Loading...
Resolution 2019-10 Resolution No. 2019- A RESOLUTION OF THE UNITED CITY OF YORKVILLE,KENDALL COUNTY, ILLINOIS,ACCEPTING SERVICE PRINTING CORPORATION'S BID TO PROVIDE DESIGN,PRINTING AND DISTRIBUTION SERVICES RELATING TO THE PARKS & RECREATION DEPARTMENT'S TRI-ANNUAL PROGRAM CATALOG WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of this State; and, WHEREAS, the City has previously advertised for bids on January 17, 2019 for design, printing and distribution services relating to the City's Parks&Recreation Department's tri-annual program catalog and received (2)bids; and, WHEREAS, based upon a review of the bids received and determination as to the qualifications of the bidders,the Mayor and City Council of the City have determined that Service Printing Corporation, an Illinois corporation, is the lowest responsible bidder. NOW,THEREFORE,BE IT RESOLVED,by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. That the bid submitted by Service Printing Corporation is hereby accepted and the Mayor and City Clerk are hereby authorized and directed to execute the contract between the City and Service Printing Corporation as attached hereto and made a part hereof as Exhibit A. Section Z This Resolution shall be in full force and effect from and after its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois, this t_?, day of M rzy—c , A.D. 2019. CITY CLERK CARLO COLOSIMO KEN KOCH If t JACKIE MILSCHEWSKI ARDEN JOE PLOCHER CHRIS FUNKHOUSER JOEL FRIEDERS SEAVER TARULIS JASON PETERSON Resolution No.2019- /0 Page 1 APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois, this o%0 day of Apat L. , A.D. 2019. lvalu'7 AY R Attest: CITY CLERK Resolution No.2019- /0 Page 2 UNITED CITY OF YORKVILLE 800 GAME FARM ROAD YORKVILLE,ILLINOIS 60560 CONTRACT 44, THIS CONTRACT made this I-i day of (&k ,2019,by and between the United City of Yorkville, an Illinois municipal corporation hereinafter called the "Owner" and SCJ�cL Pf� �� �F P. located at 11(po K C(rj k_ far kwG� hereinafter called the"Contractor". CAU'Wcy ,, WITNESSETH: WHEREAS,the Owner has heretofore solicited Bid Proposals for all labor and materials necessary to complete the work specified in the Request for Proposal for the printing and distribution of the Parks and Recreation Program Catalog; WHEREAS,the Owner has found that the Contractor is the lowest responsible bidder for said work and has awarded the Contractor this contract for said work. NOW,THEREFORE,for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: 1. The Contractor agrees to furnish all materials, supplies, tools, equipment, labor and other services necessary to commence and complete the Printing and Distributing of the parks and Recreation Program Catalog proposal in accordance with the conditions and prices stated in the Invitation to Bid, Instructions to Bidders — General Conditions, Special Conditions, Insurance Requirements,Specifications and Plans, Bid Proposal,and Detail Exception Sheet all of which are made a part hereof and herein called the"Contract Documents". 2. The Owner will pay the Contractor in the amounts, manner and at times as set forth in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials,this Contract as of the day and year first above written: OWNER: UNIT C TY OF YORKVILLE By: Mayor 9 �f Attest: CONTRA TOR: City Clerk By: Signature t: 1n M . ��✓'S Ides���' t Print Name and Title 181 Page I s a Yes, a EST • • • INVITATION TO BID THE PRINTING AND DISTRIBUTION OF THE PARKS AND RECREATION PROGRAM CATALOG Deadline: Wednesday, February 13, 2019 10:00 a.m. Local Time UNITED CITY OF YORKVILLE,ILLINOIS LEGAL NOTICE INVITATION FOR BID The United City of Yorkville, Illinois will accept sealed bids for the printing and distribution of the Parks and Recreation Program Catalog. Sealed bids will be received at the address listed below until Wednesday,February 13,2019,at 10:00 a.m. local time. Bids will be publicly opened and read aloud at this time. All proposals should be addressed to: United City of Yorkville Re: (Contractor name) Sealed Bid Parks and Recreation Program Catalog Attention:Carri Parker,Purchasing Manager 800 Game Farm Road Yorkville, IL 60560 Proposal packets are available online at http://www.yorkville.il.us.The link can be found under the Business Tab-Bids& RFPs. Additional packets may be picked up at the United City of Yorkville City Hall,800 Game Farm Road, Yorkville, IL 60560. Please contact the Purchasing Manager to schedule a time to pick up the packet. Any questions or interpretation request regarding this Legal Notice or actual bid specifications shall be directed to Carri Parker, Purchasing Manager in writing at cparker@yorkville.il.us,not less than ten(10)business days prior to the scheduled bid opening date. The bidder shall at all times observe and conform to all laws,ordinances,and regulations of the Federal,State,and City which may in any manner affect the preparation of bids or the performance of the contract. Carri Parker Purchasing Manager � 1 � o - w UNITED CITY OF YORKVILLE, ILLINOIS INSTRUCTIONS TO BIDDERS-GENERAL CONDITIONS These Instructions to Bidders and General Conditions apply to all bids requested and accepted by the City and become a part of the contract unless otherwise specified. Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids. The City assumes that submission of a bid means that the Bidder has familiarized himself with all conditions and intends to comply with them unless noted otherwise. I. Forms—All bids must be submitted on the forms provided,complete with all blank spaces filled in and properly signed in ink in the proper spaces and submitted in a sealed envelope. All bid forms may be obtained from the United City of Yorkville located at 900 Game Farm Road, Yorkville, IL 60560. Please contact the Purchasing Manager to schedule a time to pick up the packet. When completed, deliver the packet to the United City of Yorkville, Attn.Carni Parker,Purchasing Manager,800 Game Farm Road, Yorkville, IL 60560,prior to the bid opening date and time. Bids must be identified as such on the outside of the sealed envelope by marking the envelope "SEALED BID" and with the following information: Company's name,address,item bid,date and time of opening. Bidders may attach separate sheets for the purpose of explanation, exception, or alternative proposal and to cover required unit prices. 2. Submittal of Bid—Bids must be submitted to the attention of the Carri Parker, Purchasing Manager at the above address no later than Wednesday,February 13,2019,at 20:00 a.m. local time. Bids arriving after the specified time will not be accepted. Mailed bids which are delivered after the specified hour will not be accepted regardless of postmarked time on the envelope.Bidders should carefully consider all bid delivery options and select a method that will successfully deliver their bid by the required time and date. 3. Examinatioa of Bid Forms.Saeeificatiom.and Site—The bidder shall carefully examine the bid forms which may include the invitation to bid, instruction to bidders, general conditions, special conditions, plans, specifications, bid form, bond, contract, and any addenda to them before submitting the bid. The bidder shall verify all measurements relative to the work,shall be responsible for the correctness of same. Failure of the bidder to notify the City, in writing, of any condition(s) or measurement(s) making it impossible to carry out the work as shown and specified, will be construed as meaning no such conditions exist and no additional money will be added to the contract. The submission of the bid shall be considered conclusive evidence that the bidder has investigated and is satisfied as to all conditions to be encountered in performing the work, and is fully informed as to character,quality,quantities,and costs of work to be performed and materials to be furnished, and as to the requirements of the bid forms. If the bid is accepted, the bidder will be responsible for all errors in his proposal resulting from his failure or neglect to comply with these instructions,and the City shall not be responsible for any charge for extra work or change in anticipated profits resulting from such failure or neglect. 3 � �' a � - 4. Scope of Work — The bidder shall supply all required supervision, skilled labor, transpiration, new materials, apparatus, and tools necessary for the entire and proper completion of the work. The bidder shall supply, maintain and remove all equipment for the performance of the work and be responsible for the safe,proper and lawful construction, maintenance and use of the same. This work shall be completed to the satisfaction of the City. The City is not responsible for site safety. The bidder is solely and exclusively responsible for construction means,methods,and technologies. 5. Interpretation of Bid Documents — Questions regarding bid documents, discrepancies, omissions, or intent of the specifications or plans shall be submitted in writing to the Purchasing Manager at cparker c@yorkville.il.us, at least ten (1 Q) working days prior to the opening of bids to provide time for issuing and forwarding an addendum. Any interpretations of the Contract Documents will be made only by addendum duly issued or delivered by the City to each person receiving a set of bid documents. The City will not be responsible for any other explanations for interpretations of the Contract Documents. Letters,requested interpretations,clarifications,and/or explanations shall be so noted on the outside of the envelope and on the first page of the letter with the words, INTERPRETATION REQUEST. Letters not properly marked will not be considered as a formal request. Any letter received within ten working days of the bid date will be returned unopened. 6. Bid Guarantee — Unless specifically waived, each bid shall be accompanied by a bid security in an amount of ten percent (10%) or such other percentage as stated in the supplementary conditions of the full amount of the bid in the form of a certified or bank cashier's check or bid bond. In a reasonable time after the bid opening,bid deposits of all except the three lowest responsible bidders will be released. The remaining deposits will be released after the successful bidder has entered into the contract and furnished the required insurance and bonds. The bid deposit shall become the property of the City if the successful bidder within fourteen(14)days from awarding the contract refuses or is unable to comply with the contract requirements,not as a penalty,but as liquidated damages. 