bidders need not return the entire proposal project … · 07/05/2015  · traffic control...

151
1 Project Name: Water and Sewer Main Improvements Project Number: 15-13 Location: VILLAGE OF OAK PARK, ILLINOIS Kenilworth Avenue between Chicago Avenue and August Street Harvey Avenue between Augusta Street and Thomas Street Various Other Locations throughout the Village Submitted to the President and Board of Trustees By:__________________________________________ Contractor’s Name _____________________________________________ Address _____________________________________________ City BIDDERS NEED NOT RETURN THE ENTIRE PROPOSAL

Upload: others

Post on 23-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

  • 1

    Project Name: Water and Sewer Main Improvements Project Number: 15-13

    Location: VILLAGE OF OAK PARK, ILLINOIS Kenilworth Avenue between Chicago Avenue and August Street

    Harvey Avenue between Augusta Street and Thomas Street

    Various Other Locations throughout the Village

    Submitted to the President and Board of Trustees

    By:__________________________________________ Contractor’s Name _____________________________________________ Address _____________________________________________ City

    BIDDERS NEED NOT RETURN THE ENTIRE PROPOSAL

  • 2

    Notice to Bidders

    Time and Place of Opening of Bids Sealed proposals for the improvement described below will be received at the Office of the

    Village Engineer, Monday through Friday, 8:30 A.M. to 4:00 P.M. at 201 South Boulevard, Oak

    Park, Illinois 60302 until 10:00 A.M. Thursday, May 21, 2015 at which time the proposals

    shall be publicly opened and read.

    Description of Work Name: Water and Sewer Main Improvements

    Location: Kenilworth Avenue between Chicago Avenue and August Street; Harvey Avenue

    between Augusta Street and Thomas Street; Various Other Locations throughout the Village.

    Proposed Improvement: In general, the improvements consist of the installation of ductile iron

    water main, including valves, domestic services lines, fire hydrants, and precast valve vaults;

    installation of sewer main, house sewer services, precast manholes and drainage structures;

    restoration of street pavements including bituminous pavements, curb and gutter, sidewalks,

    and driveways; restoration of landscaped parkway areas; a bid alternate for roller compacted

    concrete pavements; and all appurtenant work thereto.

    Bidders Instructions 1. Plans and proposal forms will be available in the Office of the Village Engineer, 201 South

    Boulevard, Oak Park, Illinois 60302 upon payment of $40.00 (non-refundable). No plans will be issued to prospective bidders after 4 P.M. on the working day preceding the opening of bids. Proposals will not be accepted by the Village of Oak Park from Contractors who

    have failed to provide payment, if required, for obtaining proposal forms and have also

    failed to register with the Engineering Division of the Public Works Department as plan

    holders for this project.

    2. At the bid opening, all proposals must be accompanied by a proposal guaranty in the

    amount of 5% of the bid amount. The proposal guaranty shall be in the form of a bid bond

    executed by a corporate surety company or a bank cashier’s check.

    RETURN WITH BID

  • 3

    3. The awarding authority reserves the right to waive technicalities and to reject any or all

    proposals as provided in Article 102.01 of the “Standard Specifications for Road and Bridge

    Construction,” prepared by the Illinois Department of Transportation.

    4. The work to be performed pursuant to this Proposal is subject to the Illinois Prevailing

    Wage Act, 820 ILCS 130/0.01 et seq.

    5. Bidders need not return the entire proposal when bids are submitted. Portions of the

    proposal that must be returned include the following:

    a. Proposal Cover

    b. Notice to Bidders

    c. Contract Proposal (I)

    d. Contract Schedule of Prices Form (II) (if required)

    e. Proposal Bid Bond (III) (if required)

    f. Contractor’s Certification (IV)

    g. Tax Compliance Affidavit (V)

    h. Fair Employment Practices Affidavit of Compliance (VI)

    i. Village of Oak Park EEO Report (VII)

    j. Participation Statement

    SCHEDULE C: Village of Oak Park Letter of Intent From MBE/WBE to Perform as a

    Subcontractor, Supplier, and/or Consultant

    SCHEDULE D: Village of Oak Park M.WBE Participation

    k. Affidavit of Availability

    Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds,

    should be stapled together to prevent loss when bids are processed.

    By Order of

    __________________________

    RETURN WITH BID Bill McKenna, Village Engineer

  • 4

    Proposal

    Proposal of _______________________________________________________________________

    __________________________________________________________________________________

    for the improvement of sewer main, water main, roadway pavements, sidewalks and curbs as noted herein

    and the performance of all appurtenant work thereto.

    1. The plans for the proposed work are those prepared by Engineering Resource Associates, Inc, 3s701 West Avenue, Suite 150, Warrenville, Illinois on May 6, 2015.

    2. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Bridge Construction” and the ”Supplemental Specifications” there

    to, the “Standard Specifications for Water and Sewer Construction in Illinois”, and the “Manual for Uniform

    Traffic Control Devices”, adopted and in effect on the date of invitation of bids.

    3. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Supplemental Specifications and Recurring Special Provisions” contained in this proposal.

    4. The undersigned agrees to substantially complete the work on Kenilworth and Harvey Avenues by August 21, 2015 and final completion by October 23, 2015 unless additional time is granted in accordance with the

    specifications.

    5. Accompanying this proposal is either a bid bond on the Village Bond form or a proposal guaranty check, complying with the specifications, made payable to the Village of Oak Park. The amount of the check is

    __________________________ ($ ___________).

    6. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the awarding authority.

    7. Each pay item should have a unit price and a total price. 8. The unit price shall govern if no total price is shown or if there is a discrepancy between the results of unit

    price multiplied by the quantity.

    9. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or

    employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a

    RETURN WITH BID

  • 5

    matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery

    on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The

    undersigned firm further certifies that it is not barred from bidding on this contract as a result of a conviction

    for the violation of State laws prohibiting bid-rigging or bid-rotating.

    12. The work to be performed pursuant to this Proposal is subject to the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq.

    Special Note: The Prevailing Wage Act / Federal Requirements require maintaining and submitting

    Certified Payroll records monthly for all entities working on this project.

    13. Proposal Guaranty Check:

    In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be

    equal to the sum of the proposal guaranties that would be required for each individual proposal.

    If the proposal guaranty check is placed in another proposal; state below where it can be found. The proposal guaranty check will be found in the proposal for: Village of Oak Park

    Project 15-13 Water and Sewer Main Improvements

    Attach Cashier’s Check or Certified Check Here

  • 6

    14. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract:

    SCHEDULE OF PRICES

    (For complete information covering these items, see IDOT specifications and Special Provisions.)

