Consent Agenda Item 8. B. 3) a) February 19, 2015

advertisement
Consent Agenda
Item 8. B. 3) a)
February 19, 2015
COLLEGE OF DuPAGE
REGULAR BOARD MEETING
STANDARD BOARD APPROVAL
1.
SUBJECT
Homeland Security Training Center (HSTC) Landscape and Irrigation Bid.
2.
BUDGET STATUS
College of DuPage (COD) Facilities Planning and Development and JJR/Smith
Group, the College’s Landscaping Architect, estimated the total cost of this bid
package to be $665,000.00. The recommended contractor bid is $547,521.50 or
$117,478.50 below the original estimate. These funds are being provided by
HSTC project budget 03-90-36822-5802001.
3.
BACKGROUND INFORMATION
A one-trade bid package was published for Landscaping and Irrigation for the
Homeland Security Training Center (HSTC) project that included all irrigation
piping, controls, underdrainage, top soil, mulch, stone edging beds and all
planting materials. The cost of all materials was included in the lump sum bid
amount for both irrigation and landscaping.
A scope review meeting was held and based on review by COD Facilities and
JJR/ Smith group, it was recommended that the bid be awarded to the lowest
responsible bidder, George’s Landscaping Inc. The awarded bidder’s contracts
will be facilitated by the COD Facilities group.
A legal bid notice was published and 14 vendors were sent the Invitation to Bid
for landscaping and irrigation. Eight (8) vendors requested the bid documents.
Six (6) bidders provided combined bids for landscaping and irrigation, two (2)
bidders provided bids for irrigation only and three (3) bidders provided bids for
landscaping only. Two (2) in-district vendors and one (1) minority vendor were
identified.
This purchase complies with State Statute, Board Policy and Administrative
Procedures.
Consent Agenda
Item 8. B. 3) a)
February 19, 2015
Following is a recap of the bid tabulation:
Bid Package Contractor
Combined
Landscaping
and Irrigation
Bid
Budget $665,000
$547,521.50
N/A
Landscaping
Only Bid
Irrigation
only Bid
Addendum
#1
N/A
N/A
N/A
$185,650.00
Yes
Yes
Central Lawn Sprinkler
$689,481.00
N/A
N/A
Yes
Robert Ebl, Inc.*
Robert Ebl, Inc.*
Aqua Design
Christy Weber
Landworks, LTD *
Breezy Hill Nursery, Inc.
Allied Landscaping
Allied Landscaping
$627,273.00
N/A
N/A
$679,067.94
$562,099.00
N/A
$584,923.13
N/A
N/A
$494,773.00
N/A
N/A
N/A
$455,800.00
N/A
$453,923.13
N/A
N/A
$105,780.00
N/A
N/A
N/A
N/A
N/A
Yes
Yes
Yes
Yes
Yes
Yes
Yes
N/A
Landscaping and Irrigation
George’s Landscaping Inc.
Central Lawn Sprinkler
Recommended Vendor in Bold
*In-District Vendor
Minority Vendor
4.
RECOMMENDATION
That the Board of Trustees award the Homeland Security Training Center
(HSTC) Landscape and Irrigation bid to the lowest responsible bidder, George’s
Landscaping Inc., 1410 Mills Road, Joliet, IL 60433, for the lump sum bid amount
of $547,521.50.
BIDDER: _____________________
BID NO.: 2015-B0044
LANDSCAPE & IRRIGATION
FOR
HOMELAND SECURITY TRAINING CENTER
COLLEGE of DuPAGE
COMMUNITY COLLEGE DISTRICT NO. 502
PREBID MEETING: WEDNESDAY, DECEMBER 10, 2015 at 9:30 PM ROOM
1514 RESPONSES DUE: MONDAY JANUARY 12, 2015 at 2:00 PM
DELIVER PROPOSALS TO:
COLLEGE of DuPAGE
PURCHASING DEPARTMENT
ROOM BIC 1540
425 FAWELL BLVD.
GLEN ELLYN, ILLINOIS 60137
ISSUED BY THE
PURCHASING DEPARTMENT
LEGAL NOTICE
Sealed bids are invited by the College of DuPage for the following Contract for Work:
LANDSCAPE & IRRIGATION
HOMELAND SECURITY TRAINING CENTER
College of DuPage
425 Fawell Blvd.
Glen Ellyn, IL 60137
All Drawings, Specifications and Bid Forms shall be obtained at the office of the Purchasing Department, College of
DuPage, Berg Instructional Center (BIC) Building, Room 1540, 425 Fawell Blvd., Glen Ellyn, Il 60137 or by email
request to: bhfx@warrenville.net
A Pre-Bid Meeting will be held at 9:30 AM, local time, on Wednesday, December 10, 2015 at the College of DuPage,
Berg Instructional Center (BIC) Room 1514, 425 Fawell Blvd., Glen Ellyn, IL 60137. A Pre-Bid Site Inspection will begin
immediately following the Pre-Bid Conference. Attendance at this meeting and site inspection is mandatory. Hard hats are
required for the site visit. For additional questions regarding the Pre-Bid Conference, please contact the following individual:
lesniakd@cod.edu
Sealed bids will be received in Room 1540, Berg Instructional Center (BIC), College of DuPage, 425 Fawell, Glen Ellyn,
Illinois, up to 2:00 PM, local time, on Monday, January 12, 2015. Said bids will be publicly opened and read aloud. No
bids will be received after the time specified herein.
No less than the general prevailing wage rates, as required or adjusted pursuant to the Illinois Prevailing Wage Act
(820 ILCS 130/1-12), shall be paid to all laborers, work persons, and mechanics performing work under this contract.
The College of DuPage Board of Trustees reserves the right to reject any and all bids.
By Order of the Board of Trustees, College of DuPage, Community College District Number 502.
INSTRUCTIONS TO BIDDERS
BID
INDEX
Section
Subject
Page
IB-01
Definitions
IB-1
IB-02
Preparation of Bid Proposals
IB-1
IB-03
Site Inspection Certificate
IB-1
IB-04
Bid Deposit
IB-2
IB-05
Exceptions
IB-2
IB-06
Bidder Warranties
IB-2
IB-07
Submission of Bid Proposals
IB-3
IB-08
Bid Proposals to Conform to Requirements
of Legal Advertising
IB-3
IB-09
Competency of Bidder
IB-3
IB-10
Local Business Preference
IB-3
IB-11
Consideration of Bid Proposals
IB-3
IB-12
Withdrawal of Bid Proposals
IB-4
IB-13
Acceptance of Bid Proposals
IB-4
IB-14
Performance and Payment Bond
IB-4
IB-15
Prices Firm
IB-4
IB-16
Cash Billing Discounts
IB-4
IB-17
Catalogs
IB-4
IB-18
Authorized Dealer/Distributor
IB-4
IB-19
Trade Names
IB-5
IB-20
Samples
IB-5
IB-21
Notices
IB-5
IB-22
Compliance with Laws – Public Contracts
IB-5
THIS PAGE INTENTIONALY LEFT BLANK
INSTRUCTIONS TO BIDDERS
IB-01
DEFINITIONS
I. BIDDER shall mean the individual or business entity submitting a Bid Proposal to supply any or all of the
services or goods required by the Contract Documents.
B.
BID PROPOSAL shall mean the Contract Documents as completed by the Bidder which constitutes the Bidder’s
offer.
C.
CONTRACT shall mean the agreement between the College and Contractor as set forth in the Contract
Documents and as awarded by the College of DuPage Board of Trustees.
D.
CONTRACT DOCUMENTS shall mean collectively the Instructions to Bidders, General Conditions, Special
Conditions, Specifications, Attachments, and Addenda, if any, Bid Proposal, Site Inspection Certificate,
Contractor Certifications and Forms for Minority Participation. The above documents shall be considered as one
integrated document setting forth the obligations of the parties.
E.
CONTRACTOR shall mean the individual or business entity submitting a Bid Proposal and to whom the College
of DuPage Board of Trustees awards the Contract.
F.
COLLEGE shall mean the College of DuPage, Community College District No. 502, a body politic and corporate
of the State of Illinois.
G.
DIRECTOR shall mean the person or persons authorized by the College to act in connection with this Contract.
Such authorization shall not include any power to change the scope of the Contract or to obligate the College to
pay additional sums beyond the amount of the Contract awarded by the College of DuPage Board of Trustees.
H.
PURCHASING MANAGER shall mean the Purchasing Manager of the College of DuPage.
I. SPECIFICATIONS shall mean the description of the required services, Contract Goods, equipment, personnel,
volume and use statistics and all requirements for the scope of work set forth in the Contract Documents.