7. Receiving Bids—Bids received prior to the time of opening will be securely kept,unopened. The Purchasing manager, whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Purchasing Manager or the City for the premature or nonopening of a bid not properly addressed and identified,except as otherwise provided by law. 8. Late and Fax Bids—Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted and will be refused and returned unopened. It is the bidder's responsibility for timely delivery regardless of the methods used. Mailed bids which are delivered after the specified hour will not be accepted regardless of postmarked time on the envelope. Facsimile machine transmitted bids will not be accepted,nor will the City transmit bid documents to prospective bidders by way of a facsimile machine. 9. Completeness — All information required by the Invitation to Bid must be supplied to constitute a responsive bid. The Bidder's submittal shall include the completed Bid Proposal found in the contract documents. The City will strictly hold the bidder to the terms 411' ,,#- of the bid. The bid must be executed by a person having the legal right and authority to bind the bidder. 10. Error in Bids— When an error is made in extending total prices, the unit bid price and/or written words shall govern. Otherwise, the bidder is not relieved from errors in bid preparation. Erasures in bids must be explained over signature of bidder. 11. Withdrawal of Bids—A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Purchasing Manager prior to the specified time of opening. After the opening,the bidder cannot withdraw or cancel his bid for a period of forty-five(45)calendar days,or such longer time as stated in the bid documents. 12. Bidder Interested in More than Out Bid—Unless otherwise specified if more than one bid is offered by any one party, by or in the name of his or their agent, partner, or other persons,all such bids may be rejected. A party who has quoted prices on work,materials, or supplies to other bidders is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work,materials,or supplies. 13. Bidder's aaslifications—No award will be made to any bidder who cannot satisfy to the City that they have sufficient ability and experience in this class of work, as well as sufficient capital and equipment to do the job and complete the work successfully within the time named(i.e., responsible). The City's decision or judgment on these matters shall be final and binding. The City may make such investigations as it deems necessary. The bidder shall furnish to the City al I information and data the City may request for the purpose of investigation. 14. Bid Award for All or Part—Unless otherwise specified,bids shall be submitted for all of the work or items for which bids are requested. The City reserves the right to make award on all items,or any of the items,according to the best interests of the City. 15. Saamles—Samples or drawings requested shall be delivered and removed at no cost to the City. The City shall not be responsible for damage to samples. Samples shall be removed by the bidder within thirty(30)days after notification. Samples must be submitted prior to the time set for the opening of bids. 16. Eaniament or Materials— Each bidder shall submit catalogs, descriptive literature, and detailed drawings necessary to fully describe those features or the material or work not covered in the specifications. The parts and materials bids must be of current date (latest model)and meet specifications. This provision excludes surplus,remanufactured,and used products except as an alternate bid. The brand name and/or manufacturer of each item proposed must be clearly stated in the bid. Guarantee and/or warranty information must be included with this bid. 17. RESERVED 18. Delivery — Where applicable all materials shipped to the City must be shipped F.O.B. delivered, designated location, Yorkville, Illinois. If delivery is made by truck, arrangements must be made in advance by the bidder, with concurrence by the City, for receipt of the materials. The materials must be delivered where directed. Truck deliveries will be accepted at the Parks and Recreation Facility between 8:30 AM and 4:30 PM, weekdays only. 19. Estimated Bid Onantities— On "Estimated Quantities," the City may purchase more or less than the estimates. The Contractor shall not be required to deliver more than ten (10) percent in excess of the estimated quantity of each item unless otherwise agreed upon. 20. Trade Names —Alternative Bid— When an item is identified in the specifications by a manufacturer's or trade name or catalog number, the bidder shall bid upon the item so identified. If the specifications state"or equal" bids on other items will be considered, provided the bidder clearly identifies in his proposal the item to be furnished, together with any descriptive matter which will indicate the character of the item. Bidders desiring to bid on items which deviate from these specifications, but which they believe are equivalent, are requested to submit alternate bids. However, ALTERNATE BIDS MUST BE CLEARLY INDICATED AS SUCH AND DEVIATIONS FROM THE APPLICABLE SPECIFICATIONS PLAINLY NOTED. The bid must be accompanied by complete specifications for the items offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. The City shall be the sole and final judge unequivocally as to whether any substitute from the specifications is of equivalent or better quality. 