64
1 SPECIFICATIONS AND CONTRACT DOCUMENTS For 2010 FIRE HYDRANT PAINTING FOR THE VILLAGE OF WESTCHESTER Required For Use By: VILLAGE OF WESTCHESTER Westchester, Illinois 60154 CONTRACTOR’S CERTIFICATION - BID PROPOSAL MUST BE EXECUTED AND NOTARIZED BID PROPOSAL MUST BE EXECUTED AND NOTARIZED BIDS TO BE EXECUTED ON PROVIDED FORMS ONLY ALL SIGNATURES TO BE SWORN BEFORE A NOTARY PUBLIC CONTRACT PERIOD: June 15, 2010 to August 15, 2010 BID DEPOSIT: Five Percent (5%) of total bid DRAWINGS: None BID OPENING-DATE/TIME/LOCATION: May 25, 2010 / 10:00 AM VILLAGE HALL BOARD ROOM 10300 Roosevelt Road Westchester, Illinois 60154

2010 fire hydrant painting bid packet lead (4)V3UPDATED

Embed Size (px)

Citation preview

1

SPECIFICATIONS AND CONTRACT DOCUMENTS

For 2010 FIRE HYDRANT PAINTING

FOR THE VILLAGE OF WESTCHESTER

Required For Use By:

VILLAGE OF WESTCHESTER Westchester, Illinois 60154

• CONTRACTOR’S CERTIFICATION - BID PROPOSAL

MUST BE EXECUTED AND NOTARIZED

• BID PROPOSAL MUST BE EXECUTED AND NOTARIZED

• BIDS TO BE EXECUTED ON PROVIDED FORMS ONLY

• ALL SIGNATURES TO BE SWORN BEFORE A NOTARY PUBLIC

CONTRACT PERIOD:

June 15, 2010 to August 15, 2010

BID DEPOSIT:

Five Percent (5%) of total bid

DRAWINGS:

None

BID OPENING-DATE/TIME/LOCATION:

May 25, 2010 / 10:00 AM

VILLAGE HALL BOARD ROOM 10300 Roosevelt Road Westchester, Illinois 60154

2

LEGAL NOTICE

REQUEST FOR BIDS Notice is hereby given that the Village of Westchester is seeking bids for Fire Hydrant

Painting. The Scope of Services to be performed under the Contract Documents in general

consists of fire hydrant painting for approximately 950 red fire hydrants and 10 yellow fire

hydrants, including removal of existing paint, primer, paint, protection of area, and clean up. The

fire hydrants are at various locations throughout the Village of Westchester and the work is to be

done in accordance with specifications currently on file and which may be picked up in the front

office at the Village of Westchester Village Hall, located at 10300 Roosevelt Road, Westchester,

Illinois 60154 or at www.westchester-il.org. Completed bids are due in the office of the

Westchester Village Hall no later than 10:00 a.m. on May 25, 2010, where said bids will be

opened and publicly recorded. The Village of Westchester reserves the right to reject any or all

bids or to accept any bid which, in its judgment, will be in the best interest of the public. No bid

shall be withdrawn after opening of bids without the consent of the Village of Westchester,

Westchester, Illinois, for a period of sixty (60) days. Only bids responsive to the provisions of

the specifications will be considered.

3

VILLAGE OF WESTCHESTER REQUEST FOR PROPOSAL FOR FIRE HYDRANT PAINTING

Preparation and Submission of Bids

The Village of Westchester (the "Village") will accept proposals until 10:00 A.M., Tuesday May 25, 2010 at which time and place all bids received will be opened and read aloud. All bid packages shall be submitted in duplicate on forms provided by the Village of Westchester and shall include all costs according to the contract form. Sealed bids (which will include the entire bid package) shall be endorsed with the name and address of the bidder and clearly marked "Proposal for 2010 Fire Hydrant Painting". All bids shall be submitted in a sealed envelope Village Manager

, mailed or delivered to:

Village of Westchester 10300 Roosevelt Road Westchester, Illinois 60154 All blank spaces for bid prices, unit costs and alternatives must be completed and signed in ink. Unsigned bid packages will be rejected. In case of a corporation, the title of the officer signing shall be stated. In case of a partnership, the signature of at least one of the partners shall follow the firm name, using the term "member of firm." In case of an individual, use the term "doing business as ___________________________" or "sole owner". Bid packages which are incomplete, conditional or obscure, by reason of additions not called for, erasures, alterations or irregularities of any kind, may be rejected by the Village as being informal bids. By submitting a bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village of any damages that the Village may thereby suffer. Bidders may attach separate sheets to the Proposal Form

for the purpose of explanation. Exceptions or alternate proposals will be accepted.

The Village of Westchester is soliciting bids from interested and qualified contractors with the capability of providing fire hydrant painting for 950 red fire hydrants and 10 yellow fire hydrants, including paint removal, primer, paint, protection of area, and clean up. It is the intent of the Village to review the qualifications of interested firms and to negotiate with the best qualified contractor to provide fire hydrant painting in accordance with the specifications stated herein.

Purpose

Prices are to be computed on a per hydrant basis. Payment will be made on actual number of fire hydrants painted as verified by a Village of Westchester employee. The Village of Westchester, an Illinois municipality, is exempt from all city, state, and federal sales and excise taxes.

Prices

4

Bidders will provide contact information on provided sheets including name of main contact, email if available, mailing address, and phone number. The Village will use this information for all contact with bidder, including answers of questions and notification of award.

Bidder's Contact Information

All bids shall be accompanied by a bid deposit in the amount of 5% of the total proposal price. Bid deposits shall be in the form of a certified check or cashier’s check drawn on a responsible bank doing business in the United States and shall be made payable to the Village of Westchester.

Bid Deposit

The bid deposit of all except the three lowest bidders on each contract will be returned within twenty (20) calendar days after the opening of the bids. The remaining bid deposits on each contract will be returned, with the exception of the accepted bidder, after the contract is awarded. The bid deposit of the accepted bidder will be returned after acceptance by the Village of satisfactory performance bond where such bond is required or completion of contract where no performance bond is required.

Bidders will familiarize themselves with the specifications and conditions which will affect the completion of the Contract. All interested bidders must attend a pre-bid meeting and tour on May 20, 2010 at 10:00 AM in the Board Room at the Westchester Village Hall, 10300 Roosevelt Road, Westchester, Illinois. Any and all questions will be answered at that time and

Pre-bid Meeting

that time only

.

If a bidder claims a mistake in its bid, the bid may be withdrawn in accordance with this section without payment of damages to the Village of Westchester as provided in the terms of a bid bond or other bid security, provided the bidder claiming the mistake demonstrates to the Village of Westchester with competent and reliable evidence:

Mistakes

1) that the claimed mistake is related to a material feature of the contract;

2) that the mistake would have serious, material consequences to the bidder such that enforcement of a contract would be unconscionable;

3) that the mistake occurred not withstanding the exercise of reasonable care by the bidder; and

4) that the bidder has raised the claim of a mistake without delay in order to prevent the Village of Westchester from altering its position in such a manner that loss to the Village of Westchester would occur.

During the bidding period, the Village reserves the right to notify the prospective bidders of any changes that may be made covering the bid documents.

Amendments to Specifications

5

Bidder must complete and submit the attached reference form which includes the name, address and telephone number of a minimum of three (3) professional references including municipal references for similar type of proposed maintenance performed within the past two (2) years.

Required References and Experience

Any bidder who does not submit a proposal is requested to return bid documents, stating the reason for failure to submit thereon, and requesting that the bidder's name be retained on the Village's mailing list, if desired. Bidders not submitting proposals may otherwise be removed from the bid mailing list.

Return of Bid Documents

No bid shall be accepted from, or contract awarded to, any person, firm, or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is in default, as surety or otherwise, upon any obligation to the Village or has failed to perform faithfully any previous contract with the Village.

Competency of Bidder

All material and workmanship shall in every respect be in accordance with that which in the opinion of the Village or its authorized agent, is in conformity with the intent of the documents. Wherever the specifications or other contract documents, or the directions of the Village or its authorized representative admit of doubt as to what is permissible, and/or fail to note the quality of any work, that interpretation will be made by the Village Manager or his authorized representative to meet the particular requirements of the Contract.

Standards

If and whenever in the specifications a brand name, make, name of manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of product only. Basis of AwardThe Village reserves the right to reject any and all bids, to waive all technicalities or to accept the bid or any part thereof which is determined to be in the best interest of the Village.

The Village shall notify all bidders of acceptance or rejection within 30 days from the bid submittal date.

Notice of Acceptance

The contractor shall procure and maintain, for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors.

Insurance

Coverage shall be at least as broad as: Minimum Scope of Insurance

6

A. Insurance Services Office Commercial General Liability occurrence form CG 0001 with the member named as additional insured, on a form at least as broad as the attached sample endorsement including ISO Additional Insured Endorsement CG 2010 (Exhibit A) Pre-2004 version, CG 2026 (Exhibit B) Pre-2004 version

.

B. Insurance Service Office Business Auto Liability coverage form number CA 0001, Symbol 01 “Any Auto.” C. Workers’ Compensation as required by the Workers’ Compensation Act of the State of Illinois and Employers’ Liability insurance. D. Environmental Impairment/Pollution Liability Coverage for pollution incidents as a result of a claim for bodily injury, property damage or remediation costs from an incident at, on or migrating beyond the contracted work site. Coverage shall be extended to Non-Owned Disposal sites resulting from a pollution incident at, on or migrating beyond the site; and also provide coverage for incidents occurring during transportation of pollutants.

Contractor shall maintain limits no less than the following, if required under above scope: Minimum Limits of Insurance

A. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, and property damage and $1,000,000 per occurrence for personal injury. The general aggregate shall be twice the required occurrence limit. Minimum General Aggregate shall be no less than $2,000,000 or a project/contract specific aggregate of $1,000.000. B. Business Automobile Liability: $1,000,000 combined single limit per accident for Bodily injury and property damage. C. Workers’ Compensation and Employers’ Liability: Workers’ Compensation Coverage with statutory limits and Employers’ Liability limits of $500,000 per accident. D. Environmental Impairment/Pollution Liability: $1,000,000 combined single limit per occurrence for bodily injury, property damage and remediation costs.

Any deductibles or self-insured retentions must be declared to and approved by the Village of Westchester. At the option of the Village of Westchester, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the Village of Westchester, its officials, agents, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses.

Deductibles and Self-Insured Retentions

The policies are to contain, or be endorsed to contain, the following provision: Other Insurance Provisions

1. The Village of Westchester, its officials, agents, employees and volunteers are to be General Liability and Automobile Liability Coverages

7

Covered as additional insureds as respects: liability arising out of the Contractor’s Work, including activities performed by or on behalf of the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Village of Westchester, its officials, agents, employees and volunteers. 2. The Contractor’s insurance coverage shall be primary as respects the member, its officials, agents, employees and volunteers. Any insurance or self-insurance maintained by the member, its officials, agents, employees and volunteers shall be in excess of Contractor’s insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village of Westchester, its officials, agents, employees and volunteers. 4. The Contractor’s insurance shall contain a Severability of Interests/Cross Liability clause or language stating that the Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. 5. If any commercial general liability insurance is being provided under an excess or umbrella liability policy that does not “follow form,” then the Contractor shall be required to name the Village of Westchester, its officials, agents, employees and volunteers as additional insureds. 6. All general liability coverages shall be provided on an occurrence policy form. Claims-made general liability policies will not be accepted.