IB-02
PREPARATION OF PROPOSALS
The Bidder shall provide three (3) copies of its Bid Proposal on the proposal forms provided. Unless otherwise stated,
all blank spaces on the proposal forms shall be fully completed. Bidder bears all responsibility for error or omissions in
the submission of the Bid Proposal.
IB-03
SITE INSPECTION CERTIFICATE
When required in the legal advertisement or the Special Conditions, the Bidder shall visit the job-site and shall carefully
examine and become familiar with all conditions which may in any way affect the performance of the Contract and shall
submit certification of such inspection along with the Bid Proposal. The dates and conditions of the site inspection are
determined by College.
IB-1
IB-04
BID DEPOSIT
When required in the legal advertisement, the Bid Proposal shall be accompanied by cashier's check, certified check or
surety bond in the amount shown in the legal advertisement or as may be prescribed in these Contract Documents. A
certified or cashier's check shall be drawn on a responsible bank doing business in the United States and shall be made
payable to the order of the College of DuPage. The Surety issuing the bond must have a general rating of "A", and shall
be a Class V or higher in the financial size category as defined by Best's Key Rating Guide - Property and Casualty.
Failure to submit the bid deposit shall constitute an informal Bid Proposal and such Bid Proposal shall be rejected.
The Bidder hereby agrees that the bid deposit shall be forfeited to the College as liquidated damages and not as penalty
in the event Bidder fails to comply with IB-11, IB-13, or otherwise fails or refuses to honor the Bid Proposal upon award
of the Contract by the College.
The bid deposit of all bidders will be returned, with the exception of the Contractor, after the College has awarded the
Contract. The bid deposit of the Contractor will be returned after the Contract has been awarded and the Contractor has
submitted all insurance documentation and the Performance and Payment Bond, as required by the Contract
Documents.
IB-05
EXCEPTIONS
If any Bidder intends to take any deviations or exceptions from the Specifications or other Contract Documents, Bidder
shall submit to the Project Manager a written request for a deviation or exception prior to the date and time of Bid
Opening. If the Project Manager considers such deviation or exception acceptable, the Purchasing Manager shall issue
an Addendum setting forth such deviation or exception from the Specifications or other Contract Documents which shall
be applicable to all Bidders submitting a Bid Proposal. If no Addendum is issued by the Purchasing Manager, then such
deviation or exception shall be deemed rejected. The College may reject any Bid Proposal containing deviations or
exceptions not previously accepted through a written Addendum. A copy of such Addendum will be mailed or delivered
to each Bidder receiving a set of such Contract Documents. Bidder shall acknowledge receipt of each Addendum
issued in the space provided on the proposal form. All written requests for deviations or exceptions shall be addressed
to:
Purchasing Department
College of DuPage
Room BIC 1540
425 Fawell Blvd.
Glen Ellyn, Illinois 60137
(2015 LANDSCAPE & IRRIGATION HTC)
IB-06
BIDDER WARRANTIES
The submission of a Bid Proposal shall constitute a warranty that: (i) Bidder has carefully and thoroughly reviewed the
Contract Documents and has found them complete and free from ambiguities and sufficient to describe the Contract
work; (ii) Bidder and all workmen and/or employees it intends to use in the performance of this Contract are skilled and
experienced in the type of work or services called for by the Contract Documents; and (iii) neither the Bidder nor any of
its employees, agents, suppliers or subcontractors have relied on any verbal representations from the College, or any of
the College's employees, agents, or consultants, in preparing the Bid Proposal.
IB-2
IB-07
SUBMISSION OF BID PROPOSALS
All Bidders shall submit the bound copy of the sealed Bid Proposal in an envelope and shall deliver them to Purchasing
Manager, College of DuPage, Room BIC 1540, 425 Fawell Blvd., Glen Ellyn, Illinois 60137 by the date and hour for the
Bid Opening as shown in the legal advertisement. The sealed envelope submitted by the Bidder shall carry the following
information on the face of the envelope: Bidder's name, address, subject matter of Bid Proposal, advertised date of Bid
Opening and the hour designated for Bid Opening as shown in the legal advertisement.
IB-08
BID PROPOSALS TO CONFORM TO REQUIREMENTS OF LEGAL ADVERTISING
The College will not entertain or consider any Bid Proposals: (i) received after the exact time specified in the legal
advertisements; (ii) not accompanied by the required bid deposit; or (iii) in any other way failing to comply fully with the
conditions stated in the legal advertisement.
IB-09
COMPETENCY OF BIDDER
No Bid Proposal will be accepted from or Contract awarded to a Bidder that is in arrears or is in default to the College
upon any debt or Contract, or that is a defaulter, as surety or otherwise upon any obligation to said College, or has failed
to perform faithfully any previous contract with the College.
IB-10
LOCAL BUSINESS PREFERENCE
When two (2) or more responsible bidders submit the same low bid, the contract award will be determined by drawing
lots in a public meeting unless one bidder is a local bidder within the District boundaries and one is a non-local bidder, in
which event the local bidder will be awarded the contract.
IB-11
CONSIDERATION OF BID PROPOSALS
The College reserves the right to reject or accept any or all Bid Proposals, to extend the bidding period, to waive
technicalities in the Contract Documents and/or to direct that the project be abandoned or rebid prior to award of the
Contract.
Contracts for construction or related services required to be publicly bid will be awarded at the sole discretion of the
College. In determining the lowest responsible bidder, the College may consider the following as well as other criteria:
1) Ability, capacity and skill of the bidder to perform the contract or provide the service required.
2) Capacity of the bidder to perform the contract or provide the service promptly, or within the time specified,
without delay or interference.
3) Character, integrity, reputation, judgment, experience and efficiency of the bidder including, but not limited
to, past performance record; default under previous contracts, whether or not such contract was with the
College; competency; and failure to pay or satisfactorily settle all bills due for labor and material on former
contracts
4) Quality of performance of previous contracts or services.
5) Previous and existing compliance by the bidder with laws and ordinances relating to the contract or
service.
6) Sufficiency of the financial resources and financial ability of the bidder to perform the contract or service.
7) Quality, availability and adaptability of the supplies, machinery, plant or other equipment or contractual
services to the particular use required.
8) Ability of the bidder to provide future maintenance and service for the use of the subject of the contract,
including guarantees.
9) Recent findings by state or federal agencies regarding compliance with pertinent public acts.
IB-3
IB-12
WITHDRAWAL OF BID PROPOSALS
Bidders may withdraw their Bid Proposals at any time prior to the time specified in the legal advertisement as the date
and hour set for the Bid Opening. However, no Bidder shall withdraw, cancel or modify its Bid Proposal for a period of
ninety (90) calendar days after said advertised Bid Opening.
IB-13
ACCEPTANCE OF PROPOSALS
The Project Manager shall notify the successful Bidder, in writing, of award of the Contract by the College within ninety
(90) days from the Bid Opening date. Upon receipt of the Notice of Award, the Contractor shall promptly secure,
execute and deliver to the Project Manager any documents required herein.
IB-14
PERFORMANCE AND PAYMENT BOND
When required in the legal advertisement or Special Conditions, the successful Bidder shall furnish a Performance and
Payment Bond in the full amount of the Contract on the College Form, a specimen of which is provided herein. The
Surety issuing the Performance and Payment Bond must have a general rating of "A" and shall be a Class V or higher in
the financial size category as defined by Best's Key Rating Guide-Property and Casualty.
In the event that the Bidder fails to furnish the Performance and Payment Bond within fourteen (14) calendar days after
service of the Notice of Award, the College may elect to retain Bidder's bid deposit as liquidated damages and not as a
penalty and the Contract may be terminated. The parties agree that the sum of the bid deposit is a fair estimate of the
amount of damages that the College will sustain due to the Bidder's failure to furnish the Performance and Payment
Bond and the termination of the Contract.
IB-15
PRICES FIRM
All prices quoted in the Bid Proposal shall be firm and will not be subject to increase during the term of the Contract
awarded to the Contractor, except as otherwise provided in these Contract Documents.
IB-16
CASH BILLING DISCOUNTS
Cash billing or percentage discounts for payment will not be considered in evaluating Bid Proposals.
IB-17
CATALOGS
Each Bidder shall submit in DUPLICATE, where necessary or when requested catalogs, descriptive literature, and
detailed drawings, fully detailing features, designs, construction, appointment and finishes not covered in the
Specifications but necessary to fully describe the materials, Contract Goods or work proposed to be furnished.
IB-18
AUTHORIZED DEALER/DISTRIBUTOR
The Bidder must be: (i) the manufacturer; (ii) an authorized dealer/distributor; or (iii) able to promptly secure the
necessary genuine parts, assemblies and/or accessories as supplied by the original equipment manufacturer (O.E.M.),
along with any necessary schematics or drawings to fulfill the contractual obligations. Further, the Bidder must be able
to furnish original product warranty and manufacturer’s related services such as product information, product re-call
notices, etc. Proof of ability to transfer product warranty to the College is to be submitted with the Bid Proposal.