    ITEM

    NO. PAY ITEM QUANTITY UNIT UNIT PRICE -$- TOTAL PRICE

    -$-

    1 TREE PROTECTION 1 L SUM

    2 TREE ROOTS PRUNING 2000 LIN FT

    3 TREE REMOVAL (6 TO 15 UNITS DIAMETER) 12 UNIT

    4 INLET FILTERS 31 EACH

    5 TRENCH BACKFILL 3180 CU YD

    6 SUB-BASE GRAN MATERIAL, TYPE A, 4" 5856 SQ YD

    7 SUB-BASE GRAN MATERIAL, TYPE B 175 CU YD

    8 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL 192 CU YD

    9 POROUS GRANULAR EMBANKMENT 192 CU YD

    10 WOVEN GEOTEXTILE-MIRAFI FW403 OR EQUAL 560 SQ YD

    11 BITUMINOUS SURFACE REMOVAL (COLD MILLING), 2" 236 SQ YD

    12 PAVEMENT REMOVAL 5587 SQ YD

    13 EARTH EXCAVATION 138 CU YD

    14 COMBINATION CURB AND GUTTER REMOVAL 1614 LIN FT

    15 SIDEWALK REMOVAL 7895 SQ FT

  • 7

    ITEM

    NO. PAY ITEM QUANTITY UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    16 DRIVEWAY PAVEMENT REMOVAL 61 SQ YD

    17 COMB CONC C&G, TYPE B-6.12 (MOD) 1614 LIN FT

    18 PCC SIDEWALK 5 INCH 7745 SQ FT

    19 PCC SIDEWALK 7 INCH 150 SQ FT

    20 DETECTABLE WARNINGS SPECIAL 180 SQ FT

    21 PCC DRIVEWAY PAVEMENT 8 INCH 61 SQ YD

    22 PROTECTIVE COAT 1302 SQ YD

    23 PAVEMENT PATCHING 146 SQ YD

    24 CLASS C PATCHES SPECIAL, TYPE I, 9” 4 SQ YD

    25 CLASS C PATCHES SPECIAL, TYPE II, 9” 19 SQ YD

    26 CLASS D PATCHES SPECIAL 5 TON

    27 EPOXY COATED TIE BAR NO. 6 40 EACH

    28 VALVE REM & REPL, 6" 1 EACH

    29 VALVE REM & REPL, 10" 1 EACH

    30 VALVE REM & REPL, 16" 2 EACH

    31 6"x8" TAP TEE WITH 8" TAP VALVE 1 EACH

    32 8"x8" TAP TEE WITH 8" TAP VALVE 1 EACH

    33 DUCTILE IRON WM 4" ENCASED IN POLY 32 LIN FT

    34 DUCTILE IRON WM 6" ENCASED IN POLY 20 LIN FT

    35 DUCTILE IRON WM 8" ENCASED IN POLY 621 LIN FT

  • 8

    ITEM

    NO. PAY ITEM QUANTITY UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    36 MISCELLANEOUS FITTINGS 1000 POUND

    37 FIRE HYDRANT TYPE A 2 EACH

    38 FIRE HYDRANT TYPE B 1 EACH

    39 VALVE VAULTS, TYPE A, 4'-DIA, T1FCL 2 EACH

    40 VALVE VAULTS, TYPE A, 5'-DIA, T1FCL 1 EACH

    41 VALVE VAULTS, TYPE A, 6'-DIA, T1FCL 1 EACH

    42 VALVE BOX 2 EACH

    43 WATER SERVICE INSTALLATION 1" 18 EACH

    44 WAT SERV LINE IN TR, 1", COPPER 128 LIN FT

    45 WAT SERV LINE AUG, 1", COPPER 70 LIN FT

    46 CUT AND CAP EXISTING 6" WATER MAIN 2 EACH

    47 REMOVE TEE/CROSS 1 EACH

    48 REMOVE CROSS REPLACE WITH TEE 1 EACH

    49 VALVE VAULT TO BE REMOVED 2 EACH

    50 VALVE BOX TO BE REMOVED 3 EACH

    51 FIRE HYDRANTS TO BE REMOVED 2 EACH

    52 6" PVC CLEANOUT INSTALLED 2 EACH

    53 SEWER LATERAL AND RECONNECTION, 6" PVC SDR 26 ASTM D-2241 765 LIN FT

    54 SEWER LATERAL AND RECONNECTION, 8" PVC SDR 26 ASTM D-2241 25 LIN FT

    55 SEWER LATERAL AND RECONNECTION, 12" PVC SDR 26 ASTM D-2241 15 LIN FT

  • 9

    ITEM

    NO. PAY ITEM QUANTITY UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    56 STORM SEWERS, TYPE 1, 8" DIP 43 LIN FT

    57 STORM SEWERS, TYPE 2, 8" PVC SDR 26 ASTM D-2241 233 LIN FT

    58 STORM SEWERS, TYPE 2, 12" PVC SDR 26 ASTM D-3034 15 LIN FT

    59 COMBINED SEWERS, TYPE 2, 12" PVC SDR 26 ASTM D-3034 310 LIN FT

    60 COMBINED SEWERS, TYPE 2, 15" PVC SDR 26 ASTM D-3034 878 LIN FT

    61 COMBINED SEWERS, TYPE 2, 18" PVC SDR 26 ASTM D-3034 564 LIN FT

    62 COMBINED SEWERS, TYPE 2, 24" PVC SDR 26 ASTM D-2241 163 LIN FT

    63 MANHOLES, TYPE A, 4'-DIA, T1F CL 14 EACH

    64 MANHOLES, TYPE A, 5'-DIA, T1F CL 1 EACH

    65 INLETS, TYPE A, T1FOL (16" DEPTH) 6 EACH

    66 CATCH BASIN, TYPE A, WITH HALF TRAP, 4'-DIA, T1FOL 1 EACH

    67 CONNECTION TO EXISTING MANHOLE 3 EACH

    68 CONNECTION TO EXISTING CATCH BASIN 15 EACH

    69 MANHOLE TO BE RECONSTRUCTED WITH SHOTCRETE 4 EACH

    70 MANHOLES TO BE FILLED 1 EACH

    71 MANHOLES TO BE REMOVED 11 EACH

    72 INLET TO BE REMOVED 5 EACH

    73 CATCH BASINS TO BE REMOVED 2 EACH

    74 CLEANOUT TO BE REMOVED 1 EACH

    75 VALVE BOX ADJUSTMENT 2 EACH

  • 10

    ITEM

    NO. PAY ITEM QUANTITY UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    76 FRAME AND LID ADJUSTMENT 3 EACH

    77 FRAME AND LID ADJUSTMENT WITH NEW T1 FRAME & LID 1 EACH

    78 AGGREGATE FOR TEMPORARY ACCESS 200 SQ FT

    79 HMA FOR MAINTENANCE 27 TON

    80 REMOVE AND REINSTALL FENCE 1 L SUM

    81 REMOVE AND REINSTALL METAL BIKE RACK 1 L SUM

    82 REMOVE AND REINSTALL METAL BENCH 1 L SUM

    83 TRAFFIC CONTROL AND PROTECTION 1 L SUM

    84 THPL PVT MK - LINE 12", WHITE 344 FOOT

    85 THPL PVT MK - LINE 24", WHITE 73 FOOT

    86 PARKWAY RESTORATION 2850 SQ YD

    87 T-CRAT PHAE CL 10' (WASHINGTON HAWTHORN) 3 EACH

    88 MOBILIZATION 1 L SUM

    89 MAINTENANCE OF ROADWAYS 1 L SUM

    90 CONTINGENCY CASH ALLOWANCE 1 L SUM $25,000 $25,000

    TOTAL BASE BID:

  • 11

    BID ALTERNATE A: HMA PAVEMENT, 9"

    ITEM # PAY ITEM TOTAL UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    91 BITUMINOUS MATERIALS (PRIME COAT) 553 GALLON

    92 HOT-MIX ASPHALT BASE COURSE, 4" 5590 SQ YD

    93 HOT-MIX ASPHALT BIND CSE, IL-19, N50 943 TON

    94 HOT-MIX ASPHALT SURFACE COURSE, MIX"D", N50 660 TON

    TOTAL BID ALTERNATE A:

    BID ALTERNATE B: RCC PAVEMENT, 9"

    ITEM # PAY ITEM TOTAL UNIT UNIT PRICE

    -$- TOTAL PRICE

    -$-

    95 ROLLER COMPACTED CONCRETE PAVEMENT 5590 SQ YD

    TOTAL BID ALTERNATE B:

    TOTAL BASE BID + BID ALTERNATE

    A:

    TOTAL BASE BID + BID ALTERNATE

    B:

  • 12

    III Village of Oak Park, IL Proposal Bid Bond

    WE________________________________________________________________________________ _____________________________ as PRINCIPAL, and ______________________________________ ________________________________________________________________________ as SURETY, are held and firmly bound unto the Village of Oak Park, IL (hereafter referred to as “VOP”) in the penal sum of 5% of the total bid price, or for the amount specified in Article 102.09 of the “Standard Specifications for Road and Bridge Construction” in effect on the date of invitation for bids. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly to pay to the VOP this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the VOP acting through its awarding authority for the construction of the work designated as the above section. THERFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the VOP for the above-designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the VOP determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the VOP acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this ______________________ day of ________________________A.D. 20_____

    PRINCIPAL

    _______________________________________ ______________________________________ (Company Name) (Company Name) By:_______________________________________________ By:______________________________________________ (Signature & Title) (Signature & Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must

    be affixed.)

    SURETY

    _______________________________________ ______________________________________ (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF ________________________ I, _____________________________________________________, a Notary Public in and for said county, do hereby certify that ________________________________________________________________________________________________ (Insert names of individuals signing on behalf of PRINCIPAL & SURETY.) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth.

    Given under my hand and notary seal this ____________________________day of ___________________A.D. 20_______ NOTICE 1. Improper execution of this form (i.e. missing signatures My commission expires ____________________.

    or seals or incomplete certification) will result in bid being declared irregular.

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

    RETURN WITH BID

  • 13

    IV

    CONTRACTOR CERTIFICATIONS

    A. The undersigned hereby certifies that said vendor is not barred from bidding on the aforementioned

    contract as a result of a violation of either Section 33E-3 or 33E-4 of Article 33E of Chapter 38 of the

    Illinois Revised Statutes or Section 2-6-12 of the Oak Park - Village Code relating to “Bidding

    Requirements”.

