in the
workplace no later than 5 days after such conviction.

Establishing a drug-free awareness program to inform employees about:

The dangers of drug abuse in the workplace;

The grantee’s or contractor’s policy of maintaining a drug-free workplace;

Any available drug counseling, rehabilitation, and employee assistance program; and

The penalties that may be imposed upon employees for drug violations.

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

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

Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or
rehabilitation program by any employee who is so convicted, as required by Ill. Rev. Stat. ch.
127 par. 132.315.

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

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

16 | P a g e
2018 WATER PLANT
                       HIGH SERVICE PUMP # 2 REFURBISHMENT
                                 SPECIFICATIONS
Failure to abide by this certification shall subject the contractor to the penalties provided in Ill.
Rev. State. ch. 127. par. 132.316.

                                                      ______________________________

                                                                     Contractor

ATTEST: _____________________________________

DATE: ______________________________

17 | P a g e
2018 WATER PLANT
                  HIGH SERVICE PUMP # 2 REFURBISHMENT
                            SPECIFICATIONS
HOLD HARMLESS AGREEMENT
The contractor hereby agrees to indemnify, keep and save harmless the City, its
City Council, agents, officials, and employees against all injuries, judgments,
costs and expenses which may in anywise accrue against the City, its City
Council, agents, officials, and employees in consequence of the granting of this
contract or which may in anywise result therefrom, whether or not it shall be
alleged or determined that the act was caused through negligence or omission of
the contractor or his employees, if any, or of the City, its City Council, agents,
officials, and employees and the contractor shall, at his own expense, appear,
defend and pay all charges of attorneys and costs and other expenses arising
therefrom or incurred against the City, its City Council, agents, officials, and
employees in any such action, and shall at his own expense discharge same.
The contractor expressly understands and agrees that any performance bond or
insurance protection required by this contract, or otherwise provided by
contractor, shall in no way limit the responsibility to indemnify, keep and save
harmless and defend the City, its City Council, agents, officials, and employees
as herein provided.
                                      CONTRACTOR:
                              By:
___________________________________

ATTEST: ___________________________________

                                      Corporate Seal

18 | P a g e
2018 WATER TREATMENT
                          HIGH SERVICE PUMP #2 REFURBISHMENT
                                     SPECIFICATIONS

                           CERTIFICATION OF COMPLIANCE

The undersigned, being first duly sworn on oath, deposes and states that he has the authority to make
this certification on behalf of the bidder,

______________________________________________________________________________

                                             (Name of Company)

(a)      That in connection with this procurement,

         (1) the prices in this bid have been arrived at independently, without consultation,
         communication, or agreement, for the purpose of restricting competition, as to any matter
         relating to such prices with any other bidder or with any competitor;

         (2) the prices which have been quoted in this bid have not been knowingly disclosed by the
         bidder and will not be knowingly disclosed by the bidder prior to opening directly or indirectly to
         any other bidder or to any competitor; and

         (3) no attempt has been made or will be made by the bidder to induce any other person or firm
         to submit or not to submit a bid for the purpose of restricting competition.

(b)      The undersigned further states

         (1) he is the person in the bidder's organization responsible within that organization for the
         decision as to the prices being bid herein and that he has not participated, and will not
         participate, in any action contrary to (a)(1) through (a)(3) above; or

         (2a) he is not the person in the bidder's organization responsible within that organization for the
         decision as to the prices being bid herein but that he has been authorized to act as agent for the
         persons responsible for such decision in certifying that such persons have not participated, and
         will not participate, in any action contrary to (a)(1) through (a)(3) above, and as their agent does
         hereby so certify; and

         (2b) that he has not participated, and will not participate, in any action contrary to (a)(1)
         through (a)(3) above.

19 | P a g e
2018 WATER TREATMENT
                         HIGH SERVICE PUMP #2 REFURBISHMENT
                                    SPECIFICATIONS
(c)      The undersigned certifies that, pursuant to Chapter 720, Sec. 5/33E-11 of the Illinois Compiled
         Statues, 1992, the bidder is not barred from bidding on this contract as a result of a conviction
         for the violation of State of Illinois laws prohibiting bid-rigging or bid-rotating.

(d)      The undersigned certifies that, pursuant to Chapter 65, Sec. 5/11-42.1-1 of the Illinois

         Compiled Statues, 1992, the bidder is not delinquent in the payment of any tax administered by
         the Illinois Department of Revenue.

(e)      It is expressly understood that the foregoing statements, representations, and promises are
         made as a condition to the right of the bidder to receive payment under any award made
         hereunder.