The insurer shall agree to waive all rights of subrogation against the Village of Westchester, its officials, agents, employees and volunteers for losses arising from work performed by Contractor.

Worker’s Compensation and Employers’ Liability Coverage

Each insurance policy required by this clause shall be endorsed to state that the coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to the Village of Westchester.

All Coverages

Insurance is to be placed with insurers with a Best’s rating of no less than A-, VII and licensed to do business in the State of Illinois.

Acceptability of Insurers

Verification of CoverageContractor shall furnish the Village of Westchester with certificates of insurance naming the Village of Westchester, its officials, agents, employees and volunteers as additional insureds (Exhibit E), and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized

8

by that insurer to bind coverage on its behalf. The certificates and endorsements may be on forms provided by the Village of Westchester and are to be received and approved by the member before any work commences. The attached additional Insured Endorsement (Exhibit F) shall be provided to the insurer for its use in providing coverage to the additional insured. Other additional insured endorsements may be utilized, if they provide a scope of coverage at least as broad as the coverage stated on the attached endorsement, such as ISO Additional Insured Endorsements CG 2010 (Exhibit B). The Village of Westchester reserves the right to request full certified copies of the insurance policies and endorsements.

Contractor shall include all subcontractors an insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

Subcontractors

The contractor assumes liability for all injury to or death of any person or persons including employees of the contractor, any sub-contractor, any supplier or any other person and assumes liability for all damage to property sustained by any person or persons occasioned by or in any way arising out of any work performed pursuant to this agreement.

Assumption of Liability

II. To the fullest extent permitted by law, the Contractor hereby agrees to defend, indemnify and hold harmless the Village of Westchester, its officials, agents and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in any way accrue against the Village of Westchester, its officials, agents and employees, arising from the negligence or willful conduct in the performance of this work by the Contactor or its employees. The Contractor shall, at its own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefore or incurred in connections therewith , and, if any judgment shall be rendered against the Village of Westchester, its officials, agents and employees, in any such action, the Contractor shall, at its own expense, satisfy and discharge the same.

INDEMNITY/HOLD HARMLESS

The Contractor expressly understands and agrees that any performance bond or insurance policies required by this contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village of Westchester, its officials, agents and employees as herein provided. III. The Contractor shall provide written confirmation that a safety/loss prevention program was in place at least 90 days prior to submitting its bid proposal.

SAFETY/LOSS PREVENTION

The Contractor shall comply with all applicable law, regulations, and rules promulgated by any Federal, State, County, Municipal and/or other governmental unit or regulatory body now in effect or which may be in effect during the performance of the work. Included within the scope of the laws, regulations and rules referred to in this paragraph but in no way to operate as a

Regulatory Requirements

9

limitation, are Occupational Safety & Health Act (OSHA), Illinois Department of Labor (IDOL), Department of Transportation, all forms of traffic regulations, public utility, Intrastate and Interstate Commerce Commission regulations, Workers’ Compensation Laws, Prevailing Wage Laws, the Social Security Act of the Federal Government and any of its titles, the Illinois Department of Human Rights, Human Rights Commission, or EEOC statutory provisions and rules and regulations.

Required by the Illinois Fair Employment Practices Commission as a material term of all public contracts:

Equal Opportunity Clause

EQUAL EMPLOYMENT OPPORTUNITY In the event of the Contractor's noncompliance with any provision of this Equal

Employment Opportunity clause, the Illinois Fair Employment Practices Act or the Fair Employment Practices Commission's Rules and Regulations for Public Contracts, the contractor may be declared not responsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulations.

During the performance of this contract, the Contractor agrees as follows: (1) That, it will not discriminate against any employee or applicant for employment

because of race, color, religion, sex, national origin or ancestry; and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such under utilization.

(2) That, if it hires additional employees in order to perform this contract, or any portion

hereof, it will determine the availability (in accordance with the Commission's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not under-utilized.

(3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it

will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry.

(4) That, it 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 such labor organization or representative of the contractor's obligations under the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Fair Employment Practices

10

Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder.

(5) That, it will submit reports as required by the Illinois Fair Employment Practices

Commission's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts.

(6) That, it will permit access to all relevant books, records, accounts and work sites by

personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to ascertain compliance with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts.

(7) That, it will include verbatim or by reference the provisions of paragraphs 1 through 7

of this clause in every performance subcontract as defined in Section 2.10 (b) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor; and that it will also so include the provisions of paragraphs 1, 5, 6 and 7 in every supply subcontract as defined in Section 2.10 (a) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition, no contractor will utilize any subcontractor declared by the Commission to be not responsible and therefore ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.

With respect to the two types of subcontractors referred to under paragraph 7 of the Equal

Employment Opportunity Clause above, following is an excerpt of Section 2 of the FEPC's Rules and Regulations for Public Contracts:

"Section 2.0

. The term "Subcontract" means any agreement, arrangement or understanding, written or otherwise between a contractor and any person (in which the parties do not stand in the relationship of an employer and an employee):

(a) for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements, which, in whole or in part, is utilized in the performance of any one or more contracts; or

(b) under which any portion of the contractor's obligation under any one or more

contracts is performed, undertaken or assumed."

All wages paid by the CONTRACTOR shall be in compliance with the Prevailing Wage Act Prevailing Wage (Contract)

11

(820 ILCS 130/0.01 et seq.), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The prevailing wage rates for Cook County for March 2010 are attached hereto marked as Exhibit “A” and made a part hereof. If the Department of Labor revises the wage rates, the revised rate shall apply to this AGREEMENT and the CONTRACTOR will not be allowed additional compensation on account of said revisions. The CONTRACTOR shall make and keep, for a period of not less than three (3) years, records of all laborers, mechanics, and other workers employed by them on the PROJECT; the records shall include each worker’s name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The CONTRACTOR shall submit monthly, in person, by mail, or electronically a certified payroll to the VILLAGE. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the CONTRACTOR that:

a. such records are true and accurate; b. the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and c. the CONTRACTOR is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor.

Upon two (2) business days’ notice, the CONTRACTOR shall make available for inspection the records to the VILLAGE, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the VILLAGE or the Department of Labor.

The successful bidder awarded a contract shall be required to register with the Village of Westchester on attached document (Exhibit G). The bond and insurance requirements of this contract will take precedence over the requirements on the contractor’s registration sheet. Contractor will be responsible for registration fees. Registration will be valid until the end of the calendar year. Any additional work done for residents will require fulfillment of the separate insurance and bond requirements listed on the contractor’s registration sheet.

Contractor’s Registration

The successful bidder awarded a contract shall furnish the Village of Westchester a performance and payment bond with good and sufficient sureties in the full amount of the contract as the penal sum. (See the Public Construction Bond Act [30 ILCS 550].) The surety shall be acceptable to the Village of Westchester, shall waive notice of any changes and extensions of time, and shall submit its bond on the form furnished by the Village of Westchester.

Contract Bond

Time is of the essence in this Contract. Any failure on the part of the Contractor to comply with the Default of Contractor

12

conditions and specifications hereof, or to fail to complete this Contract in the time specified in the Contract, shall be reason for cancellation or termination of this Contract. The Village may, upon ten (10) days written notice to the Contractor of its default hereunder, proceed to cancel the Contract, re-bid it or let it to any reasonable alternate contractor. If the Village cancels the Contract, re-bids the Contract or lets the Contract to a reasonable alternate contractor, the Contractor shall be reimbursed for all work performed prior to date of termination, less any additional costs incurred by the Village to have the services performed which were to have been performed by the Contractor.

The Contractor is specifically denied the right of using in any form or medium the name of the Village for public advertising unless express permission is granted by the Village.

Use of Village's Name

The Contractor shall not be permitted to store vehicles and/or equipment on any Village property nor use the Village offices without the express written consent of the Village.

Use of Village Facilities

The successful Contractor shall NOT assign, transfer, convey, sublet or otherwise dispose of said contract, or his right, title or interest in or to same, or any part thereof, without previous consent in writing from the Village.

Assignment

13

VILLAGE OF WESTCHESTER BID SPECIFICATIONS AND CONTRACT FOR FIRE HYDRANT PAINTING The undersigned ("Contractor") agrees to provide to the Village of Westchester, an Illinois municipal corporation, hereinafter referred to as the "Village," Fire Hydrant Painting conforming to the following detailed specifications with such exceptions or modifications, as are herewith set forth, in accordance with the terms and conditions set forth herein and in the "Request for Proposal". Introduction The Village of Westchester is issuing a Request For Proposal (RFP) that contains two Alternate Bid Requests (Alternate A and Alternate B). These Alternate bids are for the surface preparation, priming, and re-painting of 960 fire hydrants within the Village limits (950 red hydrants and 10 yellow hydrants). The fire hydrants have been identified as containing lead paint. Appendix H of this bid packet contains the laboratory report confirming the presence of lead paint on the fire hydrant surfaces. This RFP is requesting that bidders provide pricing for Alternate A, Alternate B, or both as presented below. The Village, after reviewing the bids for each alternate, reserves the right to select either Alternate A or Alternate B or neither at its sole discretion. The winning bid will be the lowest responsible and responsive bid of either Alternate A or Alternate B. The objective of these specifications is to provide the material and workmanship necessary to produce a quality coating system on the fire hydrants within the Village of Westchester.

Project Location There are 960 fire hydrants within the Village of Westchester limits that will require lead paint removal, priming, and re-painting. Hydrant locations will include main streets, neighborhood streets and service drives. Proper traffic control will be required at all times.

Alternate A

Sandblasting to bare metal, Priming, and Re-Painting of Fire Hydrants The Contractor will follow the recommendations for surface preparation protocol SSPC-SP6 as outlined in the Surface Preparation section of the Paint Specifications provided in this bid packet.

Coating System Surface Preparation Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 Solvent Cleaning. The CONTRACTOR shall abrasive blast clean all surfaces to remove all rust, mil scale and existing paint on the entire hydrant in accordance with the Society of Professional Coatings Commercial Blast Clean for steel (SSPC-SP6) for steel, which includes containment and proper disposal of the lead paint.

14

General. The existing fire hydrant coatings contain lead and may also contain other toxic metals. This specification provides the requirements for containment and for the protection of the public, and the environment from exposure to harmful levels of toxic metals that may be present in the paint being removed or repaired. The Contractor shall take necessary precautions to protect the public from the inhalation or ingestion of dust or debris from the operations, and is responsible for the clean-up of all spills of waste at no additional cost to the Village of Westchester.

The Contractor shall comply with the requirements of this Specification and all applicable Federal, State, and Local laws, codes, and regulations, including, but not limited to the regulations of the United States Environmental Protection Agency (USEPA), Occupational Safety and Health Administration (OSHA), and Illinois Environmental Protection Agency (IEPA). The Contractor shall comply with all applicable regulations even if the regulation is not specifically referenced herein. If a Federal, State, or Local regulation is more restrictive than the requirements of this Specification, the more restrictive requirements shall prevail.