    B. The individual or entity making the foregoing proposal of bid certifies that he/she is not barred from

    contracting with the Village of Oak Park because of any delinquency in the payment of any tax

    administrated by the Department of Revenue unless the individual or entity is contesting, in

    accordance with procedures established by the appropriate revenue act, liability for the tax or the

    amount of the tax. The individual or entity making the proposal or bid understands that making a false

    statement regarding delinquency in taxes is a Class A misdemeanor and, in addition, voids the

    contract and allows the Municipality to recover all amounts paid to the individual or entity under the

    Contract in Civil action.

    C. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an

    officer or employee of the State of Illinois and the Village of Oak Park, nor has the firm made an

    admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee

    of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction

    or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not

    barred from bidding on this contract as a result of a conviction for the violation of State laws

    prohibiting bid-rigging or bid-rotating.

    D. The undersigned firm certifies that it is in compliance with House Bill 3337 which creates a Drug Free

    Workplace Act for Illinois with an effective date of January 1, 1992.

  • 14

    Organization Name

    (Seal - If Corporation) By: Authorized Signature Address Telephone Subscribed and sworn to before me this day of , 2015. Notary Public In the State of . My Commission Expires: .

    (Complete Applicable Paragraph Below)

    (a) Corporation The Vendor is a corporation, which operates under the legal name of and is organized and existing under the laws of the State of . The full names of its Officers are: President Secretary Treasurer The corporation does have a corporate seal. (In the event that their proposal is

    executed by a person other than the President, attach hereto a certified copy of that section of Corporate By-Laws or other authorization by the Corporation that permits the person to execute the offer for the corporation.)

    RETURN THIS PAGE WITH BID

  • 15

    (b) Partnership Name, Signature and Addresses of all Partners The partnership does business under the legal name of , which name is registered with the office of in the county of . (c) Sole Proprietor The Vendor is a Sole Proprietor whose full name is . If the Vendor is operating under a trade name, said trade name is , which name is registered with the office of in the county of . Signed:

    Sole Proprietor

    Owner and / or Company Officer Information: Please provide the Name, Social Security Number, Drivers License Number and State of Issuance of Company Owner and / or Officers. Name Title SS# Drivers License State ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ RETURN THIS PAGE WITH BID

  • 16

    IV

    CONTRACTOR’S CERTIFICATION

    , as part of its proposal on a contract for (name of contractor) to the Village of Oak Park, hereby (general description of item(s) proposal on)

    certifies that said contractor is not barred from proposing on the aforementioned

    contract as a result of a violation to either Section 33E-3 or 33E-4 of Article 33E of

    Chapter 38 of the Illinois Revised Statutes or Section 2-6-12 of the Oak Park Village

    Code relating to “Proposing Requirements”.

    By: (Authorized Agent of Contractor) Subscribed and sworn to before me this day of , 2015. Notary Public

    RETURN THIS PAGE WITH BID

  • 17

    IV

    CONTRACTOR’S CERTIFICATION (cont.)

    , as part of its proposal on a contract for (name of contractor) to the Village of Oak Park, hereby (general description of item(s) proposal on) certifies that said contractor is in compliance with House Bill 3337 which creates a Drug

    Free Workplace Act for Illinois with an effective date of January 1, 1992.

    By: (Authorized Agent of Contractor) Subscribed and sworn to before me this day of , 2015. Notary Public

    RETURN THIS PAGE WITH BID

  • 18

    V

    TAX COMPLIANCE AFFIDAVIT , being first duly sworn, deposes and says: that he/she is of (partner, officer, owner, etc.) . (contractor) The individual or entity making the foregoing proposal or proposal

    certifies that he/she is not barred from contracting with the Village of Oak Park because of any delinquency in the payment of any tax administered by the Department of Revenue unless the individual or entity is contesting, in accordance with the procedures established by the appropriate revenue act, liability for the tax or the amount of the tax. The individual or entity making the proposal or proposal understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition, voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action.

    ____ (Name of Contractor if the Contractor is an Individual) (Name of Partner if the Contractor is a Partnership) (Name of Officer if the Contractor is a Corporation) The above statement must be subscribed and sworn to before a notary public. Subscribed and sworn to this day of , 2015. Notary Public

    RETURN THIS PAGE WITH BID

  • 19

    Minority Business and Women Business Enterprises Requirements:

    The Village of Oak Park in an effort to reaffirm its policy of non-discrimination, encourages and applauds the efforts of contractors and subcontractors in taking affirmative action and providing Equal Employment Opportunity without regard to race, religion, creed, color, sex, national origin, age, handicap unrelated to ability to perform the job or protected veteran’s status. Reporting Requirements: The following forms must be completed in their entirety, notarized and included as part of the bid proposal document. Failure to respond truthfully to any question on this list or failure to cooperate fully with further inquiry by the Village of Oak Park will result in disqualification of your bid. VI. Fair Employment Practices Affidavit of Compliance VII. Village of Oak Park E.E.O. Report (2 Pages) Disadvantaged Business Participation Reporting In an effort to reaffirm its commitment to DBE participation the Village of Oak Park asks each general contractor bidding on Public Works Projects to report on their utilization of Minority and Women Business Enterprises. Please list the MBE/WBE companies working as sub-contractors and/or suppliers on the DBE participation statement included herewith. Feel free to make additional copies of this form if necessary and include with your bid.

  • 20

    VI

    FAIR EMPLOYMENT PRACTICES

    AFFIDAVIT OF COMPLIANCE

    NOTE: Their affidavit must be executed and submitted with the signed proposal form. No proposals can be accepted by the Board of Trustees of the Village of Oak Park unless said affidavit is submitted concurrently with the proposal. , being first duly sworn, deposes and says that (name of person making the Affidavit) of and that he/she (Title or Office) (Name of Company) has the authority to make the following affidavit; that he/she has the knowledge of the Village of Oak Park Ordinance relating to Fair Employment Practices and knows and understands the contents thereof; that he/she certifies hereby that (Name of is an “Equal Opportunity Employer” as defined by Section 2000 company) (E) of Chapter 21, Title 42 of the United States Code Annotated and Federal Executive Orders #11246 and #11375 which are incorporated herein by reference. Subscribed and sworn to before me this day of , 2015 Notary Public

    RETURN THIS PAGE WITH BID

  • 21

    VII

    VILLAGE OF OAK PARK E.E.O. REPORT

    Please fill out the form completely. Failure to respond truthfully to any questions on their form, or failure to cooperate fully with further inquiry by the Village of Oak Park will result in disqualification of proposal. An incomplete form will disqualify your proposal. For assistance in completing this form, contact Village Engineer Bill McKenna at (708) 358-5722. 1. Vendor Name:

    2. Check here if your firm is:

    MBE

    WBE

    _____ DBE

    Non-MBE/WBE

    *Note if your firm is an M/WBE please fill out the attached affidavit (copies of all

    certification letters must be included)

    3. What is the size of the firm’s current stable work force?

    Number of full-time employees

    Number of part-time employees

    4. Similar information will be requested of all subcontractors working on their contract. Forms will be furnished to the low responsible bidder or contractor with the notice of contract award, and these forms must be completed and submitted to the Village before the execution of the contract by the Village.

    RETURN THIS PAGE WITH BID

  • 22

    VII (Continued)

    VILLAGE OF OAK PARK EEO REPORT

    Vendor Name__________________________ Total Employees________________________

    Job Categories

    Total Employees

    Total Males

    Total Females

    Males Females Total

    Minorities Black

    Hispanic

    American Indian & Alaskan Native

    Asian & Pacific

    Islander

    Black

    Hispanic

    American Indian & Alaskan Native

    Asian & Pacific

    Islander

    Officials & Managers

    Professionals

    Technicians

    Sales Workers

    Office & Clerical

    Semi-Skilled

    Laborers

    Service Workers

    TOTAL

    Management Trainees

    Apprentices

    This completed and notarized report must accompany your bid. It should be attached to your Affidavit of Compliance. Failure to include it with your

    bid will be disqualify you from consideration. An EEO-1 Report may be submitted in lieu of this report.

    ___________________________________, being first duly sworn, deposes and says that he/she is the________________________ (Name of Person Making Affidavit) (Title or Officer) of ______________________and that the above EEO Report information is true and accurate and is submitted with the intent that it be relied upon. Subscribed and sworn to before me this ________ day of _________________________, 20_____. ___________________________________ ___________________ ( Signature ) ( Date )

    RETURN THIS PAGE WITH BID

  • 1

    Participation Statement (1) Instructions Refer to: Minority and Women Business Enterprise Participation Program Vendor Handbook. Submit: Schedule C and Schedule D with Bid Documents, see pages 23-26 of the Vendor Handbook).