IB-4
IB-19
TRADE NAMES
In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is
understood that the Bidder proposes to furnish the item identified and does not propose to furnish an "equal" unless the
proposed "equal" is definitely indicated therein by the Bidder. The College reserves the right to review and award
alternate Contracts, if the commodity and/or service are suitable to its requirement.
The reference to the above catalog is intended to be descriptive and not restrictive and to indicate to the prospective
Bidder articles that shall be satisfactory. Bid Proposals on other makes and catalogs shall be considered, provided each
Bidder states on the face of the Bid Proposal exactly what is being proposed to be furnished or forwards with the Bid
Proposal an illustration, or other descriptive matter which shall clearly indicate the character of the article covered by the
Bid Proposal.
The College reserves the right to approve as an equal, or to reject as not being an equal, any article the Bidder proposes
to furnish which contains major or minor variations from Specifications but which may comply substantially.
IB-20
SAMPLES
Bidders may be asked upon request of the Project Manager or the Director to furnish and deliver a representative
sample sufficient to effectively evaluate each item listed in the Bid Proposal. All samples must be delivered F.O.B.
DESTINATION, FREIGHT PREPAID to an identified delivery location within five (5) business days of the request.
Samples submitted must be identical to those specified in the Bid Proposal. Submission of other than the samples
reflected in the Bid Proposal or failure to furnish samples within the required time period shall be cause for rejection of
the Bid Proposal. All samples are subject to mutilation and will not be returned. Bidders shall bear the cost of any
samples and shipping or delivery costs related thereto.
IB-21
NOTICES
All communications and notices between the College and Bidders regarding the Contract Documents shall be emailed
to: lesniakd@cod.edu.
Notices to the Bidders shall be addressed to the name and address provided by the Bidders; notices to the Project
Manager shall be addressed to lesniakd@cod.edu
IB-22
COMPLIANCE WITH LAWS - PUBLIC CONTRACTS
This Contract is a competitively bid public contract of the College of DuPage subject to laws and ordinances governing
public contracts. The Bidder shall at all times observe and comply with all laws, ordinances, regulations and codes of
the Federal, State and other local government agencies which may in any manner affect the preparation of the Bid
Proposal or effect the performance of the Contract. If the Bidder observes that any of the Contract Documents are at
variance therewith, it shall promptly notify the Project Manager in writing and necessary changes shall be effected by
appropriate modification.
END OF SECTION
IB-5
GENERAL CONDITIONS
BID INDEX
Section
Subject
Page
GC-01
Subcontracting or Assignment of
Contract or Contract Funds
GC-1
GC-02
Indemnification
GC-1
GC-03
Inspection and Responsibility
GC-1
GC-04
Payment and Invoices
GC-1
GC-05
Prepaid Fees
GC-1
GC-06
Taxes
GC-2
GC-07
Price Reduction
GC-2
GC-08
Contractor Credits
GC-2
GC-09
Disputes
GC-2
GC-10
Modifications and Amendments
GC-2
GC-11
Default
GC-3
GC-12
College's Remedies
GC-3
GC-13
Contractor's Remedies
GC-3
GC-14
Delays
GC-3
GC-15
Insurance Requirements
GC-4/5
GC-16
Patents, Copyrights and Licenses
GC-6
GC-17
Compliance with Laws
GC-6
GC-18
Delivery
GC-6
GC-19
Prohibition of Discrimination and Harassment
GC-6
GC-20
Material Safety Data Sheet
GC-6
GC-21
Conduct of the Contractor
GC-7
GC-22
Accident Reports
GC-7
GC-23
Use of Premises
GC-7
GC-24
General Notice
GC-7
GC-25
Termination for Convenience
GC-7
GENERAL CONDITIONS
BID CONTRACTS
INDEX
Section
Subject
Page
GC-26
Guarantees and Warranties
GC-7
GC-27
Standard of Contract Goods
GC-8
GC-28
Confidentiality and Ownership of Documents
GC-8
GC-29
Quantities
GC-8
GC-30
Audit; Examination of Records
GC-8
GC-31
Governing Law
GC-9
GC-32
Tobacco-Free Campus Policy
GC-9
GC-33
Waiver
GC-9
GC-34
Entire Agreement
GC-9
GC-35
Force Majeure
GC-9
GC-36
Reimbursable Expenses for Non-Employees
GC-9
GC-37
Contract Interpretation
GC-10
GENERAL CONDITIONS
GC-01
SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS
Once awarded, this Contract shall not be subcontracted or any part thereof assigned without the express written
approval of the College Project Manager. In no case, however, shall such approval relieve the Contractor from his
obligations or change the terms of the Contract. The Contractor shall not transfer or assign any Contract funds or claims
due or to become due without the advance written approval of the Project Manager. The unauthorized subcontracting or
assignment of the Contract, in whole or in part, or the unauthorized transfer or assignment of any Contract funds, either
in whole or in part, or any interest therein, which shall be due or are to become due the Contractor shall have no effect
on the College and are null and void.
The Contractor shall identify any and all contractors and subcontractors it intends to use in the performance of the
Contract. All such persons shall be subject to the prior approval of the College.
The Contractor and its employees, contractors, subcontractors, agents and representatives are, for all purposes arising
out of this Contract, independent contractors and are not employees of the College. It is expressly understood and
agreed that the Contractor and its employees, contractors, subcontractors, agents and representatives shall in no event
as a result of a contract be entitled to any benefit to which College employees are entitled, including, but not limited to,
overtime, retirement benefits, worker’s compensation benefits and injury leave or other leave benefits.
GC-02
INDEMNIFICATION
The Contractor covenants and agrees to indemnify and save harmless the College and its trustees, officials,
employees, agents and representatives, and their respective heirs, successors and assigns, from and against any and
all costs, expenses, attorney's fees, losses, damages and liabilities incurred or suffered directly or indirectly from or
attributable to any claims arising out of or incident to the performance or nonperformance of the Contract by the
Contractor, or the acts or omissions of the officers, agents, employees, contractors, subcontractors, licensees or
invitees of the Contractor. The Contractor expressly understands and agrees that any Performance Bond or insurance
protection required of the Contractor, or otherwise provided by the Contractor, shall in no way limit the responsibility to
indemnify the College as hereinabove provided.
GC-03
INSPECTION AND RESPONSIBILITY
The College shall have a right to inspect any Contract Goods used in carrying out this Contract and shall be responsible
for the quality and standards of all materials or completed work furnished under this Contract. Contract Goods or
completed work not complying herewith may be rejected by the Project Manager and/or the Director and shall be
replaced and/or re-performed by the Contractor at no cost to the College. Any Contract Goods rejected shall be
removed within a reasonable time from the premises of the College at the entire expense of the Contractor, after notice
has been given by the College to the Contractor that such Contract Goods have been rejected.
GC-04
PAYMENT AND INVOICES
All invoices submitted by the Contractor shall be emailed to the Project Manager: lesniakd@cod.edu
Questions about payment status or other inquiries, please email acctpay@cod.edu or call 630-942-2228. Contractor
must agree to receive all payments from the College via an Automated Clearing House (ACH) transfer (CCD file
format only).
GC-05 PREPAID FEES
In the event this Contract is terminated by either party, for cause or otherwise, and the College has prepaid for any
service or Contract Good to be provided pursuant to this Contract, Contractor shall refund to the College, on a prorated
basis to the effective date of termination, all amounts prepaid for such service or Contract Good not actually provided as
a result of the termination. The refund shall be made within fourteen (14) days of the effective date of termination.
GC-1
GC-06
TAXES
Federal Excise Tax does not apply to materials purchased by the College by virtue of Exemption Certificate No. 362594972. Illinois Retailers' Occupation Tax, Use Tax and Municipal Retailers' Occupation Tax do not apply to materials
or services purchased by the College by virtue of statute. The price or prices quoted herein shall include any and all
other federal and/or state, direct and/or indirect taxes which apply to this Contract. The College's State of Illinois Sales
Tax Exemption Identification No. is E-9997-3391-06.
GC-07
PRICE REDUCTION
If at any time after the contract award, Contractor makes a general price reduction in the price of any goods covered by
the Contract, the equivalent price reduction based on similar quantities and/or considerations shall apply to this Contract
for the duration of the Contract period. Such price reductions shall be effective at the same time and in the same
manner as the reduction in the price to customers generally.
GC-08
CONTRACTOR CREDITS
To the extent the Contractor gives credits toward future purchases of goods or services, financial incentives, discounts,
value points or other benefits based on the purchase of the materials or services provided for under this Contract, such
credits belong to the College and not any specific using department. Contractor shall report any such credits to the
Project Manager.