21. Prime' — Unit prices shall be shown for each unit on which there is a bid as well as the aggregate price and shall include all packing,crating freight and shipping charges,and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state,or federal taxes. The City is exempt, by law, from paying State and City Retailer's Occupation Tax, State Service Occupation and Use Tax and Federal Excise Tax. The City will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price but may be used in an overall evaluation. 22. Consideration of Biel—No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the City upon any debt or contract,or that is a defaulter, as surety or otherwise, upon any obligation to the City or had failed to perform faithfully any previous contract with the City. The bidder, if requested, shall present within 48 hours evidence satisfactory to the City of performance ability and possession of necessary facilities, pecuniary recourses, and adequate insurance to comply with the terms of these specifications and contract documents. 23. Award or Reiection—The City reserves the right to reject and/or award any and all bids or parts thereof and to waive formalities and technicalities according to the best interests of the City. Any bid submitted will be binding for forty-five (45)days subsequent to the date of 61Pac the bid opening. A contract will be awarded to the lowest responsible bidder complying with the conditions of the contract documents only when it is in the best interest of the City to accept the bid. The City shall be the sole judge of compliance with the specifications and reserves the right to accept or reject any and/or all bids or parts thereof. 24. Execution of Contract — The successful bidder shall, within fourteen (14) days after notification of the award: (a) enter into a contract in writing with the City covering all matters and things as are set forth in the specifications and his bid and (b)carry insurance acceptable to the City, covering public liability, property damage, and workmen's compensation. After the acceptance and award of the bid and upon receipt of a written purchase order executed by the proper officials of the City, this Instruction to Bidders, including the specifications,will constitute part of the legal contract between the United City of Yorkville and the successful bidder. 25. RESERVED 26. Comaliance with All Laws—All work under the contract must be executed in accordance with all applicable federal, state, and local laws, ordinances, rules, and regulations which may in any manner affect the preparation of the bid or performance of the contract. 27. RESERVED 28. RESERVED. 29. RESERVED. 30. Contract Alterations—No amendment of a contract shall be valid unless made in writing and signed by the City Administrator or his/her authorized agent. 31. Nom—All notices required by the contract shall be given in writing. 32. Nonassismabillty—The Contractor shall not assign the contract,or any part thereof,to any other person,firm,or corporation without the previous written consent of the City Manager. Such assignment shall not relieve the Contractor from his obligations or change the terms of the contract. 33. Indemnity—To the fullest extent permitted by law,the Contractor hereby agrees to defend, indemnify, and hold harmless the City, its officials, agents, and employees, against all injuries,deaths, loss,damages,claims,patent claims, suits, liabilities,judgments,cost,and expenses, which may in anywise accrue against the City, its officials, agents, and employees,arising in whole or in part or in consequence of the performance of this work by the Contractor, its employees, or subcontractors, or which may anywise result therefore, except that arising out of the sole legal cause of the City, its agents, or employees, the Contractor shal 1,at its own expense,appear,defend,and pay all charges of attorneys and al l costs and other expenses arising therefore or incurred in connections therewith,and,if any judgment shall be rendered against the City,its officials,agents,and employees,in any such action,the Contractor shall,at its own expense,satisfy and discharge the same. 7P ,� 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 City, its officials,agents,and employees as herein provided. 34. Insurance — In submission of a bid, the bidder is certifying that he has all insurance coverages required by law or would normally be expected for bidder's type of business. In addition, the bidder is certifying that he has or will obtain at least the insurance coverages on the attached Insurance requirements. 35. Default—The City may terminate a contract by written notice of default to the Contractor if a. The Contractor fails to make delivery of the materials or perform the services within the time specified in the proposal,or b. fails to make progress so as to endanger performance of the contract,or c. fails to provide or maintain in full force and effect, the liability and indemnification coverages or performance bond as required. If the City terminates the contract,the City may procure supplies or services similar to those so terminated,and the Contractor shall be liable to the City for any excess costs for similar supplies and services, unless the Contractor provides acceptable evidence that failure to perform the contract was due to causes beyond the control and without the fault or negligence of the Contractor. 