  • 2

    SCHEDULE C:

    VILLAGE OF OAK PARK LETTER OF INTENT FROM MBE /WBE TO PERFORM AS A SUBCONTRACTOR, SUPPLIER AND/OR CONSULTANT

    M/WBE Firm: _________________________Contract #:_________________________ Address: _________________________City/State/Zip:__________________________ Contact Person: _________________ Phone: _______________ Fax: _____________ Certification Expiration Date: __________________Race/Gender: _________________ Will the M/WBE firm be subcontracting any of the performance of this contract to another firm? [ ] No [ ] Yes – Please attach explanation. Proposed Subcontractor: _________________________________________________________ The undersigned M/WBE is prepared to provide the following Commodities and or Services for the above named Project/Contract: ______________________________________________________________________ ______________________________________________________________________ Indicate the Total Dollar Amount, the Percentage, and the Terms of Payment for the above-described Commodities/Services: ______________________________________________________________________ ______________________________________________________________________ (If more space is needed to fully describe the M/WBE Firm’s proposed scope of work and/or payment schedule, attach additional sheets.) Prime Bidder/Proposer declares and affirms that the facts and representations set forth herein are true and correct and no material facts have been omitted. __________________________________ __________________________________ Signature (M/WBE) Signature (Prime Bidder/Proposer) __________________________________ __________________________________ Print Name Print Name __________________________________ __________________________________ Firm Name Firm Name __________________________________ __________________________________ Date Date Subscribed and sworn before me this ________ day of ____________, 20_____, _____________________________________________ (SEAL) Signature of Notary Public My Commission expires on_______________________________

    RETURN THIS PAGE WITH BID

  • 3

    SCHEDULE D:

    VILLAGE OF OAK PARK M/WBE PARTICIPATION AFFIDAVIT

    Contract #: ________________________________ Contract Value: $______________ Contact Person: _________________ Phone: ____________Fax: _________________ Description of Commodities/Services to be provided by the Bidder/Proposer on this Contract: ______________________________________________________________________ Any questions regarding compliance with these requirements should be directed to: Finance Department The Village of Oak Park, 123 Madison Street, Oak Park, Illinois 60302 PHONE: 708.358.5460, FAX: 708.358.5105. I, _____________________________________________________(print name) hereby agree to comply with and be bound by the provisions to submit, as part of this bid/proposal, a detailed M/WBE Participation Plan with and at the time and place of the submissions of this bid/proposal; that the M/WBE Participation Plan is an element of bidder/proposer responsiveness and responsibility; and are incorporated as part of the contract; that heirs, executors, and administrators or assigns and any other persons or entities claiming by or through the bidder/proposer including but not limited to insurance companies, bonding companies, or sureties are bound by this agreement; and do declare and affirm that, to the best of my knowledge, information and belief, the facts and representations set forth in this M/WBE Participation Affidavit are true and correct, and that no material facts have been omitted. ___________________________________ _________________________________ Signed Name and Title (Print) ___________________________________ _________________________________ Firm Name (Print) Firm Address (Print) ___________________________________ _________________________________ Phone Fax City/State/Zip SUBSCRIBED AND SWORN before me this ________ day of _____________, 20__, _______________________________________________ Signature of Notary Public (SEAL) RETURN THIS PAGE WITH BID

  • 4

    SCHEDULE D: M/WBE PARTICIPATION AFFIDAVIT

    M/WBE firms may participate in the performance of this contract, either DIRECTLY or INDIRECTLY, as: Prime Bidders/Proposers; Joint Venture Partners; Subcontractors; and/or Suppliers. Name of M/WBE Firm: Race / Gender:

    Address:

    City/State/Zip:

    Telephone No.: Fax:

    Contact Person:

    Dollar Amount: $ % Schedule C attached? [ ] Yes [ ] No

    Description of Commodity/Service:

    Name of M/WBE Firm: Race / Gender:

    Address:

    City/State/Zip:

    Telephone No.: Fax:

    Contact Person:

    Dollar Amount: $ % Schedule C attached? [ ] Yes [ ] No

    Description of Commodity/Service:

    Name of M/WBE Firm: Race / Gender:

    Address:

    City/State/Zip:

    Telephone No.: Fax:

    Contact Person:

    Dollar Amount: $ % Schedule C attached? [ ] Yes [ ] No

    Description of Commodity/Service:

    Total MBE $_________________________ _______________________________% Total WBE $_________________________ _______________________________% Grand Total MBE $____________________ _______________________________% Grand Total WBE $____________________ _______________________________

    RETURN THIS PAGE WITH BID

  • 5

    The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operations of our joint venture and the intended participation of each partner in the undertaking. Further, the undersigned covenants and agrees to provide to the Village of Oak Park current, complete and accurate information regarding actual joint venture work and the payment therefore, and any proposed changes in any provision of the joint venture agreement, and to permit the audit and examination of the books, records and files of the joint venture, or those of each partner relevant to the joint venture by authorized representatives of the Village of Oak Park. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under federal and state laws concerning false statements. Note: If after filing this Schedule B and before the completion of the joint venture’s work on the project, there is any change in the information submitted, the joint venture must submit a revised version of this document to the Village of Oak Park either directly, or through the prime contractor if the joint venture is a subcontractor. _________________________________ ___________________________________ Name of MBE/WBE Partner Firm Name of non-MBE/WBE Partner Firm _________________________________ ___________________________________ Signature of Affiant Signature of Affiant _________________________________ ___________________________________ Name and Title of Affiant Name and Title of Affiant _________________________________ ___________________________________ Date Date On this ________ day of __________________________, 20_____, the above signed officers_______________________________________________________________, (names of affiants) personally appeared and, known to me are the persons described in the foregoing Affidavit, acknowledged that they executed the same in the capacity therein stated and for the purpose therein contained. IN WITNESS WHEREOF, I hereunto set my hand and seal. _______________________________________________ Signature of Notary Public (SEAL) Commission Expires: _____________________________

    RETURN THIS PAGE WITH BID

  • 1

    Contract Bond

    NAME AND ADDRESS OF CONTRACTOR , as PRINCIPAL, and NAME AND ADDRESS OF SURETY , as SURETY, is held and firmly bound unto the Village of Oak Park (hereafter referred to as “Village”) in the penal sum of CONTRACT AMOUNT IN WORDS ($ AMOUNT IN NUMBERS), well and truly to be paid to the Village, for the payment of which its heirs, executors, administrators, successors and assigns, are bound jointly to pay to the Village under the conditions of this instrument. WHEREAS, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the Principal has entered into a written contract with the Village, acting through its President and Board of Trustees, for the construction of work, which contract is hereby referred to and made a part hereof as if written herein at length, and whereby the Principal has promised and agreed to perform the work in accordance with the terms of the 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, including paying not less than the prevailing rate of wages in Cook County, where the work is for the construction of any public work subject to the Prevailing Wage Act, and has further agreed to save and indemnify and keep harmless the Village against all liabilities, judgments, costs and expenses which may in any manner accrue against the Village in consequence of granting such contract or which may in any manner result from the carelessness or neglect of the Principal, his agents, employees or workmen in any respect whatever; and has further agreed that this bond will inure to the benefit of any person, 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 Principal shall well and truly perform the work in accordance with the terms of the contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to it for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in the 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 performance thereof and until the work shall have been accepted, and shall save and indemnify and keep harmless the Village against all liabilities, judgments, costs and expenses which may in any manner accrue against the Village in consequence of granting such contract or which may in any manner result from the carelessness or neglect of the Principal, his agents, employees or workmen in any respect whatever; and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of the contract, then this obligation will be void; otherwise it will remain in full force and effect.

  • 2

    IN WITNESS WHEREOF, the PRINCIPAL and the SURETY have caused this instrument to be signed by their respective officers this _____ day of , 2015.

    NAME OF PRINCIPAL

    By: Signature By: Printed Name Its: Title

    Subscribed to and Sworn before me on the day of , 2015. Notary Public NAME OF SURETY

    By: Signature of Attorney-in-Fact Subscribed to and Sworn before me on the day of , 2015. Notary Public

  • 3

    Contract 1. THIS CONTRACT is entered into on _______________ by and between the Village of Oak Park, 123

    Madison St., Oak Park, IL 60302 acting by and through its President and Board of Trustees and name and address of contractor, its executors, administrators, successors or assigns (hereinafter “Contractor”.)