Paint All material shall be brought to the job site in the original sealed and labeled containers of the paint manufacturer and shall be subject to inspection by the Village. The CONTRACTOR shall submit to the Village, immediately upon completion of the job, certification from the paint manufacturer indicating that the quantity of each coating purchased was sufficient to coat all surfaces in accordance with the specifications and manufacturer’s recommendations. No substitutions for the primer or paint are permissible. Prime Coat- Sherman Williams Kem Kromik Universal Metal Primer Before any rusting occurs, the CONTRACTOR shall apply one coat of Sherman Williams Kem Kromik Universal Metal Primer to all surfaces to achieve a wet film thickness recommended by the manufacturer (listed on the primer specification sheet- Appendix I). All peaks in the surface profile shall be thoroughly coated. Top Coat- Sherman Williams Sea Guard 1000 The CONTRACTOR shall use Sherman Williams Sea Guard 1000. No substitutions allowed. The CONTRACTOR shall coat all surfaces to achieve a wet film thickness recommended by the manufacturer (listed on the paint specification sheet- Appendix J). 950 hydrants will be painted red and 10 hydrants will be painted yellow. 2nd Top Coat- Sherman Williams Sea Guard 1000 Apply a second top coat after the manufacturer’s recommended drying time to provide complete coverage, as needed. The need for a 2nd top coat will be determined by visual inspection and achieving the manufacturer’s recommended dry film thickness. The CONTRACTOR shall apply paint in strict accordance with the applicable manufacturer’s printed data sheet and container label outlining recommended minimum and maximum surface and air temperatures required for application. Paint shall not be applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85%.

No paint shall be applied when it is expected that the relative humidity will exceed 85% and/or the air temperature will drop below recommended levels within 12 hours after paint application. Dew or

15

moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until certain that the surfaces are dry. Painting should be completed well in advance of the probable time of day when condensation will occur in order to permit the film an appropriate drying time prior to the formation of moisture on the surface.

The coating shall be applied at the specified thickness. If the specified thickness is not obtained, an additional coat(s) of paint shall be applied. Wet film thickness shall be measured in accordance with current ASTM D4414-95, “Standard Practice for Measurement of Wet Film Thickness by Notched Gages”. Dry film thickness shall be measured in accordance with current SSPC PA2, “Dry Paint Thickness with Magnetic Gauges”.

Proper protection of the surface adjacent to the hydrants is required to prevent abrasion or coloring. Preventative actions must be taken to prevent blast material and paint over-spray from damaging adjacent property and vehicles.

Traffic Control/Job Site Control Proper traffic control shall be used in all situations.

Proper protection of pedestrian and vehicular traffic is required. All claims of negligence in painting and/or blasting will be resolved by the CONTRACTOR prior to final payment.

The Contractor agrees to defend, indemnify and hold harmless, the Village of Westchester, of and from any and all claims or judgments and all and any loss, cost, damage or expense, including attorney's fees, arising out of the negligent and/or willful and wanton performance of the work by the contractor and or any work performaed in violation of any and all applicable Federal, State, and Local laws, codes, and regulations, including, but not limited to the regulations of the United States Environmental Protection Agency (USEPA), Occupational Safety and Health Administration (OSHA), and Illinois Environmental Protection Agency (IEPA).

Containment/Disposal Requirements Existing paint systems containing lead and/or other heavy metals require compliance with environmental safety and health regulations during surface preparation procedures. Refer to applicable federal, station and local regulations prior to proceeding.

When required by federal, state or local regulation, the entire hydrant shall be enclosed and surface preparation debris contained. Refer to SSPC-GUIDE 6 (CON), “Guide for Containing Debris Generated During Paint Removal Operations”.

Refer to SSPC-GUIDE 7 (DIS). All surface preparation debris must be disposed of in accordance with federal, state and local regulations.

As part of this contract, the CONTRACTOR shall arrange and pay for all containment, tests, permits, transportation and disposal of all waste resulting from the surface preparation of these hydrants in strict accordance with Illinois Environmental Protection Agency (IEPA) regulations. Copies of all documentation required by IEPA regulations shall be submitted to the Village for verification prior to submission of the CONTRACTOR’S request for final payment.

Submittals The CONTRACTOR shall submit a signed Proposal, qualifications statement, minimum of three

16

(3) performance references of similar projects completed within the past three (3) years, proposed project schedule, paint manufacturer, a list of current projects and note any deviations to the specifications.

Evaluation of Proposal The VILLAGE will evaluate the proposals based upon price, qualifications, reference check, and the ability to meet the schedule.

Alternate B

Power Tool Cleaning, Priming, and Re-Painting of Fire Hydrants

The Contractor will follow the recommendations for surface preparation protocol SSPC-SP3 as outlined in the Surface Preparation section of the Paint Specifications provided in this bid packet.

Coating System

Surface Preparation Before power tool cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 Solvent Cleaning.

The CONTRACTOR shall power tool clean surfaces to remove loose and chipped rust, mil scale and existing paint on the fire hydrant in accordance with the Society of Professional Coatings Power Tool Clean for steel (SSPC-SP3), which includes:

Vacuum-Shrouded Power Tool Cleaning within Containment (SSPC-Class 3P) The Contractor shall utilize power tools equipped with vacuums and High Efficiency Particulate Air (HEPA) filters. This containment is in addition to ground coverage to be installed within 10 ft. (3m) in all directions of the hydrants being cleaned.

General. The existing fire hydrant coatings contain lead and may also contain other toxic metals. This specification provides the requirements for containment and for the protection of the public, and the environment from exposure to harmful levels of toxic metals that may be present in the paint being removed or repaired. The Contractor shall take necessary precautions to protect the public from the inhalation or ingestion of dust or debris from the operations, and is responsible for the clean-up of all spills of waste at no additional cost to the Village of Westchester.

The Contractor shall comply with the requirements of this Specification and all applicable Federal, State, and Local laws, codes, and regulations, including, but not limited to the regulations of the United States Environmental Protection Agency (USEPA), Occupational Safety and Health Administration (OSHA), and Illinois Environmental Protection Agency (IEPA). The Contractor shall comply with all applicable regulations even if the regulation is not specifically referenced herein. If a Federal, State, or Local regulation is more restrictive than the requirements of this Specification, the more restrictive requirements shall prevail.

Paint All material shall be brought to the job site in the original sealed and labeled containers of the

17

paint manufacturer and shall be subject to inspection by the Village. The CONTRACTOR shall submit to the Village, immediately upon completion of the job, certification from the paint manufacturer indicating that the quantity of each coating purchased was sufficient to coat all surfaces in accordance with the specifications and manufacturer’s recommendations. Prime Coat- Sherman Williams Kem Kromik Universal Metal Primer Before any rusting occurs, the CONTRACTOR shall apply one coat of Sherman Williams Kem Kromik Universal Metal Primer to all surfaces to achieve a wet film thickness recommended by the manufacturer (listed on the primer specification sheet-Appendix I). All peaks in the surface profile shall be thoroughly coated. Top Coat- Sherman Williams Sea Guard 1000 The CONTRACTOR shall use Sherman Williams Sea Guard 1000. No substitutions allowed. The CONTRACTOR shall coat all surfaces to achieve a wet film thickness recommended by the manufacturer (listed on the paint specification sheet- Appendix J). 950 hydrants will be painted red and 10 hydrants will be painted yellow. 2nd Top Coat- Sherman Williams Sea Guard 1000 Apply a second top coat after the manufacturer’s recommended drying time to provide complete coverage, as needed. The need for a 2nd top coat will be determined by visual inspection and achieving the manufacturer’s recommended dry film thickness. The CONTRACTOR shall apply paint in strict accordance with the applicable manufacturer’s printed data sheet and container label outlining recommended minimum and maximum surface and air temperatures required for application. Paint shall not be applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85%.

No paint shall be applied when it is expected that the relative humidity will exceed 85% and/or the air temperature will drop below recommended levels within 12 hours after paint application. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until certain that the surfaces are dry. Painting should be completed well in advance of the probable time of day when condensation will occur in order to permit the film an appropriate drying time prior to the formation of moisture on the surface.

The coating shall be applied at the specified thickness. If the specified thickness is not obtained, an additional coat(s) of paint shall be applied. Wet film thickness shall be measured in accordance with current ASTM D4414-95, “Standard Practice for Measurement of Wet Film Thickness by Notched Gages”. Dry film thickness shall be measured in accordance with current SSPC PA2, “Dry Paint Thickness with Magnetic Gauges”.

Proper protection of the surface adjacent to the hydrants is required to prevent abrasion or coloring. Preventative actions must be taken to prevent blast material and paint over-spray from damaging adjacent property and vehicles.

Traffic Control/Job Site Control Proper traffic control shall be used in all situations.

18

Proper protection of pedestrian and vehicular traffic is required. All claims of negligence in painting and/or blasting will be resolved by the CONTRACTOR prior to final payment.

The Contractor agrees to defend, indemnify and hold harmless, the Village of Westchester, of and from any and all claims or judgments and all and any loss, cost, damage or expense, including attorney's fees, arising out of the negligent and/or willful and wanton performance of the work by the contractor and or any work performaed in violation of any and all applicable Federal, State, and Local laws, codes, and regulations, including, but not limited to the regulations of the United States Environmental Protection Agency (USEPA), Occupational Safety and Health Administration (OSHA), and Illinois Environmental Protection Agency (IEPA).

Containment/Disposal Requirements Existing paint systems containing lead and/or other heavy metals require compliance with environmental safety and health regulations during surface preparation procedures. Refer to applicable federal, station and local regulations prior to proceeding.

When required by federal, state or local regulation, the entire hydrant shall be enclosed and surface preparation debris contained. Refer to SSPC-GUIDE 6 (CON), “Guide for Containing Debris Generated During Paint Removal Operations”.

Refer to SSPC-GUIDE 7 (DIS). All surface preparation debris must be disposed of in accordance with federal, state and local regulations.

As part of this contract, the CONTRACTOR shall arrange and pay for all containment, tests, permits, transportation and disposal of all waste resulting from the surface preparation of these hydrants in strict accordance with Illinois Environmental Protection Agency (IEPA) regulations. Copies of all documentation required by IEPA regulations shall be submitted to the Village for verification prior to submission of the CONTRACTOR’S request for final payment.

Submittals The CONTRACTOR shall submit a signed Proposal, qualifications statement, minimum of three (3) performance references of similar projects completed within the past three (3) years, proposed project schedule, paint manufacturer, a list of current projects and note any deviations to the specifications.

Evaluation of Proposal The VILLAGE will evaluate the proposals based upon price, qualifications, reference check, and the ability to meet the schedule. OTHER NOTES APPLICABLE TO BOTH ALTERNATES A AND B The proposal must be itemized for Alternates A and/or B, listing the cost for each fire hydrant and a total cost. The Village of Westchester has approximately 960 hydrants which need painting; please be aware that there are hydrants located on private property which will need to be painted (these are included in the total 960 hydrants). HOURS OF WORK: No work shall be performed prior to 7:00 a.m. and shall be completed by 4:00 p.m. Normal working days shall be Monday through Friday. No work will be allowed

19

without prior written permission from Village officials on Saturdays, Sundays, and Village Holidays. The CONTRACTOR must provide the Village written documentation to warranty each fully completed fire hydrant for a minimum of five (5) years for deterioration of paint product. Upon inception and completion of the project all painting/priming materials are to be visually inspected and approved by the Village of Westchester's Water Superintendent or his designee. The CONTRACTOR is responsible for clean-up of material from the sidewalk, driveway, surrounding paved area, turf and/or landscaping. All material from operations shall be removed from the site and from the Village of Westchester the same day it is placed. No debris is to remain in the street or on the sidewalk overnight. Under NO circumstances will debris be left on the parkway over the weekend unless otherwise specified by the Public Works Department. The CONTRACTOR shall provide protection to any sidewalk, driveway, paved area, turf and/or landscaping so spray primer/paint material does not discolor said sidewalk, driveway, paved area, turf and/or landscaping.