                           Authorized-Signature: ______________________________________________

                           Title: ____________________________________________________________

Sworn before me

This _____________day of ________________ 20____

NOTARY PUBLIC:

20 | P a g e
2018 WATER TREATMENT
                          HIGH SERVICE PUMP #2 REFURBISHMENT
                                     SPECIFICATIONS
                                    Certified Payroll Report
                                    Statement of Compliance
I, ______________________________ Payroll Officer do hereby state:
1.) That I pay or supervise the payment of the persons employed by _____________________ ,
on the City of Waukegan's 2018 Water Treatment High Service Pump # 2 Replacement, that during
the payroll period commencing on ________________and ending on the ___________________, all
persons employed on
said project have been paid the full weekly wages earned, that no rebates have been or will be made either
directly or indirectly to or on behalf of ___________________ from the full weekly wages earned by any
person and that no deductions have been made either directly or indirectly from the full wages earned by
any person, other than permissible deductions as defined in Regulations, part 3 (29 CFR subtitle A) issued
by the secretary of labor under the Copeland Act, as amended (48 stat. 948; 63 Stat. 108; 72 stat. 967;76
stat. 40 U.S.C. 276 C), and described below:
Withholding tax, State tax, Insurance, F.I.C.A., Union, I.R.A.

2.) That any payrolls otherwise under this contract required to be submitted for the above period are
correct and complete; that the wage rate for laborers or mechanics contained therein are not less than the
applicable wage rates contained in any wage determination incorporated into this contract; that the
classifications set forth therein for each laborer or mechanic conform with the work performed.

3.) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship
program registered with a state apprenticeship agency recognized by the Bureau of Apprenticeship and
Training, United States Department of Labor, or if no such agency exists in a state, are registered with the
Bureau of Apprenticeship and Training United States Department of Labor.

4.) That:
Where fringe benefits are paid to approved plans, funds or programs in addition to the basic hourly wage
rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits
as listed in the contract have been or will be made to appropriate programs for the benefit of such
employees except as noted in section 4 ( c )below.

Where fringe benefits are paid in cash
Each laborer or mechanic listed in the above listed in the above referenced payroll has been paid, as
indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the
amount of the required fringe benefits as listed in the contract, except as noted in section 4( c) below.

         (c) Exceptions
Exceptions (craft)                                        Explanation
____________________________                              _____________________________

___________________________                               _____________________________

Name and Title: _______________________________

_____________________________________________
(Signature)

21 | P a g e
2018 WATER TREATMENT
                         HIGH SERVICE PUMP #2 REFURBISHMENT
                                    SPECIFICATIONS
The willful falsification of any of the above statements may subject the contractor or subcontractor to
civil or criminal prosecution. See section 1001 of title 18 and section 231 of title 31 of the United States
code.

                                           END OF SECTION

22 | P a g e
2018 WATER TREATMENT
                           HIGH SERVICE PUMP #2 REFURBISHMENT
                                      SPECIFICATIONS
                                              ATTACHMENT A
                                            GENERAL CONDITIONS

    1.   DEFINITIONS
         As used herein: "Contractor" means the person or organization undertaking to do the work required by
         the Contract Documents; "Owner" means City of Waukegan; "Work" means all or any part of the
         performance of the Contractor, the Contractor's agents and subcontractors, pursuant to, and whether or
         not in compliance with this specification; and "By Others" shall mean performance by persons or parties
         other than the Contractor.

         Anything mentioned in the specifications, or reasonably implied, shall be furnished and performed as
         though specially shown and mentioned. Should anything necessary to a clear understanding of the Work
         be omitted specifications, or should any error appear in the various instruments furnished or in work to
         be done by other contractors affecting the Work included in this specification the Contractor shall notify
         the Owner. If Contractor fails to give such notice, the Contractor shall make good any damage or defect
         caused thereby.

    2.   SAFETY AND HEALTH REGULATIONS
         Personal safety equipment is to be furnished by and worn by all Contractor and subcontractor
         employees as follows:
         a) Compliance with the Construction Industry and the General Industry provisions of the
         Occupational Safety and Health Act of 1970 is required in all cases.
         b) Contractors and subcontractors shall comply with all provisions relating to their particular
         assignment.
         c) The delivery and use of equipment in the construction site shall comply with all provisions
         relating to the particular piece of equipment regarding guards, operation, air contamination, hazardous
         materials, fire protection, and material handling.
         d) Contractor will familiarize himself and his employees with the Water Treatment Plant's safety
         procedures including Electrical safety, Lock Out/Tag Out, Hazardous materials, and Confined Space
         Entry and coordinate his work with Plant personnel so as to comply with these rules.