36. Inspection —The City shall have a right to inspect, by its authorized representative, any material, components, or workmanship as herein specified. Materials, components, or workmanship that has been rejected by the authorized representative as not in accordance with the terms of the specifications shall be replaced by the Contractor at no cost to the City. 37. Supplementary Conditions — Wherever special conditions are written into the specifications or supplementary conditions which are in conflict with conditions stated in these Instructions to Bidder, the conditions stated in the specifications or supplementary conditions shall take precedence. 38. Permits and Licenses— The successful bidder and their subcontractor(s) shall obtain, at their own expense,all permits and licenses which may be required to complete the contract. Fees for all City permits and licenses shall be waived. 39. Bidder's Certification — - In compliance with the Illinois State Law that requires each bidder to file a certification regarding bid rigging and bid rotating and that it is not delinquent in its taxes, the bidder shall rile with its bid the attached Bid Proposal Certification. 40. Chance Orders— After the contract award, changes in or additions to the work and/or a change in the amount of money to be paid to the bidder must be the result of an approved change order first ordered by the Director of the lead department and approved by the City Administrator and/or City Council. 41. Time of Completion — The successful bidder shall completely perform its bid in strict accordance with its terms and conditions within the number of consecutive calendar days after notification of award of the contract as stated in the bid proposal. 42. Payment—Payment will be made within thirty(30)days after acceptance of the job by the City after the completion of the work as covered within the contract documents. 43. Guarantees and Warranties—All guarantees and warranties required shall be furnished by the successful bidder and shall be delivered to the City before final payment on the contract is issued. 44. Waiver of Lien — where applicable a waiver of lien and contractor's affidavit must be submitted by the successful bidder, verifying that all subcontractors and material invoices have been paid prior to the City approving final payment. UNITED CITY OF YORKVILLE,ILLINOIS SPECIAL CONDITIONS I. Contractors Qualifications- if requested,the interested Contractor must provide a detailed statement regarding the business and technical organization of the Contractor that is available for the work that is contemplated. Information pertaining to financial resources,experiences of personnel, previously completed projects, plant facilities, and other data may also be required to satisfy the City that the Contractor is equipped and prepared to fulfill the Contract should the Contract be awarded to him. The competency and responsibility of Contractors and of their proposed subcontractors will be considered in making awards. If requested by the City, the Contractor shall include a complete list of all equipment and manpower available to perform the work intended on the Plans and Specifications. The list of equipment and manpower must prove to the City that the Contractor is well qualified and able to perform the work, and it shall be taken into consideration in awarding the Contract. The list shall be included with the sealed bid package. The City may make such investigations as it deems necessary,and the Contractor shall furnish to the City under oath,if so required,all such information and data for this purpose as the City may request. A responsible Contractor is one who meets all of the following requirements: • Have adequate financial resources or the ability to secure such resources. • Have the necessary experience,organization,and technical qualifications,and has or can acquire,the necessary equipment to perform the proposed Contract. • Is able to comply with the required performance schedule or completion date,taking into account all existing commitments. • Has a satisfactory record of performance,integrity,judgment,and skills. • Is qualified and eligible to receive an award under all applicable laws and regulations. 2. Basis of Payment-The Contractor shall submit with each payment request the Contractor's Partial Waiver of Lien for the full amount of the requested payment. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit partial waivers of lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. The Contractor's request for final payment shall include the Contractor's Final Waiver of Lien which shall be for the full amount of his Contract, including any change orders thereto, and Final Waivers of Lien from all subcontractors and suppliers for which Final Waivers of Lien have not previously been submitted. 3. RESERVED. 4. General Guarantee - Neither the final certificate of payment nor any provision in the Contractor Documents, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom,which shall appear within a period of one(1)year from the date of final acceptance of the work unless a 1011, 'ipr. longer period is specified. The United City of Yorkville will give notice of observed defects with reasonable promptness. The Contractor shall guarantee all materials and workmanship as defined by the Performance Bond,and Maintenance Bond requirements. Unless otherwise amended in writing by the Purchasing Manager,the date of the Start of any Guarantees, Warranties and Maintenance Bonds shall be coincident with the Date of Acceptance of the entire project. 