Você está na página 1de 64

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

1
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shall be withdrawn after opening of bids without the consent of the Village of Westchester,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.

2
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, mailed or delivered to:
Village Manager
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.

Purpose
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.

Prices
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.

3
Bidder's Contact Information
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.

Bid Deposit
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.

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.

Pre-bid Meeting
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 that time only.

Mistakes
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:

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.

Amendments to Specifications
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.

4
Required References and Experience
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.

Return of Bid Documents


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.

Competency of Bidder
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.

Standards
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.

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 Award
The 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.

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

Insurance
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.

Minimum Scope of Insurance


Coverage shall be at least as broad as:

5
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.

Minimum Limits of Insurance


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

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.

Deductibles and Self-Insured Retentions


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.

Other Insurance Provisions


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

General Liability and Automobile Liability Coverages


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

6
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.

Worker’s Compensation and Employers’ Liability Coverage


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.

All Coverages
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.

Acceptability of Insurers
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.

Verification of Coverage
Contractor 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

7
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.

Subcontractors
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.

Assumption of Liability
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.

II. INDEMNITY/HOLD HARMLESS


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.

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. SAFETY/LOSS PREVENTION


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.

Regulatory Requirements
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

8
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.

Equal Opportunity Clause


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

9
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."

Prevailing Wage (Contract)


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

10
(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.

Contractor’s Registration
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.

Contract Bond
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.

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

11
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.

Use of Village's Name


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 Facilities


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.

Assignment
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.

12
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.

13
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
14
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

15
(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

16
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.

17
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

18
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.

19
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.

20
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

21
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

22
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

23
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

24
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,

25
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

26
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

27
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.

28

Table I
'
Containment Criteria for Removal of Paint Containing Lead and Other Toxic Metals
Containment Containment Containment Containment
Removal SSPC Material Material Support Material
2 3 4
Method Class Flexibility Permeability Structure Joints
6
Hand Tool 3P Rigid or Permeable or Minimal Partially
Cleaning Flexible Impermeable Sealed
6
Power Tool 3P Rigid or Permeable or Minimal Partially
Cleaning w/ Flexible Impermeable Sealed
Vacuum
Power Tool 2P Rigid or Permeable or Rigid or Fully or
Cleaning w/o Flexible Impermeable Flexible Partially
Vacuum Sealed

Water Jetting 2W-3W Rigid or Permeable and Rigid, Flexible, Fully and
'
Wet Ab Blast Flexible Impermeable or Minimal Partially
'
Water Cleaning Sealed
Abrasive Blast 1A Rigid or Impermeable Rigid or Fully
Cleaning Flexible Flexible Sealed
6
Vacuum Blast 4A Rigid or Permeable Minimal Partially
Cleaning Flexible Sealed

Table I (Continued)
'
Containment Criteria for Removal of Paint Containing Lead and Other Toxic Metals
Ventilation Negative Exhaust
Removal SSPC Containment System Pressure Filtration
2
Method Class Entryway Required Required Required
6
Hand Tool 3P Overlapping or Natural No No
Cleaning Open Seam
6
Power Tool 3P Overlapping or Natural No No
Cleaning w/ Open Seam
Vacuum
Power Tool 2P Overlapping or Natural No No
Cleaning w/o Open Seam
Vacuum
Water Jetting 2W-3W Overlapping or Natural No No
Wet Ab Blast Open Seam
'
Water Cleaning
Abrasive Blast 1A Airlock or Mechanical Yes Yes
Cleaning Resealable
6
Vacuum Blast 4A Open Seam Natural No No
Cleaning
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.

29
2
The 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.
3
Permeability 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.
5
When "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.
6
Ground 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

30
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).

31
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)

32
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: ___________________________________________

33
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:

34
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.

35
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.

36
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
37
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:
38
_________________________________________
_________________________________________
_________________________________________
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 ___________________________

39
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)

40
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.

41
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


42
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
43
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
44
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

45
"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

46
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

47
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

48
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

49
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

50
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;

51
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

52
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

53
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,

54
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.

55
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

56
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

57
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 Location and Description of


Person(s) Completed Operations
Or Organization(s):

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

58
EXHIBIT E (EXAMPLE)
DATE (MM/DD/YYYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE Completed
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
Fully Completed DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.

INSURERS AFFORDING COVERAGE NAIC #


INSURED INSURER A: Name of Insurance Company Completed
INSURER B: Name of Insurance Company Completed
INSURER C: Name of Insurance Company Completed
Fully 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 ADD’L POLICY POLICY
LTR INSRD
POLICY EFFECTIVE EXPIRATION
TYPE OF INSURANCE LIMITS
NUMBER DATE DATE
(MM/DD/YY) (MM/DD/YY)
EACH OCCURRENCE $ 1,000,000
A X GENERAL LIABILITY CG001
DAMAGE TO RENTED
PREMISES (Ea. Occur.)
$ 50,000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR MED EXP (Any one
Policy Policy Start Policy End person)
$ 5,000
OWNERS & CONT PROT ((IF
Number Date Date
REQUIRED) PERSONAL & ADV INJURY $ 1,000,000
______________________________ GENERAL AGGREGATE $ 2,000,000
GEN’L AGGREGATE LIMIT APPLIER PER: PRODUCTS-COMP/OP AGG $ 1,000,000
POLICY PROJECT LOC

A COMBINED SINGLE LIMIT


$ 1,000,000
AUTOMOBILE LIABILITY CA001 (Ea. Accident)

BODILY INJURY (PER


ANY AUTO CA001 Policy Policy Start Policy End $
PERSON)
ALL OWNED AUTOS Number Date Date
SCHEDULED AUTOS BODILY INJURY (PER
HIRED AUTOS $
ACCIDENT)
NON-OWNED AUTOS
_______________________________ PROPERTY DAMAGE (PER
$
ACCIDENT)
AUTO ONLY-EA ACCIDENT $
GARAGE LIABILITY
OTHER THAN EA ACC $
AUTO ONLY:
ANY AUTO $
AGG
$ per
B X EXCESS UMBRELLA LIABILITY EACH OCCURRENCE
request
Policy Policy Start Policy End
OCCUR CLAIMS MADE $ per
Number Date Date AGGREGATE
DEDUCTIBLE request
RETENTION $

WORKES COMPENSATION AND EMPLOYERS’ WC STATU-  OTHER


C LIABIITY Policy Policy Start Policy End TORY LIMITS
ANY PROPRIETOR/PARTNER/EXECUTIVE Number Date Date $
E.L. EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? NO 500,000
If yes, describe under E.L. DISEASE-EA $
SPECIAL PROVISIONS below EMPLOYEE 500,000
E.L. DIESEASE-POLICY $
LIMIT 500,000
OTHER Professional Liability (If Policy Policy Start Policy End
requested) Number Date 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


SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Additional Insured: Village of Westchester, its EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS
officials, employees, agents and volunteers. WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
SIGNATURE OF AUTHORIZED AGENT

ACORD 25 (2001/08)  ACORD CORPORATION


1988

59
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

60
Exhibit G

61
Exhibit H

62
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

63
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

64

Você também pode gostar