    3.   ASSIGNMENT AND SUBCONTRACTING OF WORK
         Work shall neither be assigned nor subcontracted in whole or in part by the Contractor without the
         Owner's prior written consent. Although approved by the Owner, the Contractor shall be solely
         responsible for the direction and performance of his subcontractors.

    4.   PROTECTION OF PROPERTY AND PERSONNEL
         Contractor shall furnish, erect, and maintain all railings, barricades, shields, lights, warning signs, etc.,
         required to protect personnel from hazards of excavations, falling objects, general hazards, etc.

    5.   FIRE PROTECTION
         The Contractor shall provide adequate fire protection in the Work area, particularly where burning or
         welding is done. No burning or welding shall be performed without adequate notice thereof to the
         Owner.

    6.   PARKING
         Employees and representatives of Contractor and any subcontractors, while on the Owner's property,
         shall park private cars where directed by the Owner.

    7.   REMOVAL OF MATERIAL AND REFUSE

23 | P a g e
2018 WATER TREATMENT
                           HIGH SERVICE PUMP #2 REFURBISHMENT
                                      SPECIFICATIONS
         When Work is completed, the Contractor, at his own expense, shall remove from the premises all
         tools, excess material, refuse, etc., arising from the Work under this specification. On a daily basis, the
         contractor shall leave the premises in a clean and orderly condition.

    8.   EXECUTION
         a) The Work will include three phases: Phase 1 includes all work for the removal and transport of
            the Pump #2 rotating assembly from the City’s Water Plant to shop. Phase 2 includes all shop
            work such as machining, balancing, reassembly of the rotating assembly of Pump #2. Phase 3
            includes all work for the transport to the City’s Water Plant, installation and test run of completed
            Pump #2.
         b) The Work shall be carried on with diligence and dispatch in a manner satisfactory to the Owner,
            without interference to the Owner's operations and in cooperation with other Contractors.
         c) The Contractor shall comply with all applicable laws, rules and regulations of local, state, or
            national governmental bodies and agencies; and all codes and standards, whether governmental or
            otherwise, applying to work of the type performed by the Contractor.
         d) Sequence of operation. See under Special Conditions section.

    9.   STORAGE OF TOOLS, EQUIPMENT, AND MATERIALS
    Contractor shall safeguard and store at the Contractor's own risk, tools, equipment, and materials so as not
    to interfere with Owner's operations and shall furnish locked receptacles, tool boxes, and containers
    suitably marked to indicate ownership. The Owner will not be responsible for any loss of such items.

    10. COMPLETION AND ACCEPTANCE
    The Work shall be properly completed to the satisfaction of the Owner or the Owner's authorized
    representative as a condition precedent to acceptance by the Owner. The Owner shall not be obligated to
    make final payment until the Work has been accepted. Such acceptance, however, shall not release the
    Contractor under said guarantee.

    11. SUPERVISION
    The Contractor shall furnish competent personnel to constantly supervise and coordinate the Work. As far
    as is possible, the Contractor shall keep the same supervision and workmen throughout the project
    duration.

    12. EXTRA WORK
    No extra work will be permitted except under prior written authority from the Owner.

    13. PAYMENTS
    Payments to the Contractor will be made by the Owner by bank draft. Final payment will be made thirty-
    one (31) days after completion of all Phases and acceptance by the Owner's Representative of the
    completed Contract. No final payment will be due until the Contractor has certified to the Owner's
    Representative that materials, labor and services involved in each payment have been paid for. Payment
    will be withheld in whole or in part to protect the Owner on the basis of claims filed by subcontractors or
    material suppliers against the Contractor or such claims of which the Owner has reasonable notice as to
    their existence.

    Payment will be based on the following elements:

PHASE 1
Work at City’s Water Treatment Plant

         1. Mobilization

24 | P a g e
2018 WATER TREATMENT
                          HIGH SERVICE PUMP #2 REFURBISHMENT
                                     SPECIFICATIONS
         2. Removal of pump rotating assembly from the City’s Water Plant. Includes decoupling from
            motor, removal of complete rotating assembly and bearings, and physical removal of assembly for
            inspection and / or refurbishment at machine shop.

PHASE 2
      Shop work at contractor’s facility

         1. Disassemble blast and clean rotating assembly. Detail as found conditions in a report to Owner.
         2. Replace shaft with new manufactured unit of 416 Stainless Steel.
         3. Install Owner supplied Shaft Sleeves.
         4. Furnish and install new shaft bearings.
         5. Furnish and install new shaft sleeve nuts; casing wear rings; and casing bushings from ASTM
            A743 Type CA40 material.
         6. Sandblast to SSPC SP 10/NACE 2 Standards and recoat interior and exterior of upper pump head.
            3 coats of Tnemec Series L140F shall be used (primer coat white 5-7 mils, intermediate coat beige
            5-7 mils, finish coat blue 5-7 mils).
         7. Inspect / clean / repair / machine / balance impeller assembly. Include new gaskets, stainless steel
            bolts and nuts, and consumables.