    2. The following documents set forth the terms of this Contract and are incorporated herein:

    a. The Village of Oak Park’s Notice to Bidders, Special Provisions and Plans for Project 15-13, Water and Sewer Main Improvements;

    b. Contractor’s Proposal dated _______________________; and c. The Contract Bond. 3. Where the terms of the Contractor’s Proposal conflict with the terms set forth in the Village’s Notice to Bidders, Special Provisions and Plans, the Village’s Notice to Bidders, Special Provisions and Plans shall control. 4. The Contractor shall at its own cost and expense perform all the work, furnish all materials and all labor necessary to complete the work in accordance with the terms of this Contract and the requirements of the Director of Public Works or the Director’s designee. 5. The Contractor agrees to pay not less than the general prevailing rate of hourly wages for work of a similar character on public works in Cook County, Illinois, and not less than the general prevailing rate of hourly wages for legal holiday and overtime work, to all laborers, workers and mechanics employed on this project and to otherwise comply with the Illinois Prevailing Wage Act. 6. The Contractor affirms that the individual signing this Contract is authorized to execute this Contract on behalf of the Contractor. IN WITNESS WHEREOF, the parties have executed this Contract on the date above mentioned. Attest: Village of Oak Park By Teresa Powell Cara Pavlicek Village Clerk Village Manager (Seal) Name Of Contractor

    By: Signature Printed Name Its: Title

  • Project 15-13

    Water and Sewer Main Improvements

    Special Provisions

  • INDEX OF SPECIAL PROVISIONS

    TITLE NO. INTRODUCTION & GENERAL REQUIREMENTS SP1 COORDINATION, SCHEDULING AND PERMITS SP2 CONTINGENCY CASH ALLOWANCE SP3 TREE PROTECTION SPECIFICATIONS FOR CONSTRUCTION SP4 TRENCH BACKFILL SP5 SUB-BASE GRANULAR MATERIAL TYPE A SP6 SUB-BASE GRANULAR MATERIAL TYPE B SP7 WOVEN GEOTEXTILE SP8 BITUMINOUS/ PCC SURFACE REMOVAL-COLD MILLING SP9 PAVEMENT REMOVAL SP10 EARTH EXCAVATION SP11 CURB & GUTTER, SIDEWALK AND DRIVEWAY PAVEMENT REMOVAL SP12 COMBINATION CONCRETE CURB & GUTTER B6.12 AND B6.18 MODIFIED SP13 DETECTABLE WARNINGS SPECIAL SP14 PAVEMENT PATCHING SP15 CLASS C PATCHES SPECIAL SP16 CLASS D PATCHES SPECIAL SP17 EPOXY-COATED TIE BAR NO.6 SP18 VALVE REMOVAL & REPLACEMENT SP19 PRESSURE CONNECT TO EXISTING WATER MAIN SP20 DUCTILE IRON WATER MAIN ENCASED IN POLYETHYLENE SP21 FIRE HYDRANT TYPE A SP22 FIRE HYDRANT TYPE B SP23 VALVE VAULTS SP24 VALVE BOX SP25 WATER SERVICE INSTALLATION SP26 WATER SERVICE LINES SP27 CUT & CAP EXISTING WATER MAIN SP28 WATERMAIN DISINFECTION SP29 REMOVE TEE/CROSS SP30 REMOVE/ FILL UTILITY STRUCTURES SP31 FIRE HYDRANTS TO BE REMOVED SP32 COMBINED AND STORM SEWER INSTALLATION SP33 CATCH BASIN, TYPE A SP34 CONNECTION TO EXISTING MANHOLES SP35 CONNECTION TO EXISTING DRAINAGE STRUCTURES & CATCHBASIN WITH HALF TRAP SP36 MANHOLE RECONSTRUCTION WITH SHOTCRETE SP37 FRAME AND LID/GRATE TO BE ADJUSTED SP38 FRAME AND LID/GRATE TO BE ADJUSTED WITH NEW FRAME & LID SP39 LIDS, TYPE 1 OPEN / LIDS TYPE 1 CLOSED SP40 AGGREGATE FOR TEMPORARY ACCESS SP41

  • HMA FOR MAINTENANCE SP42 REMOVAL AND REINSTALLATION OF VARIOUS ITEMS SP43 TRAFFIC CONTROL AND PROTECTION SP44 PARKWAY RESTORATION SP45 MAINTENANCE OF ROADWAY SP46 ROLLER COMPACTED CONCRETE PAVEMENT SP47 APPENDIX A – WATERMAIN VALVE REPLACEMENT PLANS APPENDIX B – BORINGS AND PAVEMENT CORES

  • Special Provision _1_

    Page 1 of 7

    Introduction & General Rqmts SP 5/6/15

    INTRODUCTION AND GENERAL REQUIREMENTS

    The contract and work shall be carried out in conformance with the Ordinances of the Village of Oak Park, the attached Plans and Special Provisions, the latest edition of the Standard Specifications for Water and Sewer Construction in Illinois (hereinafter referred to as the specifications and/or SSWSCI), the Illinois Department of Transportation Standard Specifications for the Road and Bridge Constructions adopted January 1, 2012 (hereinafter referred to as the standard specifications and/or SSRBC), the latest edition of the Supplemental Specifications and Recurring Special Provisions, the Standard Specifications for Traffic Control Items, and the latest edition of the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways (hereinafter referred to as the MUTCD) in effect on the date of invitation for bids.

    Plan notes shall take precedence over specifications. Special Provisions are supplemental to said specifications, and in case of conflict with any part or parts of said specifications, said Special Provisions shall take precedent and shall govern.

    1. Completion of Contract:

    All work within the Chicago Avenue right-of-way, including re-establishing sidewalk access, shall be completed by June 15, 2015 in order to accommodate Oliver Wendell Holmes School for their summer programs. All other work within the Kenilworth Avenue and Harvey Avenue sites shall be substantially completed by August 21, 2015. The contractor shall schedule his operations so as to achieve final completion and correction of punch list items along Kenilworth, Harvey and the watermain valve replacement sites by October 23, 2015. Failure to complete any/all punchlist work will result in forfeiture of any retainer held in this contract. As indicated in Article 108.02 of the Standard Specifications, the contractor shall provide the Engineer with a progress schedule prior to starting work, preferably at the time of the pre-construction meeting.

    2. Alterations, Omissions and Extra Work:

    The Village of Oak Park reserves the right to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work as may be deemed necessary.

  • Special Provision _1_

    Page 2 of 7

    Introduction & General Rqmts SP 5/6/15

    3. Insurance Requirements:

    The Contractor shall name the Village of Oak Park, Engineering Resource Associates, Inc., Oak Park Elementary School District 97 and its Officers, Agents, Employees and Volunteers as additionally insured under the Contractor’s general liability insurance policy in accordance with Article 107.27. Insurance coverage or the limits of liability specified in Article 107.27(d) Umbrella Liability shall be revised according to the limits specified.

    (1) Each Occurrence Limit $5,000,000.00 (2) Aggregate Limit $5,000,000.00

    4. Existing Materials: During the progress of work involving this contract, certain existing structures, equipment and material shall be removed from service. All items deemed of value by the Engineer such as street furniture, brick pavers, lighting units, frames and covers, hydrants, roundways, valve boxes and other such salvageable material shall remain the property of the Village of Oak Park. The contractor shall collect and store said material on the job site for pick-up by the Village or as otherwise specified herein.

    5. Sprinkling Systems:

    The contractor shall be careful not to damage sprinkling systems that may be located in parkways or lawns adjacent to the curbs and sidewalks, and any damage done to the sprinkling systems due to his negligence shall be repaired by the contractor at his expense to the satisfaction of the Engineer. If adjustments to the sprinkling systems are needed due to pavement widening or change to the parkway grade, the Contractor shall retain a licensed irrigation contractor to make such adjustments. This work will be paid for separately as specified in this contract.

    6. Storage of Materials and Equipment: At no time shall the contractor store material and equipment in areas other than specified by the Engineer. Any damage to sidewalks, curbs, trees, and parkways due to the negligence of the contractor shall be restored by the contractor at his own expense. No additional compensation shall be allowed the contractor for compliance with this requirement.

  • Special Provision _1_

    Page 3 of 7

    Introduction & General Rqmts SP 5/6/15

    At no time the Contractor store material and equipment in parkway areas within tree “drip lines”. The General Contractor is encouraged to protect these areas with construction fencing. The contractor shall maintain during the entire construction period barricades and warning lights at all material storage areas and around parked construction equipment.

    7. Examination of Plans, Specifications, Special Provisions and Work: The bidder shall comply with Sections 102 and 104 of the Standard Specifications relative to examination of the Plans, Specifications, Special Provisions and site(s) of work, and hereby is advised that due to the nature of the contract he/she should place special emphasis on inspection in detail of the site(s) of the proposed work and familiarization with all local conditions, traffic and otherwise, affecting the contract and the detailed requirements for construction.