5. RESERVED. 6. Termination of Cootnd - The United City of Yorkville reserves the right to terminate the whole or any part of this Contract, upon written notice to the Contractor, in the event that sufficient funds to complete the Contract are not appropriated by the Board of Trustees of the United City of Yorkville. The United City of Yorkville further reserves the right to terminate the whole or any part of this Contract,upon written notice to the Contractor, in the event of default by the Contractor. Default is defined as failure of the Contractor to perform any of the provisions of this Contract, or failure to make sufficient progress so as to endanger performance of this Contract in accordance with its terms. In the event of default and termination, the United City of Yorkville may procure,upon such terms and in such manner as the United City of Yorkville may deem appropriate,supplies or services similar to those so terminated. The Contractor shall be liable for any excess costs for such similar supplies or service unless acceptable evidence is submitted to the United City of Yorkville that failure to perform the Contract was due to causes beyond the control and without the fault or negligence of the Contractor. 7. RESERVED. 8. RESERVED. 9. RESERVED. 10.RESERVED. 11.RESERVED, 12.RESERVED. INSURANCE REQUIREMENTS The Contractor shall provide satisfactory proof of commercial general liability, property damage, bodily injury,automobile liability,and workers compensation insurance,naming the United City of Yorkville,together with its officers,agents,employees and engineers as additional primary, non-contributory named insureds prior to commencing work. All policies shall be written on a "per occurrence" basis. The Contractor shall procure and maintain insurance for protection from claims under worker's compensation acts,claims for damages because of bodily injury including personal injury, sickness or disease or death of any and all employees or of any person other than such employees,and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom,alleged to arise from the Contractor's or its officers',agent's, employees' negligence in the performance of services under this Agreement. Contractors certificate of insurance shall contain a provision that the coverage afforded under the policy(s)will not be canceled or reduced without thirty(30)days prior written notice(hand delivered or registered mail)to the Village.Contractor shall promptly forward new certificate(s) of insurance evidencing the coverage(s)required herein upon annual renewal of the subject policies. Failure of the Contractor to supply a valid certificate of insurance,or if previously valid certificate of insurance has expired and is not replaced, is grounds for issuance of a stop work order until such time as a valid certificate of insurance is provided. Failure of the Village to collect or demand a certificate of insurance shall not be deemed a waiver of the requirement to provide one. The limits of liability for the insurance required by this Subsection shall not be less than the following: Workmen's Compensation Insurance: All Liability imposed by Workmen's Compensation statute Employer's Liability Insurance $1,000,000 Contractual Liability Insurance $1,000,000 Completed Operations Insurance $ 500,000 Owned,Hired, and Non-Ownership Vehicle, Bodily Injury and Property Damage to the following Limits: Commercial General Liability $2,000,000(each occurrence) Bodily Injury $2,000,000(each person) $2,000,000(each accident) Property Damage $2,000,000(each accident) Automobile Liability $1,000,000 combined single limit (each accident) Umbrella Liability $3,000,000(each occurrence) $3,000,000(aggregate) 12 � P + r_ SPECIFICATIONS AND PLANS The United City of Yorkville is currently seeking companies to provide printing and distribution services for the quarterly Parks and Recreation Department brochure,"Program,Event and Facility Guide", for the 2019/2020 year. I. ISSUES • Triannual Catalogs(Summer, Fall, W inter/Spring) • Total of approximately 20,000 Catalogs Printed per Catalog • 36 Pages—28 Pages(Black with one Color)&6 Pages(Full Color Gloss—includes cover) Q. PRODUCTION SCHEDULE .> �AQPMV Jletl I'riir � S>otbscrr`i Summer Guide 3/15 4/11 4/26 Fall Guide 6/19 7/17 7/31 Winter/Spring Guide 1 10/11 1 11/6 1 11/2$ III. CITY TO PROVIDE TO PRINTER According to above production schedule,the United City of Yorkville will supply to printer: • Digital format with some supporting documents IV. PRINTER TO PROVIDE TO THE CITY According to the above production schedule,printer will supply the United City of Yorkville: • Creation and full design of the catalog V. SPECIFICATIONS • Size: 8 %"x 11"page • Binding: Wire saddle stitch on I I"side • Paper: 60#white recycled enamel stock throughout. Sample of actual stock that will be used and a sample of a similar publication which company has printed must be submitted with proposal. Ink Options: 1. Four color process on 4-page cover(front cover, inside front cover,back cover, inside back cover) Black and one PMS color throughout. 