GC-09
DISPUTES
Any dispute arising under the Contract between the College and Contractor shall be decided by the Project Manager.
The complaining party shall submit a written statement detailing the dispute and specifying the specific relevant Contract
provision(s) to the Project Manager. Upon request of the Project Manager, the party complained against shall respond
to the complaint in writing within five days of such request. The Project Manager will reduce his decision to writing and
mail or otherwise furnish a copy thereof to the Contractor and Director. Dispute resolution as provided herein shall be a
condition precedent to any other action at law or in equity. Notwithstanding a dispute, Contractor shall continue to
discharge all its obligations, duties and responsibilities set forth in the Contract during any dispute resolution proceeding
unless otherwise agreed to by the College in writing.
GC-10
MODIFICATIONS AND AMENDMENTS
The parties may during the term of the Contract make modifications and amendments to the Contract but only as
provided in this section. Such modifications and amendments shall only be made by mutual agreement in writing.
In the case of Contracts not approved by the Board, the Project Manager may amend a contract provided that any
such amendment does not extend the Contract by more than one (1) year, and further provided that the total cost of
all such amendments does not increase the total amount of the Contract beyond $25,000. Such action may only be
made with the advance written approval of the Project Manager. If the amendment extends the Contract beyond one
(1) year or increases the total award amount beyond $25,000, then Board approval will be required.
In the case of Contracts approved by the Board, the total cost of all such amendments shall not increase the Contract
by more than 10% of the original contract award and the term may only be extended for up to one (1) year. Such
action may only be made with the advance written approval of the Project Manager.
In the case of Contracts approved by the Board, modifications and amendments which individually or cumulatively
result in additional costs of greater than 10% of the original awarded amount or which extend the term of the Contract
by more than one (1) year shall be deemed as authorized with the advance approval of the College of DuPage Board
of Trustees.
No College department or employee thereof has authority to make any modifications or amendments to this
Contract. Any modifications or amendments to this Contract made without the express written approval of the
Purchasing Manager is void and unenforceable
GC-2
GC-11
DEFAULT
Contractor shall be in default hereunder in the event of a material breach by Contractor of any term or condition of this
Contract where Contractor has failed to cure such breach within ten (10) days after written notice of breach is given to
Contractor by the College, setting forth the nature of such breach.
A material breach of the contract by the Contractor includes but is not limited to the following:
1.
Failure to begin performance under this Contract within the specified time;
2.
Failure to perform under this Contract with sufficient personnel, equipment, or materials to ensure
completion of said performance within the specified time or failure to assign qualified personnel to ensure
completion within the specified time;
3.
Performance of this contract in an unsatisfactory manner;
4.
Refusal to perform services deemed to be defective or unsuitable;
5.
Discontinuance of performance of Contractor’s obligations under the Contract or the impairment or the
reasonable progress of performance;
6.
Becoming insolvent, being declared bankrupt or committing any act of bankruptcy or insolvency;
7.
Any assignment of this contract for the benefit of creditors;
8.
Any cause whatsoever which impairs performance in an acceptable manner; or
9.
Any other material breach of any term or condition of this Contract.
College shall be in default hereunder if any material breach of the Contract by the College occurs which is not cured by
the College within forty-five (45) days after written notice of breach has been given by Contractor to the College, setting
forth the nature of such breach.
GC-12
COLLEGE'S REMEDIES
If the Contractor fails to remedy a material breach during the ten (10) day cure period pursuant to General Condition GC11, Default, the College shall have the right to terminate this Contract provided, however, that the College shall give
Contractor prior written notice of its intent to terminate. Following notice of breach to Contractor, the College reserves
the right to withhold payments owed to Contractor until such time as Contractor has cured the breach which is the
subject matter of the notice. In addition, the College shall have the right to pursue all remedies in law or equity.
GC-13
CONTRACTOR'S REMEDIES
If the College has been notified of breach and fails to remedy the breach during the forty-five (45) day cure period
pursuant to General Condition GC-11, Default, the Contractor shall have the right to terminate this Contract provided,
however, that Contractor shall give the College thirty (30) days prior written notice of termination.
Contractor shall have the right to pursue all remedies available in law or equity. In all cases the Contractor's damages
shall be those provable damages not to exceed the value of the Contract as awarded by the College of DuPage Board
of Trustees. Contractor shall not disrupt the operation or repossess any component thereof.
GC-14
DELAYS
Contractor agrees that no charges or claims for damages shall be made by Contractor for any delays or hindrances from
any cause whatsoever during the progress of any portion of this Contract.
GC-3
GC-15
INSURANCE REQUIREMENTS
1)
The Contractor shall require all policies of insurance that are in any way related to the work and are secured and
maintained by Contractor and all tiers of subcontractors to include clauses providing that each underwriter shall
waive all of its rights of recovery, under subrogation or otherwise, against College of DuPage, Board of Trustees
and employees of the College.
2)
The Contractor shall waive all rights of recovery against College of DuPage, Board of Trustees, employees of the
College and other Contractors and subcontractors which Contractor may have or acquired because of deductible
clauses in or inadequacy of limits of any policies of insurance that are in any way related to the work and that are
secured and maintained by Contractor.
3)
The Contractor shall require all tiers of subcontractors to waive the rights of recovery against College of DuPage
and all tiers of subcontractors.
Insurance Requirements of the Contractor
Prior to the effective date of this Contract, the Contractor, at its cost, shall secure and maintain at all times, unless
specified otherwise, until completion of the term of this Contract the insurance specified below.
Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor’s
responsibility for payment of damages resulting from its operations under this Contract. The insurance purchased and
maintained by the Contractor shall be primary and not excess or pro rata to any other insurance issued to the
College.
The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer’s liability.
The limits of liability shall be as stated below, unless, prior to the effective date of this Contract, written approval is
granted by the College of DuPage Department of Risk Management for variance from those limits.
1.
Coverages
(1) Workers Compensation Insurance
Workers’ Compensation shall be in accordance with the laws of the State of Illinois or any
other
applicable jurisdiction.
The Workers Compensation policy shall also include the following provisions:
(2) Employers’ Liability coverage with a limit of
$500,000 each Accident
$500,000 each Employee
$500,000 Policy Limit for Disease
(2)
(b)
Broad form all states coverage
Commercial General Liability Insurance
(3) The Commercial General Liability shall be on an occurrence form basis to cover bodily
injury and property damage including loss of use.
General Liability limits shall not be less than $1,000,000 per occurrence and
$2,000,000 aggregate combined single limit for bodily injury and property
damage. The General Liability policy shall include, without limitation the following
coverages:
GC-4
GC-15
(c)
INSURANCE REQUIREMENTS (CON’T.)
(a)
All premises and operations;
(b)
Broad Form Blanket Contractual Liability;
(c)
Products/Completed Operations;
(d)
Broad Form Property Damage Liability;
(e)
Cross Liability.
Comprehensive Automobile Liability Insurance
Comprehensive Automobile Liability to cover all owned, non-owned and hired automobiles, trucks
and trailers. The Comprehensive Automobile Liability limits shall not be less than the following:
(d)
1)
Liability - All Autos: Bodily Injury & Property Damage - $1,000,000 per Occurrence
2)
Uninsured/Motorists: Per Illinois Requirements
Umbrella/Excess Liability Insurance
In addition to the coverages and limits specified above, Contractor and Sub-Contractors of any tier
shall secure and maintain a limit of liability no less than:
2.
1)
$2,000,000 each occurrence for all liability
2)
$2,000,000 in the aggregate per policy year separately with respect to products and
completed operations
Additional requirements
(a)
Additional Insured
College of DuPage, its officials, employees and agents shall be named as additional
insured
under the Commercial General Liability policy.
(b)
Qualification of Insurers
All insurance companies providing coverage shall be licensed or approved by the Department of
Insurance, State of Illinois, and general rating of "A", and shall be a Class V or higher in the financial
size category as listed in A.M. Best's Key Rating Guide, current edition or interim report. Companies
with ratings lower than “A”, V will be acceptable only upon written consent of the College of
DuPage Department of Risk Management.
(c)
Insurance Notices
All policies of insurance which may be required under terms of this Contract shall be endorsed to
provide that the insurance company shall notify the Project Manager, College of DuPage Room BIC
1540, 425 Fawell Blvd., Glen Ellyn, Illinois 60137 at least 30 days prior to the effective date of any
cancellation or modification of such policies. When required in the Special Conditions, the
successful Bidder shall furnish prior to the date on which Contractor commences performance of the
contract, Certificates of Insurance maintained by Contractor.
In no event shall any failure of the College to receive Certificates of Insurance required hereof or to
demand receipt of such Certificates of Insurance be construed as a waiver of Contractor's
obligations to obtain insurance pursuant to these insurance requirements.