PHASE 3
      Work at City’s Water Treatment Plant

         1. Reassemble, reinstall, reconnection of pump and motor assemblies Include gaskets, stainless steel
            bolts and nuts, and consumables.
         2. 72 Hour Proof Run, de-mobilize. Include new gaskets, stainless steel bolts and nuts, and
            consumables.

Each line item is to include all labor, tools, equipment and transport to perform the tasks identified.

                                      END OF GENERAL CONDITIONS

25 | P a g e
2018 WATER TREATMENT
                         HIGH SERVICE PUMP #2 REFURBISHMENT
                                    SPECIFICATIONS
                                            ATTACHMENT A
                                          SPECIAL CONDITIONS

    1. FORM OF SPECIAL PROVISIONS: Omissions of words or phrases such as "the contractor shall,"
       "in conformance with," "shall be," "as noted on the plans," "according to the plans," "a," "the," and
       "all" are intentional, and the Contractor must supply omitted words or phrases by inference.

    2. MINOR WORK: Any minor work not specifically mentioned in the specifications, but necessary for
       the proper completion of the work, shall be part of and included in the contract. The Contractor shall
       not be entitled to extra or additional compensation for the same.

    3. CONTRACT TERM: This work will occur March 1, 2018 thru April 30, 2018.

    4. WORKING DAYS: Normal work hours at the Plant are Monday through Friday 6:30 a.m. through
       4:00 p.m. At the Contractor's discretion with advance approval of the Water Utilities Superintendent
       (and subject to City noise ordinance restrictions) work hours can be extended beyond the normal work
       hours. Weekend work may be performed by advance, mutual consent of Contractor and Water
       Utilities Superintendent [see 8.d below]. Except for such work as may be required to properly
       maintain lights and barricades, no work will be permitted on federal holidays.

    5. CONSTRUCTION SAFETY: The Contractor shall take all precautions necessary to protect the
       general public and workmen from hazards within the limits of the worksite. All openings shall be
       fenced or otherwise secured (locked) at all times when work is not in progress. Contractor's machinery
       will be locked and secured when Contractor is not on premise. Encroachment onto the roadway will
       be avoided. Any such encroachment will be protected by appropriately lighted barricades.

    6. TIME CONSTRAINTS: Plant Operation interruptions: continued water production will take
       precedence over this WORK.

    7. CITY PROVIDES:
          a. Power: 480 VAC 3 Phase available. Contact Water Treatment Plant for specifics.
          b. Water: Potable water, garden hose with RPZ protection. For larger water source requirements
             contact Plant.
          c. Inspection: City personnel will be on-site and inspect all contract work and operate City
             equipment (pumps, valves, etc.)
          d. Toilet facility
          e. Operator supervision: minimum 8 hours per day, five days per week. Arrangements may be
             made for extended hours. See Paragraph 4 above, "WORKING DAYS")
          f. Access to Crane for transferring rotating assembly from Pump Floor to overhead door at
             grade level
          g. Shaft sleeves

    8. CONTRACTOR PROVIDES:
         a. Equipment:
                  i. Crane
                 ii. Hand and power tools
               iii. Conveying device (to roll-off box)
                iv. Transportation of pump components to and from Contractor’s Shop
                 v. Balancing of rotating assembly
                vi. Stripping and coating
         b. Manpower labor
         c. Performs all electrical and mechanical connections.

26 | P a g e
2018 WATER TREATMENT
                           HIGH SERVICE PUMP #2 REFURBISHMENT
                                      SPECIFICATIONS
               d. Chemicals as needed.
               e. Repairs, spare and consumable parts for Contractor's equipment (See Paragraph 4).
               f. Refuse disposal: Refuse will be removed in a suitable container to be transported for proper
                  disposal by Contractor.
               g. Transportation of all necessary equipment to and from the City's Water Plant
               h. Shop work for refurbishment and repair of components and assemblies.
               i. Cleanup: Contractor will maintain assigned work areas in a clean and neat manner with daily
                  clean-up and a thorough clean-up at job's end.

    9. WARRANTY: Contractor will complete the WORK within the agreed-upon time. Contractor shall
       provide a 1 year warrantee on all workmanship, parts and labor at no additional cost to the City.
       Warrantee to commence after successful completion of 72 hour Proof Run. (See 11. Sequence of
       Operations)

    10. REFERENCES: Contractor will furnish a minimum of three references, preferably from water
        treatment plants, which ideally, are using similar vertical turbine pump arrangement.