The CONTRACTOR is responsible for (2) two additional attempts to remove paint, prime and paint any fire hydrants that are passed over due to a hazard preventing the crew from completing work during normal progress (i.e. car parked too close). The CONTRACTOR shall notify the Village of Westchester Public Works Water Superintendent before the end of each day regarding any hydrants that are passed over due to hazards. RESTORATION: The CONTRACTOR shall take all necessary precautions to eliminate damage to trees, grounds, driveways, streets, curbs, sidewalk, structures, and utilities on or adjacent to the work site. Any damage shall be reported in writing to the property owner and the Public Works Department office located at 10300 Roosevelt Road Westchester, IL. 60154, on the day of the occurrence. Any damage shall be repaired at the CONTRACTOR'S expense within ten (10) days of the occurrence (unless demonstrable reason for a delay can be shown with the consent of the Public Works Department). Should the damage not be rectified within the agreed time or to the satisfaction of the Public Works Department, the Village reserves the right to repair or replace that which was damaged and assess the CONTRACTOR with such costs as may be reasonable and related to the damage caused by the CONTRACTOR and deduct these costs from any payment due the CONTRACTOR. Failure may be cause for termination of the Contract. The CONTRACTOR is responsible to provide at all times, adequate traffic/pedestrian control per the Manual for Uniform Traffic Control Devices requirements. This shall include, but is not limited to, Public Works and/or Police Department notification of road closures, installation of signs, barricades, fencing, etc., protecting all hazards. The CONTRACTOR shall arrange to keep sidewalks open for traffic when possible. Signs or cones must be properly used if closing sidewalks.

20

The CONTRACTOR will provide 48 hours notice to the Public Works Department prior to commencing any work. This notice will provide the dates and locations of the work being done, in order for the Public Works Department to provide notification that may be necessary and to conduct an inspection upon completion of the work.

The CONTRACTOR will also provide notification to the Village of Westchester of any accidents, injuries, or complaints by the general public to allow the department to follow-up on these matters. The Village reserves the right, at its discretion, to stop work or disallow payment for any work performed where the proper safety precautions were not being observed. The CONTRACTOR shall comply with all OSHA requirements.

The CONTRACTOR must submit at least three (3) references for work done in the past 2 years. The successful bidder will be notified of such by the Public Works Department, at which time a Contract will need to be executed. It is the bidder’s responsibility to become familiar with the Village’s contract.

21

SPECIFICATIONS FOR THE REMOVAL, CONTAINMENT AND DISPOSAL OF LEAD PAINT

Description. This work shall consist of the removal measures, containment, collection, transportation and disposal of lead paint waste associated with the Westchester Fire Hydrant repainting project. Lead waste requiring containment and control includes, but is not limited to, old paint, spent abrasives, corrosion products, mill scale, dirt, dust, grease, oil, salts, and water used for cleaning the surface of existing lead coatings prior to overcoating. These specifications are written with the assumption that the Contractor, at a minimum, will follow the minimum recommendations for surface preparation protocol SSPC-SP2 (Hand tool cleaning) as outlined in the Surface Preparation section of the Paint Specifications provided in this bid packet. Submittals. The Contractor shall submit for review and acceptance the following drawings and plans for accomplishing the work. The submittals shall be provided within 30 days of execution of the contract unless given written permission by the Village of Westchester, or the project Engineer, to submit them at a later date. Work cannot proceed until the submittals are accepted by the Village of Westchester or its project Engineer. Details for each of the plans are presented within the body of this specification. The Contractor shall also maintain on site, copies of the standards and regulations referenced herein (list provided in appendix 1).

a) Containment Plans. The containment plans shall include drawings, equipment specifications, and calculations (tarp size, adhesive used to affix the tarp to the fire hydrants, HEPA shrouded instruments.) The plans shall include copies of the manufacturer's specifications for the containment materials and equipment that will be used to accomplish containment.

b) Lead Waste Management Plan. The Lead Waste Management Plan shall address all aspects of waste handling, temporary storage, testing, hauling and disposal. Include the names, addresses, and a contact person for the proposed licensed waste haulers and disposal facilities. Submit the name and qualifications of the laboratory proposed for Toxicity Characteristic Leaching Procedure (TCLP) analysis. If the use of abrasive additives is proposed, provide the name of the additive, the premixed ratio of additive to abrasive being provided by the supplier, and a letter from the supplier of the additive indicating IEPA acceptance of the material. Note that the use of any steel or iron based material, such as but not limited to grit, shot, fines, or filings as an abrasive additive is prohibited.

c) Contingency Plan. The Contractor shall prepare a contingency plan for emergencies including fire, accident, failure of power, failure of dust collection system, failure of supplied air system or any other event that may require modification of standard operating procedures during lead removal. The plan shall include specific procedures to ensure safe egress and proper medical attention in the event of an emergency.

When the Village of Westchester or its Engineer accepts the submittals, the Contractor will receive written notification. The Contractor shall not begin any work until the Village of Westchester or its Engineer has accepted the submittals. The Contractor shall not construe Village of Westchester or Engineer acceptance of the submittals to imply approval of any

22

particular method or sequence for conducting the work, or for addressing health and safety concerns. Acceptance of the plans does not relieve the Contractor from the responsibility to conduct the work according to the requirements of Federal, State, or Local regulations, this specification, or to adequately protect the health and safety of all workers involved in the project and any members of the public who may be affected by the project. The Contractor remains solely responsible for the adequacy and completeness of the programs and work practices, and adherence to them. Quality Control (QC) Inspections. The Contractor shall perform first line, in process QC inspections of all environmental control and waste handling aspects of the project to verify compliance with these specification requirements and the accepted drawings and plans. The Contractor shall use a report form supplied by the Village of Westchester or its Engineer to record the results of the inspections. The completed reports shall be turned into the Village of Westchester or its Engineer before work resumes the following day. Contractor QC inspections shall include, but not be limited to the following:

• Proper installation and continued performance of the containment system(s) in accordance with the approved drawings.

• Visual inspections of emissions into the air and verification that the cause(s) for any unacceptable emissions is corrected.

• Visual inspections of spills or deposits of contaminated materials into the water or onto the ground, pavement, soil, or slope protection. Included is verification that proper cleanup is undertaken and that the cause(s) of unacceptable releases is corrected.

• Proper implementation of the waste management plan including laboratory analysis and providing the results to the Village of Westchester or its Engineer within the time frames specified herein.

• Proper implementation of the contingency plans for emergencies. The personnel providing the QC inspections shall poses current SSPC-C3 certification or equal, including the annual training necessary to maintain that certification (SSPC-05 or equal), and shall provide evidence of successful completion of 2 projects of similar or greater complexity and scope that have been completed in the last 2 years. Proof of initial certification and the current annual training shall also be provided. Quality Assurance (QA) Observations. The Village of Westchester or its Engineer will conduct QA observations of any or all of the QC monitoring inspections that are undertaken. The presence or activity of Village or Engineer observations in no way relieves the Contractor of the responsibility to provide all necessary daily QC inspections of its own and to comply with all requirements of this Specification. Containment Requirements. The Contractor shall install and maintain containment systems surrounding the work for the purpose of controlling emissions of dust and debris according to the requirements of this specification. The containment (tarp) shall be folded up and stabilized in the event of sustained winds of

23

40 mph (64 kph) or greater and all materials and equipment secured. Containment for the cleaning operation of this contract is defined as follows:

• The containment system shall maintain the work area free of visible emissions of dust and debris according to all provisions of this Specification, with no debris permitted outside of the regulated area at any time. All debris within the regulated area and within the containment shall be collected at the completion of the paint removal process for any single fire hydrant, and properly stored in sealed containers. Cleaning shall be accomplished by HEPA vacuuming.

The containment systems shall comply with the specified SSPC Guide 6 classifications as presented in Table 1 for the method of paint removal utilized.

The Contractor shall take appropriate action to avoid personnel injury or damage to the hydrants from the installation and use of the containment system. If the Village of Westchester or its Engineer determines that there is the potential for damage caused by the installed containment system, the Contractor shall take appropriate action to correct the situation. In addition to complying with the specific containment requirements in Table 1 for each method of removal, the Contractor shall provide and maintain coverage over the ground in the areas to be cleaned. This coverage shall be capable of catching and containing surface preparation media, paint chips, and paint dust. The containment materials shall be cleaned of loose material prior to relocation or dismantling. Acceptable methods of cleaning include HEPA vacuuming, and/or wet wiping. If paint chips or dust is observed escaping from the containment materials during moving, all associated operations shall be halted and the materials and components re-cleaned. The containment systems shall also meet the following requirements: The Contractor shall attach containment materials around and under the work area to catch and contain abrasive and waste materials in the event of an accidental escape from the vacuum shroud. This containment is in addition to the ground covers specified earlier. a) Vacuum-Shrouded Power Tool Cleaning within Containment (SSPC-Class 3P)

The Contractor shall utilize power tools equipped with vacuums and High Efficiency Particulate Air (HEPA) filters. This containment is in addition to the ground covers specified earlier and shall be installed within 10 ft. (3m) of the areas being cleaned.

b) Power Tool Cleaning without Vacuum, within Containment (SSPC-Class 2P)

When the use of power tools without vacuum attachments is authorized by the Village of Westchester or its Engineer, the Contractor shall securely install flooring (tarp) around the work area to capture and collect all debris that is generated. Containment beneath the work shall be within 10 ft. (3m) of the areas being cleaned, and is in addition to the

24

ground covers specified earlier. Environmental Controls and Monitoring. The Contractor shall prepare and submit to the Village of Westchester or its Engineer for review and acceptance, an Environmental Monitoring Plan. The purpose of the plan is to address the observations and equipment monitoring undertaken by the Contractor to confirm that project dust and debris are not escaping the containment into the surrounding air, soil, and water. a) Soil and Water. Containment systems shall be maintained to prevent the escape of

paint chips, abrasives, and other debris into the water, and onto the ground, soil, slope protection, and pavements. Releases or spills of, paint chips, abrasives, dust and debris that have become deposited on surrounding property, structures, equipment or vehicles, and bodies of water are unacceptable. If there are inadvertent spills or releases, the Contractor shall immediately shut down the emissions-producing operations, clean up the debris, and change work practices, modify the containment, or take other appropriate corrective action as needed to prevent similar releases from occurring in the future.

At the conclusion of paint removal from any single fire hydrant at a minimum, the work area on top of and below containment, including ground tarpaulins, shall be inspected to verify that paint debris is not present. If debris is observed, it shall be removed by hand and HEPA-vacuuming. With the ground tarpaulins, debris should be protected from accidental release by securely covering the waste, folding the waste into the ground tarps, or by other acceptable methods. Prior to commencing work the next day, the debris from the folded ground tarps shall be removed.

Upon project completion, the ground and surrounding area in and around the project site are considered to have been properly cleaned if paint chips, paint removal media (e.g., spent abrasives), fuel, materials of construction, litter, or other project debris have been removed, even if the material being cleaned was a pre-existing condition.

b) Visible Emissions. The Contractor shall conduct observations of visible emissions and

releases on an ongoing daily basis when dust-producing activities are underway, such as paint removal, clean up, waste handling, and containment dismantling or relocation. Note that visible emissions observations do not apply to the fine mist that may escape through permeable containment materials when wet methods of preparation are used. Visible emissions in excess of SSPC Guide 6, Level 1 (1% of the workday) are unacceptable. In an 8-hour workday, this equates to emissions of a cumulative duration no greater than 4.8 minutes (288 seconds). This criterion applies to scattered, random emissions of short duration. Sustained emissions from a given location (e.g., 1 minute or longer), regardless of the total length of emissions for the workday, are unacceptable and action shall be initiated to halt the emission.