GC-5
GC-16
PATENTS, COPYRIGHTS AND LICENSES
Contractor agrees to hold harmless and indemnify the College, its officers, agents, employees and affiliates from and
defend, at its own expense (including reasonable attorneys', accountants' and consultants' fees), any suit or proceeding
brought against College based upon a claim that the ownership and/or use of equipment, hardware and software or any
part thereof utilized in performing Contractor's services constitutes an infringement of any patent, copyright or license or
any other intellectual property right.
In the event the use of any equipment, hardware or software or any part thereof is enjoined, Contractor with all
reasonable speed and due diligence shall provide or otherwise secure for College, at the Contractor's election, one of
the following: the right to continue use of the equipment, hardware or software; an equivalent system having the
Specifications as provided in this Contract; or to modify the system or its component parts so that it becomes noninfringing while performing in a substantially similar manner to the original system, meeting the Specifications of this
Contract.
GC-17 COMPLIANCE WITH LAWS
The Contractor shall observe and comply with the laws, ordinances, regulations and codes of Federal, State and other
local government agencies which may in any manner affect the performance of the Contract, including but not limited to
those College rules as set forth in the Certifications attached hereto and incorporated herein. Assurance of compliance
with this requirement by the Contractor's employees, agents or subcontractors shall be the responsibility of the
Contractor.
The Contractor shall secure and pay for all federal, state and local licenses, permits and fees required hereunder.
GC-18 DELIVERY
All Contract Goods shipped to the College shall be shipped F.O.B., DESTINATION, FREIGHT PREPAID. Arrangements
shall be made in advance by the Contractor in order that the College may arrange for receipt of the materials.
Truck deliveries will be accepted before 3:00 P.M. on weekdays only. No deliveries will be accepted on Saturdays,
Sundays or College Holidays (12/24-01/02). The College is not responsible for delivery delays due to waiting times for
loading and unloading at dock locations.
The quantity of Contract Goods delivered by truck will be ascertained from a weight certificate issued by a duly licensed
Public Weight-Master. In the case of delivery by rail, weight will be ascertained from bill of lading from originating line,
but the College reserves the right to re-weigh at the nearest available railroad scale.
The College reserves the right to add new delivery locations or delete previously listed delivery locations as required
during the Contract period. The only restriction regarding the College's right to add new delivery locations shall be that
any new or additional location shall be within the geographical boundaries of the College of DuPage.
GC-19
PROHIBITION OF DISCRIMINATION AND HARASSMENT
No student, employee, Board member, or visitor will discriminate against or harass a student, employee or visitor on
the basis of race, color, religion, sex, national origin, age, disability, sexual orientation or any other unlawful basis.
The College will not tolerate discrimination or harassment. Individuals found to have violated this policy will be subject
to disciplinary action up to and including termination and/or expulsion from the College as determined by such
administrative or Board action as is required by Illinois law or by Board policy. Individuals who retaliate against any
employee for filing a complaint or participating in harassment investigation shall be subject to disciplinary action.
GC-20 MATERIAL DATA SAFETY SHEET
Where required under the Illinois "Toxic Substance Disclosure to Employees Act", Illinois Compiled Statutes, 1994, 820
ILCS 255/1, Contractor shall submit with each delivery of Contract Goods, a Material Safety Data Sheet
GC-6
GC-21
CONDUCT OF THE CONTRACTOR
The Contractor agrees to inform the College on a timely basis of all of the Contractor's interests, if any, which are or
which the Contractor reasonably believes may be incompatible with any interest of the College. The Contractor shall not
use for personal gain or make other improper use of privileged information which is acquired in connection with the
Contract.
GC-22
ACCIDENT REPORTS
The Project Manager and Director shall be given written notification within twenty-four (24) hours of any occurrence, on
the site or otherwise, which pertains in any way to this Contract and involves the Contractor's personnel, or those of any
of his subcontractors or others whether said occurrence be in the nature of bodily injury to employees or third parties or
property damage.
The report shall include the name of person(s) injured, name of his employer, date, time and location of occurrence,
extent of injury and/or damage, name(s) of eyewitnesses, and who treated the person(s) for injuries sustained, and such
other information as may be relevant. The Contractor shall notify the College of DuPage Police of any occurrence
requiring an official police record. The accident report should indicate whether the police were notified and, if so, the
number of the police report.
GC-23
USE OF PREMISES
Contractor shall confer with the Director to ascertain full knowledge of all rules and regulations of the College facilities
relative to this Contract and shall comply therewith. The Contractor shall confine the operations of its employees to the
limits indicated by laws, ordinances, permits and/or direction of the Director and shall not encumber the premises with
materials or debris. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will
endanger its safety.
The College reserves the right to prohibit any person from entering any College facility for any reason.
All
subcontractors, agents and employees of the Contractor shall be accountable to the Director while on any College
property and shall abide by all security regulations imposed by the College.
GC-24
GENERAL NOTICE
All notices required pursuant to this Contract shall be emails to the Project Manager: lesniakd@cod.edu
Notice as provided herein does not waive service of summons or process.
TO THE COLLEGE:
Project Manager
College of DuPage
Room BIC 1540
425 Fawell Blvd.
Glen Ellyn, Illinois 60137
(LANDSCAPE & IRRIGATION FOR HTC)
TO THE CONTRACTOR:
At address provided in its bid document or as otherwise indicated in writing to the College.
GC-25
TERMINATION FOR CONVENIENCE
The College may terminate this Contract, or any portion, at any time by notice in writing from the College to the
Contractor.
GC-26
GUARANTEES AND WARRANTIES
GC-7
All guarantees and warranties required shall be furnished by the Contractor and shall be delivered to the Project
Manager before final voucher on the Contract is issued. The Contractor agrees that the Contract Goods or services to
be furnished shall be covered by the most favorable commercial warranties the Contractor gives to any customer for the
same or substantially similar Contract Goods or services and that the rights and remedies so provided are in addition to
and do not limit any rights afforded to College. Please see warranty conditions under General Conditions Specifications
section
GC-27
STANDARD OF CONTRACT GOODS
Only new, originally manufactured Contract Goods will be accepted by the College. The College will not accept any
Contract Goods that have been refurbished, rebuilt, restored or renovated in any manner. In addition, experimental
materials will not be acceptable. Contract Goods not produced by regular production methods and/or which have not
been offered for sale to the public through accepted industry trade channels for a reasonable period of time prior to the
offering of the proposal, will be considered experimental.
GC-28
CONFIDENTIALITY AND OWNERSHIP OF DOCUMENTS
Contractor acknowledges and agrees that information regarding this Contract is confidential and shall not be disclosed,
directly, indirectly or by implication, or be used by Contractor in any way, whether during the term of this Contract or at
any time thereafter, except solely as required in the course of Contractor’s performance of Services hereunder.
Contractor shall comply with the applicable privacy laws and regulations affecting Owner and will not disclose any of
Owner’s records, materials, or other data to any third party. Contractor shall not have the right to compile and distribute
statistical analyses and reports utilizing data derived from information or data obtained from Owner without the prior
written approval of Owner. In the event such approval is given, any such reports published and distributed by Contractor
shall be furnished to Owner without charge.
All documents, data, studies, reports, work product or product created as a result of the performance of Service(s) shall
be the property of the College of DuPage. It shall be a breach of this Contract for the Contractor to reproduce or use,
any documents, data, studies, report, work product or product obtained from the College of DuPage or created hereby
for its own purposes or to be copied and used by any third party. During the performance of the Services herein
provided for, the Contractor shall be responsible for any loss or damage to the documents herein enumerated while they
are in his possession, and any such document lost or damaged shall be restored at the expense of the Contractor. Full
access to the work during the preparation of the plans shall be available to the College and other public agencies
interested in this work.
GC-29 QUANTITIES
The quantities of materials required for the performance of the Contract are estimates for the purpose of determining an
approximate total Contract amount and may not be the actual quantities required during the term of the Contract. The
College reserves the right to increase or decrease the quantities at the Contract price, to correspond to the actual needs
of the College. The College will be obligated to order and pay for only such quantities as are from time to time ordered,
delivered, and accepted on purchase orders issued by the Project Manager.
GC-30
AUDIT; EXAMINATION OF RECORDS
The Contractor agrees that the College of DuPage Auditor or any of its duly authorized representatives shall, until
expiration of three (3) years after the final payment under the Contract, have access and the right to examine any books,
documents, papers, canceled checks, bank statements, purveyor's and other invoices, and records of the Contractor
related to the Contract, or to Contractor's compliance with any term, condition or provision thereof. The Contractor shall
be responsible for establishing and maintaining records sufficient to document the costs associated with performance
under the terms of this Contract.