    8. Existing Utilities:

    The contractor shall call JULIE at telephone number: 1 (800) 892-0123 for location of underground utilities prior to beginning of construction so that buried services in the location of construction may be located and staked. Where adjustments of the utility frames are necessary, the contractor shall contact the respective utility company and make arrangements for their adjustments. The contractor shall also notify the Water and Sewer Division of the Village of Oak Park as well as the Street Lighting Division prior to the start of construction at any location. Any damage by the contractor to street light cables and water services shall be repaired or replaced by the contractor at his own expense. The contractor shall make his own investigation to determine the existence, nature and location of all utility lines and appurtenances within the limits of the improvement. The contractor shall be held responsible for any damage to existing utility lines and appurtenances resulting from the operations of his equipment or men. No extra compensation will be allowed to the contractor for any expense incurred because of delays, inconvenience or interruption to his work resulting from compliance with the above requirements.

    9. Cleaning Existing Structures: All existing drainage structures shall be inspected by the contractor, together with the Engineer prior to starting construction and a record kept of their condition. All debris which accumulates in these structures during the time the contract is in force shall be removed and disposed of by the contractor at his own expense.

  • Special Provision _1_

    Page 4 of 7

    Introduction & General Rqmts SP 5/6/15

    All debris and foreign matter found in existing drainage structures before construction operations start shall remain in place unless ordered removed by the Engineer. If the contractor is required to remove and dispose of this material, he will be paid in accordance with the provision of Article 109.04 of the Standard Specifications.

    10. Field Office and Field Laboratory:

    Engineer’s field office and field laboratory will not be required for this improvement. 11. Use of Pesticides in Landscaping Work:

    The Contractor is hereby notified that in the event pesticides are to be used in any of the landscape operations of this project, he and/or his subcontractors shall comply with the requirements of Village Code, Chapter 20, Article 10. This code requires the applicator to be licensed in the Village, that the area treated shall be posted at time of application, and the time and location be logged by the applicator. The work necessary to fulfill these requirements as well as any license fees shall be considered incidental to all landscape-related pay items.

    12. Staging:

    The contractor shall stage his work in such a way as to cause the least amount of disruption to local traffic access. Specific pay items have been included in this project for the contractor to provide the necessary protection to the pavements so that safe and sufficient access to the area is not hampered.

    13. Maintenance of Roadways:

    Beginning on the date that the contractor begins work on this project, he/she shall assume responsibility for the normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer. (E.g. pothole patching, street sweeping, refilling trenches over proposed installations, etc.) Specific pay items have been included in this contract to assure that this maintenance work is performed to the satisfaction of the Village. We strongly urge the contractor to utilize these resources so as to reduce the inconvenience of the residents living in these construction areas.

    14. Concrete Breakers:

    When removing pavement, curb and gutter, shoulder, and/or any other structures, the use of any type of concrete breakers which might damage underground public or

  • Special Provision _1_

    Page 5 of 7

    Introduction & General Rqmts SP 5/6/15

    private utilities will not be permitted. Under no circumstances will the use of a frost ball be permitted.

    15. Fine Aggregate for Portland Cement Concrete and Class SI Concrete:

    The gradation for fine aggregate for Portland Cement Concrete and Class SI Concrete shall conform to gradation FA 2 as called for under Article 1003.02(c) of the Standard Specifications.

    16. Provisions for Curing Test Samples:

    The contractor will be required to provide storage space meeting the approval of the Engineer for the initial curing of quality control test specimens made on the project. The storage space shall be such that it will give full protection against direct sunlight, the elements, pilfering and damage. When requested by the Engineer, heat shall be provided by the contractor with a minimum temperature of 60 degrees Fahrenheit maintained for as long as required.

    17. Cooperation by Contractor and Weekly Progress Meetings:

    Attention is hereby focused on Article 105.06 of the Standard Specifications with regards to the Contractor having on site at all times “A competent English Speaking Superintendent”. This superintendent shall be able to be reached at all times including the days when only subcontractors are working on the site. All work instructions shall be channeled through the superintendent. Weekly progress meetings will be conducted in the Engineer’s office. These meetings will focus on the work slated for the upcoming week and highlight of work completed the prior week. If work is found to be progressing smoothly, these meetings may be scheduled every other week.

    18. Work Hours and Scheduling Layout of Lines and Grades:

    The Village of Oak Park Code restricts construction to the hours of 7:00 A.M. and 6:00 P.M., 7 days a week. No equipment may be started on any part of the project prior to 7:00 A.M. Violations of this code are subject to Police enforcement and subsequent fines as outlined in the code. The contractor shall notify the Resident Engineer a full 24 hours in advance of any layout and/or grade requests. Any requests for layout and grades that are made less than 48 hours in advance will require payment of premium time for the Resident Engineer and Engineering Technician. Such costs will be billed directly to the contractor at a rate of $75.00 per hour per staff members.

    19. Working in the Area of Existing Parkway Trees:

  • Special Provision _1_

    Page 6 of 7

    Introduction & General Rqmts SP 5/6/15

    No nails or tacks of any sort shall be used for installing temporary “No Parking” signs on any trees. The contractor shall notify the Village Forester of any potential conflicts between their equipment and parkway trees. The Village Forester will determine the course of action necessary to reduce such conflict. Any excavation which disturbs tree roots shall be brought to the attention of the Village Forester. In the event roots need to be trimmed, hand tools (saw, axe) capable of making a clean, smooth cut shall be used to trim such roots. This work shall be considered incidental to the contract.

    20. Street Closures and Parking Conflicts:

    The Village of Oak Park requires notice of street closures. The Contractor must notify the Police Dept. and Fire Dept. of these closures. When the Contractor will be working on a block that requires closure and/or changes to parking restrictions they must coordinate with the Parking Services Dept. to develop an alternate parking plan for permitted parkers and provide information and notice so residents/permitted parkers are aware of their alternatives.

    21. Pavement Markings:

    Prior to applying thermoplastic pavement markings, the existing pavement markings shall be removed.

    22. Use of Fire Hydrants:

    If the Contractor desires to use water from fire hydrants, meters and keys shall be obtained from Water and Sewer Department with a deposit. Upon return this equipment the Contractor will be billed for the water used at the current rate. This applies to all pay items which require using water, including but not limited to parkway restoration, watering plants, dust control, maintenance of roadways, trench jetting, asphalt cold milling operations, asphalt rolling operations, etc. Fire hydrants shall be accessible at all times to the Fire Department. No materials or other obstructions shall be placed closer to a fire hydrant than 15 (fifteen) feet. Any arrangements of less than 15 feet must be approved by the Fire Department.

    23. Partial Payment: Partial payment for work completed will be made by the Owner to the Contractor on a monthly basis. Requests for partial payment shall be prepared by the Contractor and submitted to the Engineer for review and recommendation of payment.

    A retainage of five percent (5%) will be made from the partial payments. Invoices will include partial and final waivers of lien. An updated project schedule MUST also be

  • Special Provision _1_

    Page 7 of 7

    Introduction & General Rqmts SP 5/6/15

    included with each partial payment request. Failure to submit such a schedule shall be grounds to withhold payment in full or in part.

    24. Final Payment The work will be paid for at the contract price. Before payment for completed work will be processed by the Village, the job sites will be inspected by the Village. Upon final completion of the Work, the Engineer will make a final inspection of the work completed. After final inspection, the Contractor shall be paid by the Village of Oak Park within 60 days of receipt of invoice consistent with the terms and condition of this Contract, provided that the work has been satisfactorily completed in accordance with terms of the specifications of the Contract. If there are any deficiencies, the Contractor will be notified in writing within 14 days of receipt of the invoice of those deficiencies and payment will be withheld on those deficiencies until they are corrected. The Village of Oak Park is a home-rule community and is not subject to the provisions of the Local Government Prompt Payment Act. The provisions of the Local Government Prompt Payment Act shall not apply to this Contract.

    25. Waiver of Lien Prior to receiving final payment for this work, the Contractor shall submit a Waiver of Lien to the Owner in the amount of the final payment. If any part of the work is subcontracted, the Contractor shall furnish final waivers of lien from his subcontractors and material suppliers showing that they have received final payment from the Contractor. The Village retains the right to request waivers of lien from second tier (and lower) contractors and suppliers as evidence of payment.

    26. Final Acceptance Acceptance of work shall be made upon final completion of all construction activity, including correction of all punch list items, and shall be to the satisfaction of the Village.