If unacceptable visible emissions or releases are observed, the Contractor shall immediately shut down the emission-producing operations, clean up the debris, and

25

change work practices, modify the containment, or take other appropriate corrective action as needed to prevent similar releases from occurring in the future.

Regulated Areas. Physically demarcated regulated area(s) shall be established around exposure producing operations at the OSHA Action Level for the toxic metal(s) present in the coating. The Contractor shall provide all required protective clothing and equipment for personnel entering into a regulated area. Unprotected street clothing is not permitted within the regulated areas. Hygiene Facilities/Protective Clothing/Blood Tests. The Contractor shall provide clean lavatory and hand washing facilities according to OSHA regulations and confirm that employees wash hands, forearms, and face before breaks. The facilities shall be located at the perimeter of the regulated area in close proximity to the paint removal operation. The Contractor shall make available to all project personnel a base line and post project blood level screening determined by the whole blood lead method, utilizing the Vena-Puncture technique. This screening shall be made available every month for the duration of the project. The Contractor shall provide project personnel with all required protective clothing and equipment, including disposal or cleaning. Clothing and equipment includes but is not limited to disposable coveralls with hood, booties, disposable surgical gloves, hearing protection, and safety glasses. The protective clothing and equipment shall be provided and maintained on the job site for the exclusive, continuous and simultaneous use by the personnel. This equipment shall be suitable to allow inspection access to any area in which work is being performed. Site Emergencies. a) Stop Work. The Contractor shall stop work at any time the conditions are not within

specifications and take the appropriate corrective action. The stoppage will continue until conditions have been corrected. Standby time and cost required for corrective action is at the Contractor's expense. The occurrence of the following events shall be reported in writing to the Village of Westchester or its Engineer and shall require the Contractor to automatically stop lead paint removal and initiate clean up activities.

• Breaks or rips in containment tarps. • Visible emissions in excess of the specification tolerances. • Serious injury within the containment area. • Fire or safety emergency • Respiratory system failure.

b) Contingency Plans and Arrangements. The Engineer will refer to the contingency plan

for site specific instructions in the case of emergencies.

The Contractor shall prepare a contingency plan for emergencies including fire,

26

accident, failure of power, failure of dust collection system, failure of supplied air system or any other event that may require modification of standard operating procedures during lead removal. The plan shall include specific procedures to ensure safe egress and proper medical attention in the event of an emergency. The Contractor shall post the telephone numbers and locations of emergency services including fire, ambulance, doctor, hospital, police, power company and telephone company on clean side of personnel decontamination area. A copy of the contingency plan shall remain with the Contractor during cleaning operations and during the time the Contractor's personnel are at the site under this contract. The Contractor shall designate the emergency coordinator(s) required who shall be responsible for the activities described.

Collection, Temporary Storage, Transportation and Disposal of Waste. The Contractor and the Village of Westchester are considered to be co-generators of the waste. The Contractor is responsible for all aspects of waste collection, testing and identification, handling, storage, transportation, and disposal according to these specifications and all applicable Federal, State, and Local regulations. The Contractor shall provide for Village or Engineer review and acceptance of a Waste Management Plan that addresses all aspects of waste handling, storage, and testing, and provides the names, addresses, and a contact person for the proposed licensed waste haulers and disposal facilities. The Village of Westchester or its Engineer will not perform any functions relating to the waste other than provide provide the Contractor with the emergency response information, the emergency response telephone number required to be provided on the manifest, and to sign the waste manifest. All surface preparation/paint residues shall be collected daily and deposited in all-weather containers supplied by the Contractor as temporary storage. The storage area shall be secure to prevent unauthorized entry or tampering with the containers. Acceptable measures include storage within a locked area, vehicle, or implementing other reasonable means to reduce the possibility of vandalism or exposure of the waste to the public or the environment (e.g., securing the lids or covers of waste containers). Waste shall not be stored outside of the containers. Waste shall be collected and transferred to bulk containers taking extra precautions as necessary to prevent the suspension of residues in air or contamination of surrounding surfaces. Precautions may include the transfer of the material within a tarpaulin enclosure. No residues shall remain on surfaces overnight, inside or outside, on top of or below containment. Waste materials shall not be removed through storm sewer drains. The all-weather containers shall meet the requirements for the transportation of hazardous materials and as approved by the Village of Westchester or its Engineer. Acceptable containers include covered roll-off boxes and 55-gallon drums (17H). The Contractor shall insure that no breaks and no deterioration of these containers occurs. The containers shall be kept closed and sealed from moisture except during the addition of waste. Each

27

container shall be permanently identified with the date that waste was placed into the container, contract number, hazardous waste name and ID number, and other information required by the IEPA or disposal facility. If approved abrasive additives are used that render the waste non-hazardous as determined by TCLP testing, the waste shall be classified as a non-hazardous special waste, transported by a licensed waste transporter, and disposed of at an IEPA permitted disposal facility in Illinois. When paint is removed from the fire hydrants without the use of abrasive additives, the paint, together with the surface preparation media (e.g. abrasive) shall be handled as a hazardous waste, regardless of the TCLP results. The treatment/disposal facilities shall be approved by the Village of Westchester or its Engineer, and shall hold an IEPA permit for waste disposal and waste stream authorization for this cleaning residue. The IEPA permit and waste stream authorization must be obtained prior to beginning cleaning, except that if necessary, limited paint removal will be permitted in order to obtain samples of the waste for the disposal facilities. The waste shall be shipped to the facility within 90 days of the first accumulation of the waste in the containers. When permitted by the Village of Westchester or its Engineer, waste from multiple fire hydrants in the same contract may be transported by the Contractor to a central waste storage location(s) approved by the Village of Westchester or its Engineer in order to consolidate the material for pick up, and to minimize the storage of waste containers at multiple remote sites after demobilization. Arrangements for the final waste pickup shall be made with the waste hauler by the time cleaning operations are completed or as required to meet the 90 day limit stated above. The Contractor shall prepare a manifest supplied by the IEPA for off-site treatment and disposal before transporting the hazardous waste off-site. The Contractor shall prepare a land ban notification for the waste to be furnished to the disposal facility. The Contractor shall obtain the handwritten signature of the initial transporter and date of the acceptance of the manifest. The Contractor shall send one copy of the manifest to the IEPA within two working days of transporting the waste off-site. The Contractor shall furnish the generator copy of the manifest and a copy of the land ban notification to the Engineer. The Contractor shall give the transporter the remaining copies of the manifest. All other project waste shall be removed from the site according to Federal, State and Local regulations, with all waste removed from the site prior to final Contractor demobilization. The Contractor is responsible for the payment of any fines and undertaking any clean up activities mandated by State or federal environmental agencies for improper waste handling, storage, transportation, or disposal. Contractor personnel shall be trained in the proper handling of hazardous waste, and the necessary notification and clean up requirements in the event of a spill. The Contractor

28

shall maintain a copy of the personnel training records during the project. Appendix 1 – Reference List The Contractor shall maintain the following reference standards and regulations on site for the duration of the project:

• Illinois Environmental Protection Agency – Information Statement on the Removal of Lead-Based Paint from Exterior Surfaces, latest revision

• Illinois Environmental Protection Act • SSPC Guide 6, Guide for Containing Debris Generated During Paint Removal

Operations • 29 CFR 1926.62, Lead in Construction • 40 CFR Part 50, Appendix B, Reference Method for the Determination of

Suspended Particulate Matter in the Atmosphere (High-Volume Method) • 40 CFR Part 50, Appendix G, Reference Method for the Determination of Lead in

Suspended Particulate Matter Collected from Ambient Air • SSPC Guide 16, Guide to Specifying and Selecting Dust Collectors • SSPC TU-7, Conducting Ambient Air, Soil, and Water Sampling Activities During

Surface Preparation and Paint Disturbance Activities.

29

Table I Containment Criteria for Removal of Paint Containing Lead and Other Toxic Metals'

Removal Method

SSPC Class2

Containment Material Flexibility

Containment Material Permeability3

Containment Support Structure

Containment Material Joints4

Hand Tool Cleaning

3P6 Rigid or Flexible

Permeable or Impermeable

Minimal Partially Sealed

Power Tool Cleaning w/ Vacuum

3P6 Rigid or Flexible

Permeable or Impermeable

Minimal Partially Sealed

Power Tool Cleaning w/o Vacuum

2P Rigid or Flexible

Permeable or Impermeable

Rigid or Flexible

Fully or Partially Sealed

Water Jetting Wet Ab Blast Water Cleaning'

2W-3W Rigid or Flexible

Permeable and Impermeable'

Rigid, Flexible, or Minimal

Fully and Partially Sealed

Abrasive Blast Cleaning

1A Rigid or Flexible

Impermeable Rigid or Flexible

Fully Sealed

Vacuum Blast Cleaning

4A6 Rigid or Flexible

Permeable Minimal Partially Sealed

Table I (Continued)

Containment Criteria for Removal of Paint Containing Lead and Other Toxic Metals'

Removal Method

SSPC Class2

Containment Entryway

Ventilation System Required

Negative Pressure Required

Exhaust Filtration Required

Hand Tool Cleaning

3P6 Overlapping or Open Seam

Natural No No

Power Tool Cleaning w/ Vacuum

3P6 Overlapping or Open Seam

Natural No No

Power Tool Cleaning w/o Vacuum

2P Overlapping or Open Seam

Natural No No

Water Jetting Wet Ab Blast Water Cleaning'

2W-3W Overlapping or Open Seam

Natural No No

Abrasive Blast Cleaning

1A Airlock or Resealable

Mechanical Yes Yes

Vacuum Blast Cleaning

4A6 Open Seam Natural No No

Notes: 'This table provides general design criteria only. It does not guarantee that specific controls over emissions will occur because unique site conditions must be considered in the design. Other combinations of materials may provide controls over emissions equivalent to or greater than those combinations shown above.

30

2The SSPC Classification is based on SSPC Guide 6. Note that for work over water, water booms or boats with skimmers must be employed, where feasible, to contain spills or releases. Debris must be removed daily at a minimum. 3Permeability addresses both air and water as appropriate. In the case of water removal methods, the containment materials must be resistant to water. Ground covers should always impermeable, and of sufficient strength to withstand the impact and weight of the debris and the equipment used for collection and clean-up. Ground covers must also extend beyond the containment boundary to capture escaping debris. 4 If debris escapes through the seams, then additional sealing of the seams and joints is required. 5When "Natural" is listed, ventilation is not required provided the emissions are controlled as specified in this Special Provision, and provided worker exposures are properly controlled. If unacceptable emissions or worker exposures to lead or other toxic metals occur, incorporate a ventilation system into the containment. 6Ground covers and wall tarpaulins may provide suitable controls over emissions without the need to completely enclose the work area. 'This method applies to water cleaning to remove surface contaminants, and water jetting (with and without abrasive) and wet abrasive blast cleaning where the goal is to remove paint. Although both permeable and impermeable containment materials are included, ground covers and the lower portions of the containment must be water impermeable with fully sealed joints, and of sufficient strength and integrity to facilitate the collection and holding of the water and debris for proper disposal. If water or debris, other than mist, escape through upper sidewalls or ceiling areas constructed of permeable materials, they shall be replaced with impermeable materials. Permeable materials for the purpose of this specification are defined as materials with openings measuring 25 mils (1 micron) or less in greatest dimension. A. Containment Components - The basic components that make up containment systems

are defined below. The components are combined in Table 1 to establish the minimum containment system requirements for the method(s) of paint removal specified for the Contract.