The Contractor further agrees that it shall include in all of its subcontracts hereunder a provision to the effect that the
subcontractor agrees that the College of DuPage Auditor or any of its duly authorized representatives shall, until
expiration of three (3) years after final payment under the subcontract, have access and the right to examine any books,
documents, papers, canceled checks, bank statements, purveyor's and other invoices and records of such subcontractor
involving transactions relating to the subcontract, or to such subcontractor's compliance with any term, condition or
provision thereunder or under the Contract.
GC-8
In the event the Contractor receives payment under the Contract, reimbursement for which is later disallowed by the
College, the Contractor shall promptly refund the disallowed amount to the College on request, or at the College’s
option, the College may credit the amount disallowed from the next payment due or to become due to the Contractor
under any contract with the College.
GC-31
GOVERNING LAW
This Contract shall be governed by and construed under the laws of the State of Illinois. The Contractor irrevocably
agrees that, subject to the College’s sole and absolute election, any action or proceeding in any way, manner or respect
arising out of the Contract, or arising from any dispute or controversy arising in connection with or related to the
Contract, shall be litigated only in courts within the County of DuPage, State of Illinois, and the Contractor consents and
submits to the jurisdiction thereof. In accordance with these provisions, Contractor waives any right it may have to
transfer or change the venue of any litigation brought against it by the College pursuant to this Contract.
GC-32
TOBACCO-FREE CAMPUS POLICY
Use of tobacco and tobacco-related products (including electronic cigarettes) is prohibited on all College of DuPage
premises, in all indoor College facilities and in all College vehicles. “College of DuPage Premises” includes all land,
building, facilities and other property leased or rented by the College, whether on a short-term or long-term basis;
owned by the College (including adjacent streets and sidewalks); subject to the control of the College but not leased,
rented, or owned; and where an official College activity is held and where students, faculty, or staff are present or are
participants in the official College activity. Tobacco use is permitted inside private vehicles. The improper disposal of
tobacco and tobacco-related products from a vehicle while on College of DuPage premises is prohibited. Improper
disposal includes, but is not limited to, spitting smokeless tobacco product, littering, and anything that creates fire
hazards. It is the responsibility of all faculty, staff, students and visitors to comply with this policy. Refusal to comply
with this policy may result in citations issued by Campus Police and/or disciplinary action by the appropriate
administrative office.
GC-33
WAIVER
No term or provision of this Contract shall be deemed waived and no breach consented to unless such waiver or
consent shall be in writing and signed by the party claimed to have waived or consented. The waiver of any such
provision shall be strictly limited to the identified provision.
GC-34
ENTIRE CONTRACT
It is expressly agreed that the provisions set forth in this Contract constitute all the understandings and agreements
between the parties. Any prior agreements, promises, negotiations, or representations not expressly set forth in this
Contract are of no force and effect.
GC-35
FORCE MAJEURE
Neither Contractor nor College shall be liable for failing to fulfill any obligation under this Contract if such failure is
caused by an event beyond such party’s reasonable control and which is not caused by such party’s fault or negligence.
Such events shall be limited to acts of God, acts of war, fires, lightning, floods, epidemics, or riots.
GC-36
REIMBURSABLE EXPENSES FOR NON-EMPLOYEES
Reimbursements of reasonable expenses incurred by certain non-employees such as consultants, speakers,
performers, etc. who perform services for the College will be made based solely upon a written agreement executed
before the commencement of such services. All such reimbursements will be approved by the appropriate authorized
signatory before payment will be made. Such approval indicates that the reimbursement is within limitations of the
budget and Board policy.
GC-9
GC-37
CONTRACT INTERPRETATION
Whenever the singular is used herein, the masculine, feminine and neuter gender shall be deemed to include the others.
The headings of articles, paragraphs and sections in this Contract are included for convenience only and shall not be
considered by either party in construing the meaning of this Contract. If any provision or clause of this Contract shall be
held to be invalid, such provision or clause shall be deleted from the Contract and the Contract shall be construed to give
effect to the remaining portions thereof.
This Contract shall be interpreted and construed based upon the following order of precedence of component parts.
Such order of precedence shall govern to resolve all cases of conflict, ambiguity or inconsistency.
1.
2.
3.
4.
5.
6.
7.
8.
Addenda, if any.
Execution Forms
Specification.
Special Conditions.
General Conditions.
Instruction to Bidders.
Legal Advertisement.
Bid Proposal.
END OF SECTION
GC-10
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 1
Rider B
SCOPE OF WORK
32000- Landscaping & Irrigation
______________________________________________________________________________
Scope of work shall include but not limited to:
This contractor/subcontractor shall provide all labor, material, equipment, supervision and/or subcontract
work necessary, incidental or reasonably inferred to complete all items of this package and related work
in accordance with this Rider B, the Drawings & Specifications and Contract/Subcontract Documents.
It is understood that the drawings and specification are documents which indicate the general scope of the
project and as such, the drawings and specifications do not necessarily indicated or described all work
required for the full performance and completion of the work. Contractor/subcontractor is to furnish and
install all items required for the proper completion of his work without adjustment to the
contract/subcontract price.
1.
New grades will be constructed (by others) per REF-400. This contractor shall verify existing
grades prior to beginning his work. Grades will be 8” lower then shown on the grading plan to
accommodate these contracts tops soil. See schedule for anticipated completion of existing
grades. Any discrepancies are to be reported to COD project manager.
2.
This contractor shall verify all existing structures and utilities per REF-500 and REF -501. Any
discrepancies are to be reported to COD project manager prior beginning any work.
3.
This contractor shall coordinate with the COD project manager and Power’s site superintendent
for the removal of the construction fencing and erosion control fencing.
4.
This contractor shall remove any existing erosion control blanket and any temporary vegetation
noted on REF sheet C-201.
5.
This contractor shall provide all top soil and planting mix per L-100 and as indicated in the
project specifications. This contractor shall remove any existing soils needed to create the new
planting beds. This contractor to provide all necessary testing of new soils. There are no existing
stock piles of top soils on site.
6.
This contractor shall visit the existing site to understand the site limits. This contractor shall meet
all existing landscaped areas. This contractor shall review the existing landscaped areas and
conditions. Any damage to the existing landscaping is to be brought to the attention of the COD
project manager prior to starting this contractor’s work. This contractor shall notify COD if they
believe there will be any drainage problems by adjoining the existing and new landscaping.
Page | 1
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 2
7.
Any damage to the existing landscaping not identified prior to this contractor starting their work
shall be repaired by this contractor at no increase to their contract.
8.
This contractor shall provide the appropriate sleeving under the new concrete walks, drive and
pavement for their unground piping work. This contractor shall coordinate with COD project
management and Power construction superintendent. See attached schedule for anticipated work.
9.
All planting is to be installed during the spring of 2015. This contractor shall coordinate with
COD project manager and the landscape architect to tag and select all scheduled planting. If some
planting cannot be spring dug then this contractor shall notify COD project manager prior
submitting their bid.
10.
Provide all under drainage noted on L-300 and per specifications. Provide final connection to
existing manholes, sleeves as required at all sidewalks and hard pavement. Provide drainage test
as required.
11.
Provide irrigation as noted on sheet I.1.00 & I-1.01. Provide all required shop drawings showing
all Lines, heads, electrical and hook up. Coordinate with Power contraction for electrical tie –ins.
Provide an irrigation audit. Coordinate this test with COD. Flush all lines prior to operating
sprinkler system. Provide a pressure test and report for all irrigation piping for 4 hrs. Notify COD
48Hrs in advance the witness the test.
12.
Provide layout of all planting beds for review with COD and the landscape architect 72 hours
prior to excavating beds and installing plant material. Provide all shrubs listed on L-2.00.
13.
Provide all sod as indicated on sheet L-2.00 and as noted in the specifications. This contractor
shall meet all existing sod areas.
14.
Provide mulch per L2-202 and per specifications in all planting beds and tree locations
15.
Provide all fertilizer and weed control to all new lawn areas and planting beds per specification.
16.
Provide the staking of all plant material as soon on sheet l-2.02.
17.
Provide all watering of all plants, trees, shrubs and lawn until final acceptance by COD. Provide
gator bags at all trees as necessary.
18.
Provide all as-builts O&M’s and training as required by the specifications.
19.
Provide all warranties and extended warranties as note in the project specifications. Provide a
copy of “Suggested Maintenance” immediately upon completion of planting.
Page | 2
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 3
20.
Provide all permits required by this contractors work.
21.
Review project schedule. This schedule will be refined with the successful contractor. This
contractor shall provide a final schedule approved by COD.
22.
This project will be prevailing wage. This contractor and its subcontractors per the Illinois
procurement code (section 30-22) requires bidders and all bidder’s subcontractor participate in
applicable apprenticeship and training programs approved and registered with the United States
Department of Labor’s Bureau of Apprenticeship and Training.
23.