  • Special Provision_2_

    Page 1 of 1

    CoordinationScheduling&Permits_SP

    2/3/15

    COORDINATION, SCHEDULING, AND PERMITS Coordination and Scheduling The 15-13 Water and Sewer Main Improvements project is schedule to be presented to the Village of Oak Park Board for approval on June 1, 2015. The Contractor shall complete all work under this contract by October 23, 2015. This project consists of sewer main, watermain, and watermain valve replacements at various locations around town. The Village will shut down the watermain sufficient for the contractor to perform the work. The contractor shall schedule the work to minimize disruption and inconvenience for sewer and water users, pedestrians, and vehicular traffic. The contractor shall notify the village a minimum of five (5) days in advance or any detour installation. Permits Permits from MWRD and the Illinois EPA are currently pending as of the bid opening date. The Contractor shall not start construction until permits are received.

  • Special Provision _3_

    Page 1 of 1

    05_ContingencyCashAllowance SP

    05/07/15

    CONTINGENCY CASH ALLOWANCE

    The CONTINGENCY CASH ALLOWANCE is included to fund compliance with Clean Construction Demolition Debris (CCDD) regulations, unanticipated underground utility conflicts, and changes in contract scope. It shall be used as necessary for professional services, permit costs, additional material handling, exploration trenches and additional work approved by the Village of Oak Park which cannot be precisely determined prior to contract bidding. The Lump Sum price of $25,000 must be included in all contract bids. The Village of Oak Park will supply IEPA Uncontaminated Soil Certification Form LPC-662 certifying clean soils for the project upon award of the contract for areas where no recognized environmental concerns (REC) exist. There are 4 locations under this contract with RECs which are not already covered by a Highway Authority Agreement (HAA). Excavations in areas covered by HAAs shall be governed by the terms of the HAA. Soils resulting from excavations for Valve Location Nos. 7, 15, 16, and 20 cannot be considered clean without additional testing due to the proximity to properties with Recognized Environmental Concerns, such as a dry cleaners store or underground fuel storage tanks. Soils resulting from excavations for Valve Location Nos. 7, 15, 16, 20 will need to be monitored during excavation to verify they meet CCDD requirements. The soils from these locations shall be sampled at the time of excavation by the Village of Oak Park’s environmental consultant. The Contractor shall stockpile all contaminated material on adjacent side streets or as directed by the Engineer according to applicable regulations and shall have polyethylene sheeting below and completely covering material. The Village of Oak Park will contract with an environmental consultant to oversee the sampling, perform soil testing, and work with the Contractor to facilitate disposal. This professional service will be paid for directly by the Village of Oak Park from the contract CONTINGENCY CASH ALLOWANCE.

  • SPECIAL PROVISIONS __4__

    Page 1 of 3

    TREE PROTECTION SPECIFICATIONS FOR CONSTRUCTION Definitions: The following definitions are for clarification of terms used in the tree protection guidelines:

    Limits of construction: A boundary line, not necessarily the right of way line, shown on plans or implied by the scope of the work, to include all areas disturbed or excavated during construction Root Zone: An area around the trees extending at least as far as the longest horizontal branches (Also Drip Line). DBH: The diameter of the tree measured at a point 4.5’ above ground

    Prior to construction, the Forestry Supervisor or his designee will conduct a preliminary inspection of the construction site. This inspection will inventory trees to determine their size, species, health, pruning needs, protection requirements, removal considerations, and any special concerns. If construction is to occur within the root zone of existing parkway trees, root pruning and\or special care may be required. A Certified Arborist approved by the Village shall administer or supervise the administration of all cultural treatments. The general contractor upon approval may install physical barriers and trunk protection. All required root zone protection, root pruning, top pruning, trunk protection, and barrier installation shall be completed prior to any delivery of material or equipment, and before construction work begins. All protection measures shall be the responsibility of the contractor and implemented in the following manner: Root Protection Zone: An approved, highly visible, physical barrier (e.g. snow fencing) shall be constructed at the drip line of ALL trees within the construction zone, with a minimum radius of one foot (1’) per one inch (1”) DBH; or at the limits of construction when within the drip line, or as directed by the Engineer. Construction debris, material, fittings, equipment, etc. shall not be placed within the root protection zone. No construction vehicles or equipment shall be permitted to park or operate within the root protection zone without prior written approval of the forestry supervisor or his designee. Metal channel posts or approved equivalent posts should be placed at a maximum of every eight feet. Poles must be at least six feet in length, two feet of which must be set in the ground. The minimum height of the fence is four feet. A one-inch by two-inch top rail is required. Plastic snow fence or similar material should be attached to posts and secured with a minimum of four nylon locking ties per eight foot span, one at the top corner of each post and the others spaced evenly across the top rail to form a barrier.

  • SPECIAL PROVISIONS __4__

    Page 2 of 3

    If construction equipment must cross the parkway outside the root protection area, the parkway must be protected with a six-inch layer of wood mulch or chips, or one-inch sheets of plywood or similar approved material sufficient to protect the entire parkway where equipment crosses. Root Pruning Specification: Root pruning shall be accomplished through use of an approved mechanical root pruning device which cuts to a minimum depth of eighteen inches (18”) and is mandatory for any excavation that occurs in the public right-of-way within the drip line of a public tree. Root pruning is conducted to minimize damage to the root system and to allow a healthy regrowth once construction is completed.

    1. Root pruning shall be completed and backfilled before beginning of

    construction or delivery of materials 2. Root pruning must occur no more than six-inches (6”) outside the

    limits of excavation and be continuous within the drip line of the tree. For excavations bisecting the parkway such as utility connections, the root pruning cut must also bisect the parkway corresponding to the length of the excavation.

    3. Root pruning will occur to a depth of four-inches (4”) below the lowest point of excavation up to a depth of twenty-four inches (24”).

    4. Once excavation begins, if any roots greater than one-inch (1”) in diameter are encountered below the twenty-four inch depth, said root will be trimmed flush with a sharp saw to eliminate any ragged edges.

    5. Root pruning can occur no earlier than one (1) month prior to excavation commencing.

    6. Root pruning trench shall be backfilled within 48 hours of excavation. Top pruning: Existing trees may be pruned to allow equipment access at the direction of the Forestry Supervisor or his designee. Crown reduction may not exceed 25% in any case. Limbs may be temporarily tied back with an approved material to allow access at the direction of the Forestry Supervisor or his designee. Removal and disposal of the material used to tie back branches will be the responsibility of the contractor. Top pruning must also be completed prior to the beginning of construction or the delivery of material. Tree Damage During construction: During the course of construction, the Forestry Supervisor or his designee will conduct periodic inspections to determine if any damage has occurred as a result of construction activity. All associated costs, including repair and reimbursement for damages are at the contractor’s expense. Value of parkway trees will be calculated at the ISA evaluation based on the latest Village of Oak Park tree inventory. Reimbursement for damages will be assessed as a percentage of that total value based on the amount of damage to the tree. Repair work will be charged at a time and material rate based on necessary labor and equipment costs.

  • SPECIAL PROVISIONS __4__

    Page 3 of 3

    Sod Removal: where sod is to be removed from the parkway as a part of the construction process, approved mechanical sod cutter shall remove sod within the dripline of parkway trees. Sod removal by backhoe or Grade-All type of equipment will not be permitted within the root protection zone. When the parkway is restored, a ring a minimum of three feet (3’) will be left unsodded at the base of each parkway tree. The contractor will mulch this ring with an approved material at a depth not to exceed three inches (3"). No mulch will be placed directly at the base of the tree or mounded around the trunk. Replacement Policy: the contractor, on an inch for diameter inch basis, shall replace Village trees determined by the Forestry Supervisor or his designee to be damaged beyond repair as a result of construction activities. Diameter will be measured at DBH (a point 4.5’ above ground) for trees greater than six inches (6”) in diameter. For trees equal or less than 6” DBH, trees will be measured at a point six inches (6”) above ground.