139 2. Four color process on 4-page cover(front cover, inside front cover, back cover, inside back cover); four color process on center four pages; Black and one PMS color throughout. VI. PRODUCT DELIVERY All catalogs must be delivered through the USPS based on a predetermined radius of the Parks& Recreation Office. Additional catalogs will be delivered in bulk to the Parks and Recreation Office for distribution to City offices. VII. FEES Printer will have a minimum of 22 working days from receipt of document to required delivery date. A delivery delay of more than 2 working days past the delivery date in the production schedule caused by the printer will result in a price reduction of$250 per day to be levied at the discretion of the United City of Yorkville. A printer generated error which cannot be corrected within 3 days will result in a reasonable price reduction up to 10%of the total printing cost. Failure of printer to make an adjustment acceptable to the United City of Yorkville will be cause for termination of contract. In the event the full number of catalogs ordered is not delivered,Printer will be required to print additional catalogs to complete order at no additional cost to the United City of Yorkville. Any unauthorized overrun will be the financial responsibility of the Printer. Any artwork and photographs to be used in publication will be provided to the contractor but shall remain the property of the United City of Yorkville and shall be returned to Parks and Recreation Department upon publication of the edition of the catalog for which they are used. VIII. PROPOSAL SCHEDULE Selection Process Steps Estimated Date(s) Park Board Approval to Release January 10 2019 City Council Approval to Release January 22 2019 Release of Invitation to Bid ITB January 23 2018 Final Date for Contractors to Submit Questions February 3 2019 at 10:00 AM Proposals Due February 13 2019 at 10:00 AM City Council Approval to Purchase February 19 2019 14 � E' , BID PROPOSAL Note: The Bidder must complete all portions of this Bid Sheet The undersigned, having examined the specifications, and all conditions affecting the specified project,offer to furnish all services, tabor,and incidentals specified for the price below. I (We)propose to complete the following project as more fully described in the specifications for the following: Bidding Company Name: CQrM R•-i�d Contact Name: ��O�tl n'� ,,S (' k4'f)J Phone Number: n(Q - G UQ(D Email: C-as ,Ne lj I CQ 1'r) C�aCw)f42, G�r� Bid Details: • Printing and distribution of the Triannual Catalogs(Summer, Fall, Winter/Spring) Total of approximately 20,000 Catalogs Printed per Catalog 36 Pages—28 Pages(Black with one Color)&6 Pages(Full Color Gloss—includes cover) Grand Total $ M � 3 Our firm has not altered any of the written texts within this document. Only those areas requiring input by the respondent have been changed or completed. If it is the Contractor's intention to utilize a subcontractor(s) to fulfill the requirements of the Contract, the City must be advised of the subcontractor's company name, address, telephone and •fax numbers, and a contact person's name at the time of bid submittal. YES NO Will you be utilizing a subcontractor? If yes,have you included all required Information with your bid submittal? OR NO BID—Keep our company on your Bidders List Signature Date NO BID—Remove our company from Your Bidders List Signature Date 15 � f' + g SID PROPOSAL(continued) The undersigned contractor; A. Certifies that it is not barred from bidding or contracting with the Village as a result of a violation of either Paragraph 33E-3(Bid rigging)or 33E-4(Bid rotating)of Act 5,Chapter 720 of the Illinois Complied Statutes regarding criminal interference with public contracting, and B. Swears under oath that it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue as required by Chapter 65,Act 5,paragraph 11-42.1 of the Illinois Complied Statutes,and C. States that is has a written sexual harassment policy as required by the Illinois Human Rights Act(775 ILCS 5/2-105(A)(4)a copy of which shall be provided to the Village upon request,and D. Agrees to comply with the requirements of the Illinois Human Rights Act regarding Equal Employment Opportunities as required by Section 2-105 of the Illinois Human Rights Act(775 ILCS 5/2-105)and agrees to comply with the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE in Appendix A, Section 750,Part 750,Chapter X, Subtitle B of Title 44 of the Illinois Administrative Code incorporated herein by reference,and D. Agrees to comply with the civil rights standards set forth in Title VII of the Civil Rights Act as mandated in Executive Order No. 11246,U.S.C.A. Section 2000e n.114 (September 24, 1%5),and E. Agrees to comply with the Substance Abuse Prevention on Public Works Projects Act (820 ILCS 265/1 et seq.) if this Project is a "public work" within the meaning of the Illinois Prevailing Wage Act(820 ILCS 130/.01 et seq.)and prohibit substance abuse while performing such work and has a substance abuse prevention program,and F.Agrees to provide a drug free workplace pursuant to the Drug Free Workplace Act(30 ILCS 580/1 et seq.)