1. Rigidity of Containment Materials - Rigid containment materials consist of solid

panels of plywood, aluminum, rigid metal, plastic, fiberglass, composites, or similar materials. Flexible materials consist of screens, tarps, drapes, plastic sheeting, or similar materials. When directed by the Engineer, do not use flexible materials for horizontal surfaces directly over traffic lanes or vertical surfaces in close proximity to traffic lanes. If the Engineer allows the use of flexible materials, The Contractor shall take special precautions to completely secure the materials to prevent any interference with traffic.

2. Permeability of Containment Materials - The containment materials are

identified as air impenetrable if they are impervious to dust or wind such as provided by rigid panels, coated solid tarps, or plastic sheeting. Air penetrable materials are those that are formed or woven to allow air flow. Water

31

impermeable materials are those that are capable of containing and controlling water when wet methods of preparation are used. Water permeable materials allow the water to pass through. Chemical resistant materials are those resistant to chemical and solvent stripping solutions. Use fire retardant materials in all cases.

3. Support Structure - Rigid support structures consist of scaffolding and framing

to which the containment materials are affixed to minimize movement of the containment cocoon. Flexible support structures are comprised of cables, chains, or similar systems to which the containment materials are affixed. Use fire retardant materials in all cases.

4. Containment Joints - Fully sealed joints require that mating surfaces between

the containment materials and to the structure being prepared are completely sealed. Sealing measures include tape, caulk, Velcro, clamps, or other similar material capable of forming a continuous, impenetrable or impermeable seal. When materials are overlapped, a minimum overlap of 8 in. (200 mm) is required.

5. Entryway - An airlock entryway involves a minimum of one stage that is fully

sealed to the containment and which is maintained under negative pressure using the ventilation system of the containment. Resealable door entryways involve the use of flexible or rigid doors capable of being repeatedly opened and resealed. Sealing methods include the use of zippers, Velcro, clamps, or similar fasteners. Overlapping door tarpaulin entryways consist of two or three overlapping door tarpaulins.

6. Mechanical Ventilation - The requirement for mechanical ventilation is to ensure

that adequate air movement is achieved to reduce worker exposure to toxic metals to as low as feasible according to OSHA regulations (e.g., 29 CFR 1926.62), and to enhance visibility. Design the system with proper exhaust ports or plenums, adequately sized ductwork, adequately sized discharge fans and air cleaning devices (dust collectors) and properly sized and distributed make-up air points to achieve a uniform air flow inside containment for visibility. The design target for airflow shall be a minimum of 100 ft. (30.5m) per minute cross-draft or 60 ft. (18.3 m) per minute downdraft. Increase these minimum airflow requirements if necessary to address worker lead exposures. Natural ventilation does not require the use of mechanical equipment for moving dust and debris through the work area.

7. Negative Pressure - When specified, achieve a minimum of 0.03 in. (7.5 mm)

water column (W.C.) relative to ambient conditions, or confirm through visual assessments for the concave appearance of the containment enclosure.

8. Exhaust Ventilation - When mechanical ventilation systems are used, provide

filtration of the exhaust air, to achieve a filtration efficiency of 99.9 percent at 0.02 mils (0.5 microns).

32

HAZARDOUS WASTE CONTINGENCY PLAN

FOR LEAD BASED PAINT REMOVAL PROJECTS

Job No.: _________________________________________________ Location: ________________________________________________ USEPA Generator No.: ____________________________________ IEPA Generator No.: ______________________________________ Note: 1. A copy of this plan must be kept with the foreman while the

Contractor's employees are at the site. 2. A copy of the plan must be mailed to the police and fire

departments and hospital identified herein. Primary Emergency Coordinator Name: __________________________________________________ Address: ________________________________________________ City: ____________________________________________________ Phone: (Work) _________________________________________

(Home) _________________________________________ Alternate Emergency Coordinator Name: __________________________________________________ Address: ________________________________________________ City: ____________________________________________________ Phone: (Work) _________________________________________

(Home)

33

Emergency Response Agencies POLICE: 1. _______________________________ State Police (if bridge not in city) Phone:

District No. __________________________________________________________

Address: ____________________________________________________________ 2. __________________________ County Sheriff _____________________ Phone:

County: _____________________________________________________________ Address: ____________________________________________________________

3. __________________________ City Police ________________________ Phone:

District No. __________________________________________________________ ___________________________________________________________________

Address: ____________________________________________________________

Arrangements made with police: (Describe arrangements or refusal by police to make arrangements): FIRE: 1. __________________________ City __________________ Phone:

Name: _____________________________________________ Address: ___________________________________________

2. __________________________ Fire District ____________ Phone:

Name: _____________________________________________

Address: ___________________________________________

34

Arrangements made with fire departments: (Describe arrangements or refusal by fire departments to make arrangements): HOSPITAL: Name: _________________ Phone: ________________

Address: ____________________________________________ Arrangements made with hospital: (Describe arrangements or refusal by hospital to make arrangements): Properties of waste and hazard to health: Places where employees working: Location of Project: Types of injuries or illness which could result: Appropriate response to release of waste to the soil: Appropriate response to release of waste to surface water:

35

Emergency Procedure

1. Notify personnel at the site of the emergency and implement emergency procedure. 2. Identify the character, source, amount and extent of released materials.

3. Assess possible hazards to health or environment.

4. Contain the released waste or extinguish fire. Contact the fire department if

appropriate.

5. If human health or the environment is threatened, contact appropriate police and fire department. In addition, the Emergency Services and Disaster Agency needs to be called using their 24-hour toll free number (800-782-7860) and the National Response Center using their 24-hour toll free number (800-824-8802).

6. Notify the Village of Westchester or its Engineer that an emergency has occurred.

7. Store spilled material and soil contaminated by spill, if any, in a drum or pail. Mark

and label the drum or pail for disposal.

8. Write a full account of the spill or fire incident including date, time, volume, material, and response taken.

9. Replenish stock of absorbent material or other equipment used in response.

36

VILLAGE OF WESTCHESTER

PROPOSAL FORM TO: Village President and Board of Trustees

Village of Westchester 10300 Roosevelt Road Westchester, IL. 60154

FROM: ___________________________________

Company

___________________________________ Contact Name

___________________________________

Street

___________________________________ City, State, ZIP

____________________________________

email

__________/_________________________ Telephone

SUBJECT: 2010 Fire Hydrant Painting Bidders: In conformity with the SPECIFICATIONS AND CONTRACT DOCUMENTS, we the undersigned Bidders, having examined the Proposal and Specifications, submit the following bid for furnishing the equipment specified at the price set forth in this Proposal.

37

Fire Hydrant Painting Contract This Contract made this day of ____________________ 20___ between the Village of

Westchester, hereinafter referred to as the Village, and ____________________________________, hereinafter referred to as the Contractor, for the Village of Westchester Fire Hydrant Painting Project.

The Contractor hereby agrees as hereinafter set forth:

ALTERNATE A 1A. The Work. For and in consideration of the payments to be made by the Village to the Contractor, and according to the terms of the Contract Bond, the Village and the Contractor agree that the Contractor at its own proper cost and expense shall perform the following Work: Sandblasting (SSPC-SP6), primer, two coats of paint, protection of area surrounding hydrant, containment, lead paint disposal, and clean up of fire hydrants in the Village in accordance with the price per hydrant included in the Contractor’s Proposal and this Contract;

and to furnish all materials and labor necessary to complete the Work and in full compliance with all of the terms and the requirements of this agreement in strict compliance with the Specifications of Alternate A and Contract Documents and Contract Bond which are essential documents of and made a part of this Contract. 2A. Contract Sum for Alternate A. The Village shall pay the Contractor for the performance of the work, at the unit prices set forth below for Alternate A:

ALTERNATE A Per hydrant: Total 950 Red Hydrants $__________ per hydrant $____________ 10 Yellow Hydrants $__________ per hydrant $____________

Total Cost $____________

ALTERNATE B 1B. The Work. For and in consideration of the payments to be made by the Village to the Contractor, and according to the terms of the Contract Bond, the Village and the Contractor agree that the Contractor at its own proper cost and expense shall perform the following Work: Vacuum shrouded power tool cleaning (SSPC-SP3), primer, two coats of paint, protection of area surrounding hydrant, containment, lead paint disposal, and clean up of fire hydrants in the Village in accordance with the price per hydrant included in the Contractor’s Proposal and this Contract;

and to furnish all materials and labor necessary to complete the Work and in full compliance with all of the terms and the requirements of this agreement in strict compliance with the Specifications of Alternate B and Contract Documents and Contract Bond which are essential

38

documents of and made a part of this Contract. 2B. Contract Sum for Alternate B. The Village shall pay the Contractor for the performance of the work, at the unit prices set forth below for Alternate B:

ALTERNATE B Per hydrant: Total 950 Red Hydrants $__________ per hydrant $____________ 10 Yellow Hydrants $__________ per hydrant $____________

Total Cost $____________ 3. Progress Payments. On or before the first day of each month, the Contractor shall submit to the Village a written Application for Payment showing the value of Work completed. The Village shall approve payment of and pay to the Contractor any and all fees, charges and amounts due to Contractor for services performed prior to the termination consistent with the requirements of the Local Government Prompt Payment Act (50 ILCS 505/4 et seq.). The Contractor shall comply with the requirements of the Local Government Prompt Payment Act (50 ILCS 505/4, et seq.). 4. Final Payment. Final payment, constituting the entire unpaid balance of the contract sum, shall be paid by the Village to the Contractor as follows:

As soon as the work under this contract is completed and accepted by the Village, the Village will within thirty (30) days submit to the Village Board a final estimate of payment. Within thirty (30) days after approval by the corporate authorities of the Village of the final estimate of payment, payment will be issued to the Contractor.

5. Assignment of Contract. The Contract shall be deemed to be exclusive between Village and Contractor. This Contract shall not be assigned by the Contractor without first obtaining permission in writing from the Village. The Village may refuse to accept any substitute Contractor for any reason. 6. Notices. Written notices between Village and Contractor shall be deemed sufficiently given after being placed in the United States mail, registered or certified, postage pre-paid, addressed to the above parties as follows:

a. If to Village:

Village of Westchester 10300 West Roosevelt Road Westchester, Illinois 60154 Attn: Village Manager

b. If to Contractor:

39

_________________________________________ _________________________________________ _________________________________________ Attn: ___________________________________

c. Either party may change its mailing address by giving written notice to the other party as provided above. Whenever this contract requires one party to give the other notice, such notice shall be given only in the form and to the addresses described in this paragraph.