This contractor shall provide a Certificate of Insurance prior to mobilization and commencement
of any work. Insurance requirements are provided in this package.
II.
General Conditions:
1. Provide protection of all adjacent areas and other trades work in place.
2. Provide all deliveries of materials and movement of such within the building as required during
construction.
3. A mandatory project coordination meeting will be held every week, and is to be attended by the
project superintendent and/or project manager of your firm.
4. All work areas are to be kept clean on a daily basis and all work areas to be broom swept.
5. Any potential schedule delays are to be brought to the attention of COD immediately, along with
an acceptable reason for same, and the proposed new schedule for the particular item. This
schedule modification is to be approved by COD prior to the schedule deviation.
6. Any and all punch list items and/or contract items not completed according to the time frame
listed in the preliminary construction schedule may be completed by COD to ensure an on-time
completion of the schedule. Any work that may be completed by COD will be performed after
proper written notification to the appropriate subcontractor. A subcontract DEDUCT change
order will be promptly issued for acceptance and execution by the subcontractor without delay or
objection.
7. Perform all work in strict compliance of all safety guidelines and procedures set forth by local,
state, federal governments and OSHA (Occupational Safety and Health Act), as a minimum.
8. Provide written safety manual and MSDA sheets for all material; maintain one copy in job trailer.
Page | 3
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 4
9. Examine all drawings and site conditions. Failure to determine conditions to be encountered shall
not be cause for extra compensation or time.
10. Mobilization and demobilization of equipment as necessary for job completion.
11. Parking will be provided in designated areas provided by COD.
12. Provide on site protection of this contractors work.
13. Work installed before coordination with other trades, which causes conflicts or causes deviation
from the design intent shall be corrected immediately and without additional cost to the COD, its
subcontractors and shall not cause a schedule delay.
Page | 4
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 5
EXHIBIT C
Drawing
Landscaping
A0.00
REF-C-201
REF-C-300
REF-C-400
REF-C-500
REF-C-501
Landscape
L-1.00
L-2.00
L-2.02
L-3.00
Title
Date
Title Sheet issued for bid October 16,2014
Erosion Control Plan ( Reference )
Lay Out and Material Plan ( Reference)
Grading Plan (Reference)
Storm Drainage Plan
Utility Plan
10.16.2014
10.17.2014
10.03.2014
10.03.2014
10.03.2014
10.03.2014
Soil Preparation Plan
Landscape Plan
Landscape Details
Under drain Plan
10.16.2014
10.16.2014
10.16.2014
10.16.2014
Irrigation
I.1.00
I-1.01
Irrigation Plan
Irrigation Details
10.16.2014
10.16.2014
SPEC 32 2316
SPEC 32 0513
SPEC 32 8000
SPEC 32 9000
SPEC 32 9300
SPEC 33 4605
Utilities Trenching, Bedding, and Backfilling
Topsoil and Planting Mix
Irrigation System
Lawns
Exterior Plants
Under drain System
Page | 5
10.16.2014
10.16.2014
10.16.2014
10.16.2014
10.16.2014
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 6
BID FORM
FOR
LANDSCAPE & IRRIGATION
HOMELAND SECURITY TRAINING CENTER (HTC)
PRE-BID CONFERENCE: Wednesday, December 10, 2014 TIME: 9:30AM
LOCATION:
College of DuPage
Purchasing Department
425 Fawell Blvd
Berg Instructional Center, Room BIC 1514
Glen Ellyn, IL 60137
DEADLINE FOR SUBMISSION OF QUESTIONS: Friday, January 16, 2015 at 5:00 PM
BID DUE DATE: Monday, January 12, 2015 TIME: 2:00 PM
DELIVER SEALED BIDS TO:
To: College of DuPage
Purchasing Department
425 Fawell Blvd.
Berg Instructional Center, Room BIC 1540
Glen Ellyn, IL 60137
FIRM NAME:
the undersigned
A.
Proposes to furnish all labor, materials, equipment and services as required to
satisfactorily complete all Work, described here in as required for the completion of the
LANDSCAPE & IRRIGATION HTC all in accordance with the Drawings prepared by the
C o l l e g e o f D u P a g e a n d this Bid Form.
A. All work required by the foregoing documents will be accomplished for the TOTAL
BASE BID ($_________________)
B. Price of
Dollars ($
).
(Show amount in both words and figures. In case of discrepancy, amount shown in words will
govern.)
Page | 6
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 7
The Total Base Bid above EXCLUDES all applicable sales and/or use taxes;
Bidder agrees that if written notice of the acceptance of this bid is mailed or delivered to
the undersigned within 60 days after the Bid Due Date, or any time thereafter before
it is withdrawn, the undersigned shall meet a representative of College of DuPage to execute
the Contract. Performance and Payment Bonds and the appropriate insurance certificates
will be delivered to the College of DuPage at the time of execution of the Contract. Failure
to execute said contract within ten (10) days after receipt of Notice to Award may be
considered a default under the obligation of the bid bond.
D.
The above price includes all stipulations and requirements of Addenda
E.
MILESTONE SCHEDULE DATES
F.
1.
Anticipated Date of Notice to Proceed: After February 19, 2015 (Board Meeting)
2.
Commence Submittals: Upon Receipt of Notice to Proceed
3.
Commence Jobsite work for the proposal: Upon Complete Submittal Approval
4.
Complete Jobsite work for this proposal: TBD
TRADE SUBCONTRACTORS
The following trade subcontractors are proposed for the item of work listed.
Trade
subcontractors are subject to review per the General Conditions. List only firms that will
supply labor at the site.
ITEM OF WORK
TRADE SUBCONTRACTORS
The bidder and all bidder’s subcontractors must participate in applicable apprenticeship and
training programs approved by and registered with the United States Department of Labor’s
Bureau of Apprenticeship and Training.”
Page | 7
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 8
Schedule of Prices
For the faithful performance of the Work, CONTRACTOR will pay to SUBCONTRACTOR the Contract
Price amount identified herein. The unit prices and alternates identified below will be utilized in
determining increases or decreases in the Contract Price.
Item
1
2
3
4
5
6
7
8
9
AL
AM
AR
AS
GT
LD
LT
NS
PA
PC
QR
PH
PP
BN
CA
CC
CS
Item Description
Bond
Topsoil
Planting Mix
Under drainage
Irrigation
Shredded hardwood Bark Mulch
Maintenance cobble stone edge
Surveying
5 year irrigation warranty
Planting
Shade Trees
Aesculus lutea- Yellow Buckeye (specimen)
Acer x Freemanii ‘Mamo”- Mamo Freeman Maple (Matched
Specimen)
Acer Rubrum “Red Sunset”- Red Sunset Maple (specimen)
Acer saccharum “Fall Fiesta”- Fall Fiesta Sugar Maple (Matched
Specimen)
Gleditsia Triacanthos var. inermis “Skyline”- 3-5 kanes ( specimen)
Larix marschlinsii “ Varied directions”- Varied Direction Dunkeld
Larch (specimen)
Liriodendron Tulipifera- Tulip Tree ( specimen)
Nyssa Sylvatica – Black Tupelo ( specimen)
Plantaus x acerifolia “ Morton Circle”- Exclamation Planetree- (
Matched Specimen)
Pyrus calleryana “ Chanticleer”- Chanticleer Callery Pear ( Specimen)
Quercus Rubra- Red Oak
Evergreen Trees
Picea abies “ Hillside Upright”- Hillside Upright Norway Spruce (
specimen)
Picea pungens” Baby Blue”- Baby Blue Colorado Spruce ( Specimen)
Ornamental Trees
Betula x “royal Frost”- Royal Frost Purple Leaf Birch-5-7 Kane
(Specimen)
Carpinus carlolina- American -Hornbeam -5-7 Kane (Specimen)
Cercis Canadensis-Eastern Redbud- 5-7 Kane (Specimen)
Cornus florida’ Stellar Pink’-Stellar Pink Dodgwood-5-7 Kane
(Specimen)
Page | 8
Unit
LS
CY
CY
LS
LS
CY
SF
LS
LS
Qty
1
EA
EA
5
12
EA
EA
2
6
EA
EA
5
1
EA
EA
EA
1
3
3
EA
EA
6
3
EA
4
EA
3
EA
4
EA
EA
EA
3
4
1
1
1
1
Total Price
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
CV1
MM
ML
MR
CP
JC
JV
TX
BT
CF
HP
HQ
RP
RT
SP
Crataegus viridis ’Winter King’- Winter King Hawthorn –Shrub form
(Specimen)
Magnolia x loebneri’ Leonard Messel’ - Leonard Messel Magnolia (
specimen)
Malus ’Louisa -Louisa Crabapple-( Specimen)
Malus ‘royal Raindrops’-Royal Raindrops Crabapple-5-7 Kane
(Specimen)
Evergreen Shrubs
Chamaecyparis pisifera ‘Gold Mop’
Juniperus Chinensis’ Daub’s Frosted’- Daub’s Frosted Juniper
Juniperus virginiana’ Blue Mountain’ –Blue Mountain Juniper
Taxes x media ‘Tauntonii’- Taunton Yew
Deciduous Shrubs
Berberis thumberglii ’Atropurpurea Nana’- Crimson Pigmy Barberry
Carpinus caroliniana ‘J.N Upright”- Firespire Musclewood
Hydrangea paniculata ‘Pink Diamond’- Pink Diamond Panicled
Hydrangea
Hydrangea quercifolia ‘Ruby Slipper’- Ruby Slipper Oakleaf
Hydrangea
Rhododendron PJM- PJM rhododendron
Rhus typhina ‘Bailtiger’- Tiger Eye Cutleaf Staghorn Sumac
Syringa patula ‘Miss Kim’ – Miss Kim Lilac
College of Du Page
Date: December 5, 2014
Page 9
EA
7
EA
2
EA
EA
2
3
EA
EA
EA
EA
40
94
222
120
EA
EA
EA
106
11
59
EA
54
EA
EA
EA
78
40
19
Total Contract
Price
$
The above price includes all stipulations and requirements of
Addenda No. _____ , No._____, No. ______, No. ______, which have been received
and accepted by the undersigned.