(25 or more employees under a contract of more than$5,000 or for individuals only when greater than $5,000),and G. Agrees to comply with the Employment of Illinois Workers on Public Works Act(30 ILCS 570/0.01 et seq.)and employ Illinois laborers if at the time of this contract is executed or if during the term of this contract there is excessive unemployment in Illi ois as defined in the Act. W(e. F Contractor's Firm Name Date �r , Si Name and Title Print Name and Title ` Mto () GAVI Creck- ��kwav d(JJ7//U 61 L12-- Street Address City S Zip (aLl � - G69 - acs—)o ni — �� 30 Phone Number Fax Number 1r- Ln n'k cue_ f�P c1 ��I�i n �� Cr>r0. Email Address �- 161P 'l ; e DETAIL EXCEPTION SHEET Any exception must be clearly noted on this sheet. Failure to do so may be reason for rejection of the bid. It is not our intention to prohibit any potential bidder from bidding by virtue of the specifications, but to describe the material(s)and service(s)actually required. The City reserves the right to accept or reject any or all exceptions. Bidder's exceptions are: 171Paf; e UNITED CITY OF YORKVILLE SW GAME FARM ROAD YORKVILLE,ILLINOIS 60560 CONTRACT THIS CONTRACT made this day of ,2019,by and between the United City of Yorkville, an Illinois municipal corporation hereinafter called the "Owner" and located at hereinafter called the"Contractor". WITNESSETH: WHEREAS,the Owner has heretofore solicited Bid Proposals for all labor and materials necessary to complete the work specified in the Request for Proposal for the printing and distribution of the Parks and Recreation Program Catalog; WHEREAS,the Owner has found that the Contractor is the lowest responsible bidder for said work and has awarded the Contractor this contract for said work. NOW,THEREFORE,for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: 1. The Contractor agrees to furnish all materials, supplies, tools, equipment, labor and other services necessary to commence and complete the Printing and Distributing of the parks and Recreation Program Catalog proposal in accordance with the conditions and prices stated in the Invitation to Bid, Instructions to Bidders — General Conditions, Special Conditions, Insurance Requirements,Specifications and Plans,Bid Proposal,and Detail Exception Sheet all of which are made a part hereof and herein called the"Contract Documents". 2. The Owner will pay the Contractor in the amounts, manner and at times as set forth in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials,this Contract as of the day and year first above written: OWNER: UNITED CITY OF YORKVILLE By: Mayor Attest: CONTRACTOR: City Clerk By: Signature Attest: Print Name and Title 181r ., service printing corporation February 11, 2019 To: Yorkville Park District Mailing Portion of Park Brochure: The enclosed bid price provides the Yorkville Park District with Design, Proof, Print, Saddle Stitch of brochures with two scenarios per bid request. Also included in our quote price is our mailing services. The required 6 post office deliveries, to meet the mailing requirements of the brochure as predetermined by the Parks and Rees office. All remainder brochures are delivered to Yorkville Park District office. Sincerely, Jeannine Jenkins Service Printing Corporation 11960 Oak Creek Parkway■Huntley, Illinois 60142 Phone: 847-669-9620■Fax: 847-669-9630 serviceprintingcorp.com service printing corporation e 11960 Oak Creek Parkway ■ Huntley,Illinois 60142 Phone 847.669.9620 a Fax 847.669.9630 Irwww.serviceprintingcorp.com Quotation 96426 Date: 02/06119 Yorkville Park District 201 West Hydraulic Street Yorkville IL 80560 201 Shay Remus 630-&53-4367I Genell KMG j FIRM Design,proof,print saddle stitch to create a 36pg,saturation route sort from your supplied routes, delivery to(6)post office and to Park district Office Postage is not included-postage is due 3 days prior to dropping at the post office. Catalog-36pages total-4pg Cover 414+4pg Center 414+28pg Body 2/2 20,000 Cover 4pg&Center Spread 4pg-414-80#Gloss Text 11,806.81 Text Coated:Other 10.75 x 16.5 801E Gloss Text Front:4 Colors CMYK Back: 4 Colors CMYK Body 28pg-212-60#Offset Offset:Other 10.75 x 16.5 60#Husky Offset-White Front:2 Colors Black&PMS Back: 2 Colors Black&PMS By placing an order,you agree to be bound by the TERMS&CONDITIONS of Service Printing Corporation. Service Printing Corporation 11960 Oak Creek Parkway•Huntley It.60142-(847)669-9620 service printing corporation D 11960 Oak Creek Parkway ■ Rm ley,INinois 60142 j Phone 847.669.9620 ■ Fax 847.669.9630 C www.serviceprintingcorp.com Quotation 95427 Date: 02/06/19 Yorkville Park District 201 West Hydraulic Street Yorkville IL 60560 Acct N(, ordercd F3; phcjlf F a), RO No Prepared Ey SnIes Rep 201 Shay Remus 630-553-47 Geneli KMG 35 IUMKM Design,proof,print,saddle stitch to create a 36pg,saturation mute sort from your supplied routes, delivery to(6)post office and to Park district Office Postage is not included-postage is due 3 days prior to dropping at the post office. Catalog-36pages total-4pg Cover 414&32pg Body 212 i 20,000 Cover 4pg-414-804 Gloss Text 11,142.38 Text Coated:Other 10.75 x 16.5 80#Gloss Text Front:4 Colors CMYK Back: 4 Colors CMYK Body 32pg-2►2-60tt Offset Offset:Other 10.75 x 16.5 600 Husky Offset-White Front:2 Colors Black&PMS Back: 2 Colors Black&PMS By placing an order,you agree to be bound by the TERMS&CONDITIONS of Service Printing Corporation. Service POW**Corporator•11900 Oak Creek Parkway Huntley IL 60142-(847)669.9620