7. Entire Contract. This Contract (including the contract documents) represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations or understandings, whether written or oral. In case of conflict between the terms contained herein and those contained in the Specifications and Contract Documents, the terms herein shall control. This Contract may only be amended or a provision hereof waived by the parties by written instrument executed by authorized signatories of the Village and Contractor. This Contract is executed that day and year first written above. 8. Contractor Investigation. The Contractor represents that it has, before executing this Contract, carefully examined the provisions of this Contract, inspected in detail the site of the proposed Work, investigated and become familiar with all the local conditions affecting the contract and is fully acquainted with the detailed requirements of the Work. By executing this Contract the Contractor conclusively assures and warrants to the Village that it has made these examinations and that it understands all requirements for the performance of the Work. The Contractor shall be responsible for all errors resulting from its failure or neglect to comply with the provisions of the Contract and agrees that the Village will, in no case, be responsible for any costs, expenses, losses, or change in anticipated profits resulting from a failure or neglect of the Contractor to make these examinations. VILLAGE OF WESTCHESTER 10300 Roosevelt Road Westchester, Illinois 60154 ATTEST: By _________________________________ Sam Pulia, Village President By ___________________________ Catherine M. Booth, Village Clerk _______________________________ _______________________________ _______________________________ (Contractor Name and Address) ATTEST: By __________________________________ By ___________________________

40

CONTRACT BOND ___________________________________________________________________ , as Principal, and (Name of Contractor) ____________________________________________________________________________as Surety are held and firmly bound unto the Village of Westchester in the penal sum of _______________________________________________($______________), lawful money of the United States, well and truly to be paid unto Village of Westchester, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to the Village of Westchester this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the Village of Westchester for the performance of work on the contract for which this bond is given and which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damage to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any persons, firm, company, or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company, or corporation, for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the Village of Westchester and its Village Board harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void, otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said Principal and the said Surety have caused this instrument to be signed by their respective officers and their corporate seals to be hereunto affixed this ______ day of ____________________, 2010 A.D. PRINCIPAL _______________________________________________ (Name of Contractor) By:_________________________________________________ (Name of Owner or Officer), (Title or Office)

41

SURETY _______________________________ By:___________________________________ (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS ) ) ss. COUNTY OF ______________ ) I, ________________________________, a Notary Public in and for said county, do hereby certify that ____________________ of ___________________________________________ and (Name of Owner or Officer) (Name of Contractor) _________________________________________ as ____________________________________ of (Name of individual signing on behalf of Surety) (Office of individual signing on behalf of Surety) __________________________ who are each personally known to me to be the same persons whose names are (Name of Surety) subscribed to the foregoing instrument on behalf of Principal and Surety, appeared before me this day in person and acknowledged respectively, that they signed, sealed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notary seal this _______ day of ____________________ A.D. 2010. ________________________________________ Notary Public My commission expires_______________, 2010.

42

CERTIFICATION FORM The assurances hereinafter made by the Contractor are each a material representation of fact upon which reliance is placed by the Village of Westchester (the “Village”) in entering into the agreement with the Contractor. The Village of Westchester may terminate the agreement if it is later determined that the Contractor rendered a false or erroneous assurance. I, __________________________, hereby certify that I am the____________________, (Name of Person Certifying) (Office of Person Certifying) of Contractor and as such hereby represent and warrant to the Village of Westchester, a municipal corporation, that the Contractor and its shareholders holding more than five percent (5%) of the outstanding shares of the corporation, its officers and directors are: (A) not delinquent in the payment of taxes to the Illinois Department of Revenue in

accordance with 65 ILCS 5/11-42.1-1;

(B) not barred from contracting as a result of a violation of either Section 33E-3 (bid rigging) or 33E-4 (bid-rotating) of the Criminal Code of 1961 (720 ILCS 5/33E-3 and 5/33E-4);

(C) not in default, as defined in 5 ILCS 385/2, on an educational loan, as defined in

5ILCS 385/1; In addition, the Contractor hereby represents and warrants to the Village of Westchester, that: (A) the Contractor has and will comply with all laws relating to the payment of

general prevailing wages in accordance with the Illinois Prevailing Wage Act (820 ILCS 130/0.01 et seq.);

(B) the Contractor has and will comply with all laws relating to the employment

preference to veterans in accordance with the Veterans Preference Act (330 ILCS 55/0.01 et seq.);

(C) the Contractor has and will comply with all laws relating to the employment of

Illinois workers in accordance with the Employment of Illinois Workers on Public Works Act (30 ILCS 570/l et seq.);

(D) the Contractor, pursuant to 30 ILCS 580/1 et seq. (“Drug-Free Workplace Act”),

will provide a drug-free workplace by: (1) Publishing a statement:

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

b. Specifying the actions that will be taken against employees for

43

violations of such prohibition; c. Notifying the employee that, as a condition of employment on such

Contract, the employee will; i. Abide by the terms of the statement;

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

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

a. the dangers of drug abuse in the workplace; b. the Contractor's policy of maintaining a drug-free workplace; c. any available drug counseling, rehabilitation, and employee

assistance program; and d. the penalties that may be imposed upon employees for drug

violations; (3) Making it a requirement to give a copy of the statement required by

Subsection (D)(1) to each employee engaged in the performance of the Contract, and to post the statement in a prominent place in the workplace;

(4) Notifying the Village within ten (10) days after receiving notice under

paragraph(D)(1)c from an employee or otherwise receiving actual notice of such conviction;

(5) 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 30 ILCS 580/5;

(6) 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;

(7) Making a good faith effort to continue to maintain a drug-free workplace

through implementation of this section; (E) the Contractor has not excluded and will not exclude from participation in, denied

the benefits of, subjected to discrimination under, or denied employment to any person in connection with any activity funded under the contract on the basis of race, color, age, religion, national origin, disability, or sex;

(F) the Contractor, at the time the Contractor submitted a bid on this contract, had an

44

Illinois Department of Human Rights pre-qualification number or had a properly completed application for same on file with the Illinois Department of Human Rights, as provided for in 44 Illinois Administrative Code 750.210;

(G) no Village officer, spouse or dependent child of a Village officer, agent on behalf

of any Village officer or trust in which a Village officer, the spouse or dependent child of a Village officer or a beneficiary is a holder of any interest in the Contractor; or, if the Contractor’s stock is traded on a nationally recognized securities market, that no Village officer, spouse or dependent child of a Village officer, agent on behalf of any Village officer or trust in which a Village officer, the spouse or dependent child of a Village officer or a beneficiary is a holder of more than one percent (1%) of the Contractor, but if any Village officer, spouse or dependent child of a Village officer, agent on behalf of any Village officer or trust in which a Village officer, the spouse or dependent child of a Village officer or a beneficiary is a holder of less than one percent (1%) of such Contractor, the Contractor has disclosed to the Village in writing the name(s) of the holder of such interest;

(H) no officer or employee of the Village has solicited any gratuity, discount,

entertainment, hospitality, loan, forbearance, or other tangible or intangible item having monetary value including, but not limited to, cash, food and drink, and honoraria for speaking engagements related to or attributable to the government employment or the official position of the employee or officer from the Contractor in violation of Chapter 2.88 of the Municipal Code of the Village of Westchester;

(I) the Contractor has not given to any officer or employee of the Village any

gratuity, discount, entertainment, hospitality, loan, forbearance, or other tangible or intangible item having monetary value including, but not limited to, cash, food and drink, and honoraria for speaking engagements related to or attributable to the government employment or the official position of the employee or officer in violation of Chapter 2.88 of the Municipal Code of the Village of Westchester;

(J) in compliance with the Substance Abuse Prevention on Public Works Projects Act

(Public Act 95-0635), the Contractor is a party to a collective bargaining agreement dealing with the subject matter of the Substance Abuse Prevention on Public Works Projects Act or has in place and is enforcing a written program which meets or exceeds the program requirements of the Substance Abuse Prevention on Public Works Projects Act;

(K) neither the Contractor nor any of its principals, shareholders, members, partners,

or affiliates, as applicable, is a person or entity named as a Specially Designated National and Blocked Person (as defined in Presidential Executive Order 13224) and that the Contractor is not acting, directly or indirectly, for or on behalf of a Specially Designated National and Blocked Person and that the Contractor and its principals, shareholders, members, partners, or affiliates, as applicable, are not, directly or indirectly, engaged in, and are not facilitating, the transactions contemplated by this Agreement on behalf of any person or entity named as a

45

Specially Designated National and Blocked Person; and

(L) the Contractor acknowledges that, pursuant to the provisions of the Illinois Freedom of Information Act, (5 ILCS 140/1 et seq.), documents or records prepared or used in relation to work performed under this agreement are considered a public record of the Village; and therefore, within thirty (30) days of completion of the work required of the Contractor under this agreement, the Contractor shall produce to the Village, in electronic format, all records that directly relate to the governmental function performed by the Contractor under this agreement at no additional cost to the Village; and furthermore, the Contractor shall review its records and promptly produce to the Village any additional records in the Contractor’s possession which the Village requires in order to properly respond to a request made pursuant to the Illinois Freedom of Information Act (5 ILCS 140/1 et seq.), and the Contractor shall produce to the Village such records within three (3) business days of a request for such records from the Village at no additional cost to the Village.

If any certification made by the Contractor or term or condition in the agreement changes, the Contractor shall notify the Village of Westchester in writing within seven (7) days. Dated: ___________________, 2010 Contractor:________________________________

By_______________________________________ (Authorized Agent of CONTRACTOR)

Title:_____________________________________ STATE OF ILLINOIS ) ) SS. COUNTY OF _________ ) I, the undersigned, a notary public in and for the State and County aforesaid, hereby certify that ________________________ , known to me to be the _____________ (Name of Signatory) (Office) of the Contractor, appeared before me this day in person and, being first duly sworn on oath, acknowledged that he/she executed the foregoing certification as his/her free act and deed. Dated: ___________________, 2010 ____________________________________ Notary Public

46

"HOLD HARMLESS AGREEMENT" _________________________________ agrees to defend, indemnify and hold harmless, the Village of Westchester, of and from any and all claims or judgments and all and any loss, cost, damage or expense, including attorney's fees, arising out of any of the activities of ___________________________________________________________________ (Company Name) in a contract for: ___________________________________________________________________ (Project) ________________________________ (Company Name) By: ________________________________ (President) Attest: ________________________________ (Secretary) Seal of Corporation

47

Bidder’s Reference List: ______________________________________________________________________ Name of Municipality or Company

_____________________________________________________________________________ Contact Person

_____________________________________________________________________________ Phone Number

_____________________________________________________________________________ Number of hydrants painted ______________________________________________________________________________ Name of Municipal or Company

______________________________________________________________________________ Contact Person

______________________________________________________________________________ Phone Number

______________________________________________________________________________ Number of hydrants painted ______________________________________________________________________________ Name of Municipal or Company

______________________________________________________________________________ Contact Person

______________________________________________________________________________ Phone Number

______________________________________________________________________________ Number of hydrants painted Bidders may make copies of this form and provide as many references as they wish

48

Exhibit “A”