    11. SEQUENCE OF OPERATIONS: There are six horizontal split case High Service Pumps at the
        Water Plant. These pumps pump treated potable water from the Water Treatment Plant to the City’s
        distribution system. The Plant operates 24 / 7 and therefore these High Service Pumps are critical to
        the proper operation of the Plant. This Project entails the refurbishment of one of the six High Service
        Pumps.

         The Work entails all work associated with the removal, rehabilitation, re-installation of the rotating
         assembly, and testing of High Service Pump #2. Pump #2 must be fully and completely operational
         and accepted before proceeding with demobilization. A successful completion of a 72 hour Proof Run
         without issue is required for acceptance. Failure of any portion of the pump during the 72 hour
         Proof Run shall constitute restarting the 72 hour time clock.

Original configuration is as follows:

PUMP 2 MOTOR DATA

         Ideal Electric Induction Motor, SN 257915, Type AP, HP 250, RPM 1774, Volts 4160, Amps 30.8,
         Duty Cont, Frame 587-S

         PUMP DATA, Allis Chalmers, SN 17540, Type SH, Size 10x8, GPM 3500 @ 210 Ft Head

                                        END OF SPECIAL CONDITIONS

27 | P a g e
2018 WATER TREATMENT
                                   HIGH SERVICE PUMP #2 REFURBISHMENT
                                              SPECIFICATIONS

                                                     ATTACHMENT B
                                                   SCHEDULE OF PRICES
                                                        BASE BID

    Service                       PHASE 1        PHASE 2      PHASE 3            Unit Price               Extension

1   Mobilization                      1             N/A         N/A

    Removal of Pump
2   Rotating Assembly                 1              X           N/A

    Disassembly cleaning and
    inspection of Rotating
    Assembly; blasting &
3   coating of upper casing         N/A              1          N/A

    Pump Bearing Machining
4   & Replacement                   N/A              1          N/A

    Shaft nuts; wear rings; &
5   casing bushings                 N/A              1          N/A

    Shaft Replacement,
6   cleaning, polishing             N/A              1          N/A

7   Assembly balancing              N/A              1          N/A

    Reinstallation of Rotating
    Assembly and 72 hour
8   Proof Run                       N/A             N/A           1

    Contingency (applied by
9   CITY)                             X              1            X              $10,000.00              $10,000.00

                                                                                              Total

           Total Extended Cost (in words): _________________________________________Dollars and_______Cents

           Please provide hourly rate for shop manhours
    SHOP HOURLY RATE                                / Hr

                                                    END ATTACHMENT B

           28 | P a g e
2018 WATER TREATMENT
                     HIGH SERVICE PUMP #2 REFURBISHMENT
                                SPECIFICATIONS

               ACKNOWLEDGMENT OF
                    ADDENDA

The undersigned acknowledges receipt of the following Addenda to the 2018 Water Treatment
Plant High Service Pump # 2 Refurbishment Project.

Addendum Number                           Date Received
________________                          __________________

________________                          __________________

________________                          __________________

Respectfully Submitted,

Contractor:    __________________________________________________________

By:            __________________________________________________________

Title:         __________________________________________________________

Address:       __________________________________________________________

               __________________________________________________________

29 | P a g e
2018 WATER TREATMENT
                        HIGH SERVICE PUMP #2 REFURBISHMENT
                                   SPECIFICATIONS

ACCEPTANCE

The Contract/Proposal attached hereto and by this reference incorporated herein and made a part hereof is
hereby accepted by the order of the City of Waukegan (“City”) this _____________ day of
___________________, 2018.
This Acceptance, together with the Contract/Proposal attached hereto, constitutes the entire and only
agreement between the parties relating to the accomplishment of the Work and the compensation
therefore and supersedes and merges any other prior or contemporaneous discussions, agreements, or
understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or
conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard
form used by the parties in the performance of the Contract/Proposal. Any such contradictory or
inconsistent terms or conditions shall be deemed objected to by the City without further notice of
objection and shall be of no effect nor in any circumstances binding upon the City unless accepted by the
City in a written document plainly labeled “Amendment to Agreement.” Acceptance or rejection by the
City of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any
other contradictory or inconsistent terms or conditions.

ATTEST:                                          CITY OF WAUKEGAN

By:_________________________                     By:______________________

Print Name:______________________________                Sam Cunningham, Mayor

Title:____________________________________

30 | P a g e
You can also read