  • SPECIAL PROVISIONS __5_

    Page 1 of 2

    08 Trench Backfill SP

    Rev 02/11

    TRENCH BACKFILL

    All trenches and excavation shall be backfilled to the natural line of finished surface with coarse aggregate conforming to the gradation of the State Standard Specification Section 208. Pipe bedding material shall conform to gradation CA11 or CA13. FA 1 or FA 2 sand shall be used as trench backfill when requested by the Engineer for backfilling areas intended for landscaping. Excavated material conforming to the requirements of Articles 1003.04 or 1004.05 which has been excavated from the trenches can be used for backfilling trenches with the Engineers approval. Porous granular backfill shall not be allowed in areas with sandy or silty soils unless approved by the Engineer. The trench width shall be at least 18 inches wider than the external diameter of the pipe for invert depths greater than 5 feet and 12 inches wider than the external diameter of the pipe for invert depths lees than 5 feet to permit thorough tamping of the backfill material under haunches and around the pipe. During any one working day, the contractor shall excavate such trenches that will have the pipe installed and backfilled during that day. No such trenches shall be left open at the end of the working day, it shall be temporarily backfilled until construction resumes. Immediately following the backfilling of trenches, all excavation material shall be hauled off the job site and disposed of by the contractor at his own expense. Compaction of the trench backfill material shall be done in accordance with Article 550.07 of the Standard Specifications. All Sewer Service Lateral and Water Service Line trenches shall be compacted using Method 1 only. Methods 2 or 3 may be used for water and sewer main trenches and the water used shall be paid for separately by the Contractor. A meter will be supplied by the Village for determining the quantity used and billing will be done at the current rate. Meter(s) will be obtained from the Water and Sewer Division. The pavement area shall be cleaned by the contractor, cleaning shall be done by mechanical and/or hand sweeping and by hosing (washing) of the areas with water. If deemed necessary by the Engineer, for dust control, the contractor shall sprinkle or wash the pavement with water on a daily basis. In the event that this work is not complied with as directed by the Engineer, the Village will either hire a private contractor to proceed or do the necessary pavement cleaning with their own forces. All monies that the Village would pay to have this work done will be deleted from the total cost of work under this contract. Final measurement of Trench Backfill will be based on actual field measurements of the excavated trench width and depth not exceeding the maximum dimensions allowed in Article 208.03 of the State Standard Specifications. Earth Excavation shall be included in the cost for Trench Backfill.

  • SPECIAL PROVISIONS __5_

    Page 2 of 2

    08 Trench Backfill SP

    Rev 02/11

    BASIS OF PAYMENT Payment for this item will be made at the contract unit price per cubic yard for TRENCH BACKFILL, which shall include all labor, equipment and material required to complete the work as specified herein. Density for purposes of payment shall be 1 cubic yard for = 3,000 lbs for FA6 and 1 CY= 3,600 lbs for CA6 of crushed stone compacted in place.

  • Special Provisions __6___

    Page 1 of 1

    09 SubbaseGranularMaterialTypeA_SP

    05/07/15

    SUB-BASE GRANULAR MATERIAL TYPE A

    Description This work shall consist of placing and compacting sub-base granular material. The work shall be done in accordance with the applicable Articles of Section 311 of the Standard Specifications and as directed by the Engineer. Materials Materials shall meet the requirements of Articles 1004.04 of Section 1000 except that only gravel, crushed gravel, or crushed stone, with a gradation of CA 6 may be used. Basis of Payment Sub-Base Granular Material Type A shall be measured in place and the area computed in square yards. This work shall be paid for at the contract unit price per SQUARE YARD for SUB-BASE GRANULAR MATERIAL TYPE A at the specified thickness, which price shall be payment in full for all labor, material and equipment necessary to move, place and compact the material as specified herein.

  • Special Provisions __7___

    Page 1 of 1

    10 SubbaseGranularMaterialTypeB_SP

    05/07/15

    Sub-Base Granular Material Type B

    Description The work shall be done in accordance with the applicable Articles of Section 311 of the Standard Specifications and as directed by the Engineer. This work shall consist of placing and compacting sub-base granular material. This material will be installed an average of two inches (2”) in thickness at locations where sidewalk are proposed and an average of four inches (4”) in thickness in other locations (i.e. curbs, driveways, mudslabs, etc.) and as directed by the Engineer. The Contractor may reuse excavated aggregate from “Aggregate For Temporary Access” after cleaning it from all debris to the satisfaction of the Engineer. Methods of Measurement The Sub-base Granular Material Type B will be measured in the field as the areas of all proposed sidewalk, mud-slab, curb, and driveway, and yielded to the volume as it is described above. Basis of Payment This work shall be paid for at the contract unit price per CUBIC YARD for SUB-BASE GRANULAR MATERIAL TYPE B, which price shall be payment in full for all labor, material and equipment necessary to move, place and compact the material as specified herein.

  • Special Provisions __8__

    Page 1 of 2

    WOVEN GEOTEXTILE SP

    05/07/15

    WOVEN GEOTEXTILE

    Description This work shall consist of furnishing and installing woven geotextile on a prepared subgrade as shown on the plans and in accordance with Section 282 and 1080 of the Standard Specifications and as amended in this special provision. Materials The woven geotextile shall be Mirafi FW403 as manufactured by:

    TenCate Geosynthetics 365 South Holland Drive Pendergrass, GA 30567

    800-685-9990 www.mirafi.com

    or approved equal woven geofabric intended for filtration applications meeting the following specifications:

    Property Test Method Units Value

    Wide Width Tensile - Ultimate ASTM D 4595 lbs/in 270 x 225 Grab Tensile ASTM D 4632 lbf 425 x 350

    Grab Elongation ASTM D 4632 % 21 Puncture ASTM D 4833 lbf 150

    Trapezoid Tear ASTM D 4533 lbf 145 x 125 Permittivity ASTM D 4491 sec-1 0.96 Flow Rate ASTM D 4491 gal/min/sq ft 70

    AOS ASTM D 4751 US Sieve 40 Polymer Polypropylene

    Construction Requirements The fabric shall be installed with a minimum of one foot of overlap between pieces (shingle style, in the direction of fill advancement). The Contractor shall install the fabric with up to three feet of overlap in areas of unsuitable subgrade as directed by the Engineer. The Contractor shall install the fabric so that it is in close contact with the soil and eliminate all folds or wrinkles. The fabric shall be temporarily secured in place to prevent shifting during

  • Special Provisions __8__

    Page 2 of 2

    WOVEN GEOTEXTILE SP

    05/07/15

    aggregate placement. The aggregate subbase shall be placed in a minimum thickness of 4” over the fabric. No vehicles shall be allowed on the fabric area prior to the subbase placement and compaction. Basis of Payment This work shall be paid for at the contract unit price square yard for WOVEN GEOTEXTILE, which price shall be payment in full for all labor, material and equipment necessary to complete the work as specified.

  • SPECIAL PROVISIONS __9___

    Page 1 of 1

    12 BitumPCCSurfaceRemColdMill_SP

    rev Mar 03

    print 05/07/15

    BITUMINOUS / PCC SURFACE REMOVAL -COLD MILLING, VARIABLE DEPTH

    BITUMINOUS SURFACE REMOVAL Description This work shall consist of removing the existing bituminous surface at varying depths to the limits specified on the plans in accordance with the applicable portions of Section 440 of the Standard and Supplemental Specifications. The removal shall be done by cold milling or planning. The machine used for the surface removal shall be a machine meeting the requirements of Article 440.03 of the Standard Specifications, except where using self-propelled machine is not possible. In this case the smaller (attached type) grinding wheels and / or hand methods will be allowed. The temperature at which the work is performed, the nature and condition of the equipment, and the manner of performing the work shall be such that the planed or milled surface is not torn, gouged, shoved or otherwise damaged by the operation. Any such damage resulting from mishandling and not from the condition of the pavement, shall be repaired to the satisfaction of the Engineer, and no additional compensation will be allowed. When a portion of existing surface is to remain in place, provision shall be made for satisfactory transition between replacement and the portion remaining in place. The Contractor shall form a straight joint by saw cutting existing bituminous/PCC surface to the depth of 3 inches. The saw cutting shall be considered incidental to removal items. Removal of predominantly bituminous surfaces will be paid for as Bituminous Surface Removal (Cold Milling). No additional compensation will be allowed for encountered concrete and brick patches and bases. Removal of predominantly concrete surfaces will be paid for as PCC Surface Removal (Cold Milling) Where the removal of bituminous surface with heavy equipment is not possible or feasible, and the work is performed with smaller equipment and /or handtools, it will be paid for as Bituminous Surface Removal. Bituminous Surface Removal, Cold Milling, Variable Depth will be measured in accordance with Article 440.07 of the Standard Specifications. Basis of Payment This work will be paid for at the contract unit price per SQUARE YARD for BITUMINOUS SURFACE REMOVAL (COLD MILLING), of the depth specified, which price shall be payment in full for all labor, equipment and material disposal required to perform the work as specified herein.

  • SPECIAL PROVISIONS __10___

    Page 1 of 1

    13 Pavement Removal SP

    05/07/15

    PAVEMENT REMOVAL

    This work consists of full depth removal of the existing pavement including the removal of the existing bituminous concrete surface over areas of proposed curb and gutter and alley return construction to allow for forming space, and where buggy humps are to be removed. All work is to be done in accordance with the applicable portions of Section 440 of the Standard Specifications, the details included in the plans and special provisions, and as directed by the Engineer. The contractor shall machine saw a perpendicular clean joint between the portion of the bituminous concrete surface to be removed and that to be left in place, to prevent damage to the remaining surface when the pavement is broken out. METHOD OF MEASUREMENT Full depth pavement removal shall be measured in place and the area computed in square yards. The area measured