Cook County Prevailing Wage for May 2010 Trade Name RG TYP C Base FRMAN *M-F>8 OSA OSH H/W Pensn Vac Trng ==================== == === = ====== ====== ===== === === ===== ===== ===== ===== ASBESTOS ABT-GEN ALL 35.200 35.700 1.5 1.5 2.0 9.130 8.370 0.000 0.400 ASBESTOS ABT-MEC BLD 31.540 0.000 1.5 1.5 2.0 9.670 9.610 0.000 0.520 BOILERMAKER BLD 43.020 46.890 2.0 2.0 2.0 6.720 9.890 0.000 0.350 BRICK MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740 CARPENTER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 CEMENT MASON ALL 41.850 43.850 1.5 1.5 2.0 8.600 9.810 0.000 0.220 CERAMIC TILE FNSHER BLD 33.600 0.000 2.0 1.5 2.0 6.950 8.020 0.000 0.540 COMM. ELECT. BLD 36.440 38.940 1.5 1.5 2.0 7.650 7.750 0.000 0.700 ELECTRIC PWR EQMT OP ALL 39.850 46.430 1.5 1.5 2.0 9.870 12.40 0.000 0.300 ELECTRIC PWR GRNDMAN ALL 31.080 46.430 1.5 1.5 2.0 7.700 9.680 0.000 0.240 ELECTRIC PWR LINEMAN ALL 39.850 46.430 1.5 1.5 2.0 9.870 12.40 0.000 0.300 ELECTRICIAN ALL 40.400 43.000 1.5 1.5 2.0 11.33 9.420 0.000 0.750 ELEVATOR CONSTRUCTOR BLD 46.160 51.930 2.0 2.0 2.0 10.03 9.460 2.770 0.000 FENCE ERECTOR ALL 30.700 32.200 1.5 1.5 2.0 7.950 8.430 0.000 0.500 GLAZIER BLD 37.000 38.500 1.5 1.5 2.0 7.340 12.05 0.000 0.740 HT/FROST INSULATOR BLD 42.050 44.550 1.5 1.5 2.0 9.670 10.81 0.000 0.520 IRON WORKER ALL 40.750 42.750 2.0 2.0 2.0 11.00 15.99 0.000 0.300 LABORER ALL 35.200 35.950 1.5 1.5 2.0 9.130 8.370 0.000 0.400 LATHER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 MACHINIST BLD 42.770 44.770 1.5 1.5 2.0 7.750 8.690 0.650 0.000 MARBLE FINISHERS ALL 29.100 0.000 1.5 1.5 2.0 8.800 10.67 0.000 0.740 MARBLE MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740 MATERIAL TESTER I ALL 25.200 0.000 1.5 1.5 2.0 9.130 8.370 0.000 0.400 MATERIALS TESTER II ALL 30.200 0.000 1.5 1.5 2.0 9.130 8.370 0.000 0.400 MILLWRIGHT ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 OPERATING ENGINEER BLD 1 45.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 2 43.800 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 3 41.250 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 4 39.500 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 5 48.850 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 6 46.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER BLD 7 48.100 49.100 2.0 2.0 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 1 51.300 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 2 49.800 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 3 44.350 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER FLT 4 36.850 51.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 1 43.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 2 42.750 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 3 40.700 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 4 39.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 5 38.100 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 6 46.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 OPERATING ENGINEER HWY 7 44.300 47.300 1.5 1.5 2.0 11.70 8.050 1.900 1.150 ORNAMNTL IRON WORKER ALL 40.200 42.450 2.0 2.0 2.0 8.700 14.04 0.000 0.500 PAINTER ALL 38.000 42.750 1.5 1.5 1.5 8.350 9.400 0.000 0.670 PAINTER SIGNS BLD 31.740 35.640 1.5 1.5 1.5 2.600 2.540 0.000 0.000 PILEDRIVER ALL 40.770 42.770 1.5 1.5 2.0 9.840 9.790 0.000 0.490 PIPEFITTER BLD 43.150 46.150 1.5 1.5 2.0 7.660 9.550 0.000 1.570 PLASTERER BLD 38.550 40.860 1.5 1.5 2.0 9.000 9.690 0.000 0.450 PLUMBER BLD 44.000 46.000 1.5 1.5 2.0 9.860 7.090 0.000 1.030 ROOFER BLD 37.000 40.000 1.5 1.5 2.0 7.500 6.020 0.000 0.330 SHEETMETAL WORKER BLD 40.460 43.700 1.5 1.5 2.0 9.580 12.35 0.000 0.610 SIGN HANGER BLD 28.210 29.060 1.5 1.5 2.0 4.450 2.880 0.000 0.000 SPRINKLER FITTER BLD 40.500 42.500 1.5 1.5 2.0 8.500 6.850 0.000 0.500 STEEL ERECTOR ALL 40.750 42.750 2.0 2.0 2.0 10.95 15.99 0.000 0.300 STONE MASON BLD 39.030 42.930 1.5 1.5 2.0 8.800 10.67 0.000 0.740

49

TERRAZZO FINISHER BLD 35.150 0.000 1.5 1.5 2.0 6.950 10.57 0.000 0.380 TERRAZZO MASON BLD 39.010 42.010 1.5 1.5 2.0 6.950 11.91 0.000 0.510 TILE MASON BLD 40.490 44.490 2.0 1.5 2.0 6.950 9.730 0.000 0.610 TRAFFIC SAFETY WRKR HWY 24.300 25.900 1.5 1.5 2.0 3.780 1.875 0.000 0.000 TRUCK DRIVER E ALL 1 30.700 31.350 1.5 1.5 2.0 6.750 5.450 0.000 0.150 TRUCK DRIVER E ALL 2 30.950 31.350 1.5 1.5 2.0 6.750 5.450 0.000 0.150 TRUCK DRIVER E ALL 3 31.150 31.350 1.5 1.5 2.0 6.750 5.450 0.000 0.150 TRUCK DRIVER E ALL 4 31.350 31.350 1.5 1.5 2.0 6.750 5.450 0.000 0.150 TRUCK DRIVER W ALL 1 32.550 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TUCKPOINTER BLD 39.200 40.200 1.5 1.5 2.0 7.830 10.25 0.000 0.770 Legend:

M-F>8 (Overtime is required for any hour greater than 8 worked each day, Monday through Friday.

OSA (Overtime is required for every hour worked on Saturday)

OSH (Overtime is required for every hour worked on Sunday and Holidays)

H/W (Health & Welfare Insurance)

Pensn (Pension)

Vac (Vacation)

Trng (Training)

Explanations COOK COUNTY TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day after Thanksgiving for Veterans Day. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished

50

at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all

51

rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks;

52

Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators; Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches; Bobcats (up to and including ¾ cu yd.) . Class 4. Bobcats and/or other Skid Steer Loaders (other than bobcats up to and including ¾ cu yd.); Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall . Class 7. Mechanics. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with shear attachments; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding

53

Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; All Locomotives, Dinky; Off-Road Hauling Units (including articulating)/2 ton capacity or more; Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size): Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Hydro- Blaster; Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tractaire; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. Bobcats (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Diver/Wet Tender; and Engineer (hydraulic dredge). Class 2. Crane/Backhoe Operator; 70 Ton or over Tug Operator; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender; Friction and Lattice Boom Cranes. Class 3. Deck Equipment Operator, Machineryman; Maintenance of Crane (over 50 ton capacity); Tug/Launch Operator; Loader/Dozer and like equipment on Barge; and Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks (2 ton capacity or more); Deck Hand, Tug Engineer, Crane Maintenance 50 Ton Capacity and Under or Backhoe Weighing 115,000 pounds or less; and Assistant Tug Operator. TERRAZZO FINISHER

54

The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; TEamsters Unskilled dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task,

55

the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver.

56

Exhibit B

CG 20 10 03 97

ADDITIONAL INSURED – OWNERS, LESSEES OR

CONTRACTORS – SCHEDULE PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART

SCHEDULE _________________________________________________ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Who Is An Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured.

Copyright, Insurance Services Office, Ins. 1996

57

EXHIBIT C

CG 20 26 11 85

ADDITIONAL INSURED – DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART

SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Who Is An Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you.

Copyright, Insurance Services Office, Ins. 1984

58

EXHIBIT D POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.

ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS

This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART

SCHEDULE

Name of Additional Insured Person(s)

Or Organization(s):

Location and Description of Completed Operations

Information required to complete this Section, if not shown above, will be shown in the Declarations. Section II – Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for “bodily injury” or “property damage” caused, in whole or in part, by “your work” at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the “products—completed operations hazard”. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1

59

EXHIBIT E (EXAMPLE)

ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)

Completed

PRODUCER

Fully Completed

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

INSURERS AFFORDING COVERAGE NAIC # INSURED

Fully Completed

INSURER A: Name of Insurance Company Completed INSURER B: Name of Insurance Company Completed INSURER C: Name of Insurance Company Completed INSURER D: Name of Insurance Company Completed INSURER E: Name of Insurance Company Completed

COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR

ADD’L INSRD

TYPE OF INSURANCE POLICY NUMBER

POLICY EFFECTIVE DATE (MM/DD/YY)

POLICY EXPIRATION DATE (MM/DD/YY)

LIMITS

A X GENERAL LIABILITY CG001 COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR OWNERS & CONT PROT ((IF

REQUIRED) ______________________________

GEN’L AGGREGATE LIMIT APPLIER PER: POLICY PROJECT LOC

Policy Number

Policy Start Date

Policy End Date

EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea. Occur.) $ 50,000

MED EXP (Any one person) $ 5,000

PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $ 1,000,000

A AUTOMOBILE LIABILITY CA001 ANY AUTO CA001 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS _______________________________

Policy Number

Policy Start Date

Policy End Date

COMBINED SINGLE LIMIT (Ea. Accident) $ 1,000,000

BODILY INJURY (PER PERSON) $

BODILY INJURY (PER ACCIDENT) $

PROPERTY DAMAGE (PER ACCIDENT) $

GARAGE LIABILITY ANY AUTO

AUTO ONLY-EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG

$

$

B X EXCESS UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $

Policy Number

Policy Start Date

Policy End Date

EACH OCCURRENCE $ per request

AGGREGATE $ per request

C WORKES COMPENSATION AND EMPLOYERS’ LIABIITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NO If yes, describe under SPECIAL PROVISIONS below

Policy Number

Policy Start Date

Policy End Date

WC STATU- OTHER TORY LIMITS

E.L. EACH ACCIDENT $ 500,000

E.L. DISEASE-EA EMPLOYEE

$ 500,000

E.L. DIESEASE-POLICY LIMIT

$ 500,000

OTHER Professional Liability (If requested)

Policy Number

Policy Start Date

Policy End Date

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS List project number, location and description. No endorsements or additional forms modify or limit coverage provided to additional insured. Coverage provided to the additional insured is primary.

CERTIFICATE HOLDER

CANCELLATION

Additional Insured: Village of Westchester, its officials, employees, agents and volunteers.

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, SIGNATURE OF AUTHORIZED AGENT

ACORD 25 (2001/08) ACORD CORPORATION 1988

60

EXHIBIT F

ADDITIONAL INSURED ENDORSEMENT Name of Insurer: Name of Insured: Policy Number: Policy Period: Endors. Effective Date: This endorsement modifies coverage provided under the following:

Commercial General Liability Coverage Part

Name of Individuals or Organization: WHO IS AN INSURED section of the policy / coverage document is amended to include as an insured, the individuals or organization shown above, but only with respect to liability “arising out of your work”. For purposes of this endorsement, “arising out of your work” shall mean: 1. Liability the Additional Insured may incur resulting from the

actions of a contractor it hires. 2. Liability the Additional Insured may incur for negligence in the

supervision of the Named Insured Contractors work. 3. Liability the Additional Insured may incur for failure to maintain

safe worksite conditions. 4. Liability the Additional Insured may incur due to joint negligence

of the Named Insured Contractor and the Additional Insured. Original Created – 1/2002 Revised – 1/2005

61

Exhibit G

62

Exhibit H

63

Appendix I

Sherwin-Williams Kem Kromik Universal Metal Primer

Please see:

http://www.paintdocs.com/webmsds/webPDF.jsp?SITEID=STORECAT&doctype=PDS&lang=E&prodno=B50WZ1

64

Appendix J

Sherwin-Williams Seaguard 1000 Marine Enamel

Please see:

http://www.paintdocs.com/webmsds/webPDF.jsp?SITEID=STORECAT&doctype=PDS&lang=E&prodno=N41T610