Page | 9
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 10
CERTIFICATIONS
THE UNDERSIGNED IS CAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING
THE SIGNATURE PAGE. SIGNING THE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE
UNDERSIGNED THAT ALL THE STATEMENTS, CERTIFICATIONS AND INFORMATION SET FORTH WITHIN
THESE CERTIFICATIONS ARE TRUE, COMPLETE AND CORRECT AS OF THE DATE THE SIGNATURE PAGE
IS SIGNED. THE UNDERSIGNED IS NOTIFIED THAT IF THE COLLEGE LEARNS THAT ANY OF THE
FOLLOWING CERTIFICATIONS WERE FALSELY MADE, THAT ANY CONTRACT ENTERED INTO WITH THE
UNDERSIGNED SHALL BE SUBJECT TO TERMINATION.
A. Prevailing Wage Act. To the extent required by law, Contractor shall not pay
less than the prevailing wage as established pursuant to an Act Regulating the Wages of
Laborers, Mechanics, and Other Workman employed under Contract for Public Workers
820 ILCS 130/1 et seq.
B. Human Rights Act. To the extent required by law, Contractor shall abide by
the Illinois Human Rights Act, 775 ILCS 10/0.01 et seq.
C. Drug Free Workplace. To the extent required by law, Contractor shall abide
with the requirements of the Drug Free Workplace Act 30 ILCS 580.1 et seq.
D. Sexual Harassment Policy. Contractor represents by the signing of this
Agreement that it has a written sexual harassment policy that is in accordance with 775
ILCS 5/2-105 (A) (4).
E.
Non-debarment. By executing this agreement Contractor certifies that it has
not been debarred from public contracts in the State of Illinois for violating either 33E-3 or
33E-4 of the Public Contracts Act, 720 ILCS 5/33E-1 et seq.
F.
Fair Employment Practice Contractor is in compliance with all State and Federal laws regarding Fair
Employment Practice as well as all rules and regulations.
G. Our company has an Equal Employment Opportunity and Affirmative Action Program which complies
with Executive Order 11246, the Vietnam Era Veterans’ Readjustment Assistance Act of 1974, and the
Rehabilitation Act of 1973.
Yes _______ No _______
ADVICE
MINORITY/WOMAN-OWNED, DISADVANTAGED BUSINESS? YES_____ NO_____. If yes, please attach copy of
certification and advise certification number and expiration date below:
STATE NEGOTIATED BID/ COOPERATIVE AGREEMENT: YES _____ NO _______ Contract No. ___________
Name of Certifying Entity: _________________________________________________________
Certification #: ________________ _____________
CE-1
Page | 10
Expiration Date:
_____
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 11
SIGNATURE PAGE
Check One:
 SOLE PROPRIETOR  PARTNERSHIP (and/or JOINT VENTURE)  LIMITED LIABILITY COMPANY
 CORPORATION
The undersigned acknowledges receipt of a full set of Contract Documents and Addenda Numbers __________________ (None unless
indicated here). The undersigned makes the foregoing Bid subject to all of the terms and conditions of the Contract Documents. The
undersigned certifies that all of the foregoing statements of the Vendor Certifications are true and correct. The undersigned warrants
that all of the facts and information submitted by the undersigned in connection with this Bid are true and correct. Upon award and
execution of this Contract by the College of DuPage Board of Trustees, the undersigned agrees that execution of this Bid shall stand
as the undersigned's execution of this Contract.
BUSINESS NAME:__________________________________________________________________________
BUSINESS ADDRESS:
____________________________________________________________________________________________
BUSINESS TELEPHONE:
FAX NUMBER:
EMAIL ADDRESS:
CELLULAR TELEPHONE NUMBER:
FEIN/SSN:
AUTHORIZED SIGNATURE:
_______
PRINT NAME:
TITLE:
_____________________________________________________________________________________
DATE:
Subscribed to and sworn before me this
day of
X
*
Notary Public Signature
, 2014.
My commission expires:
Notary Seal
Attach hereto a partnership resolution or other document authorizing the individual signing this Signature Page to so sign
on behalf of the Partnership.
**
If the LLC is not registered in the State of Illinois, a copy of a current Certificate of Good Standing from the state of
incorporation must be submitted with this Signature Page.
*** Attach either a certified copy of the by-laws, articles, resolution or other authorization demonstrating such persons to
sign the Signature Page on behalf of the LLC.
*** If the corporation is not registered in the State of Illinois, a copy of the Certificate of Good Standing from the state of
incorporation must be submitted with this Signature Page.
***** In the event that this Signature Page is signed by any persons other than the President and Secretary, attach either a
certified copy of the corporate by-laws, a resolution or other authorization by the corporation, authorizing such persons to
sign the Signature Page on behalf of the corporation.
CE-2
Page | 11
Homeland Training Center
426 Fawell Blvd.
Glen Ellyn, Il 60137
College of Du Page
Date: December 5, 2014
Page 12
COLLEGE OF DUPAGE SIGNATURE PAGE
ON BEHALF OF THE COLLEGE OF DUPAGE, A BODY POLITIC AND CORPORATE OF THE STATE OF
ILLINOIS, THIS CONTRACT IS HEREBY EXECUTED BY:
SENIOR VICE-PRESIDENT ADMINISTRATION AND TREASURER
Tom E. Glaser
DATED AT GLEN ELLYN, ILLINOIS THIS _____ DAY of _________________ 2015
THE COLLEGE HEREBY ACCEPTS:
THE FOREGOING PROPOSAL AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT FOR
LANDSCAPE & IRRIGATION FOR HOMELAND SECURITY TRAINING CENTER
TOTAL AMOUNT OF CONTRACT: $
(DOLLARS AND CENTS)
FUND CHARGEABLE:
CE-3
Page | 12
ID
Task
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
Task Name
Duration
Start
Finish
Award landscaping contract
Contractors schedule submitted to
COD
Shop drawings
Irrigation system
Drainage system
Sod, soil mixes, & mulch
Tagging / selection of plants
Rough grading complete ( By
Others)
As-Builts of existing grades &
utilities ( By Others)
Verification of existing grades
Verification of existing structures
Pour heavy duty pavement ( By
Others)
Install sleeves under heavy duty
pavement
Pour sidewalks (By Others)
Install sleeves under side walks
Rough in exterior lighting ( By
Others)
Install under drain system
Trust block & pipe inspections
Install irrigation mains
Install irrigation branch lines
Pressure test irrigation
Complete irrigation
Install top soil
Install planting bed mix
Till top soil
Layout planting beds for approval
Install planting bed plants
Layout trees for approval
Install trees and shrubs
Install sod
Punchlist sod
Install mulch
Punch list Landscaping ( Planting )
Audit irrigation system
As-builts & O&M
1 day
1 day
Mon 12/22/14
Mon 1/12/15
Mon 12/22/14
Mon 1/12/15
20 days
15 days
15 days
10 days
10 days
10 days
Mon 12/29/14
Mon 12/29/14
Mon 12/29/14
Mon 12/29/14
Mon 2/16/15
Thu 3/12/15
Fri 1/23/15
Fri 1/16/15
Fri 1/16/15
Fri 1/9/15
Fri 2/27/15
Wed 3/25/15
3 days
Thu 3/26/15
Mon 3/30/15
3 days
2 days
3 days
Tue 3/31/15
Tue 3/31/15
Thu 3/19/15
Thu 4/2/15
Wed 4/1/15
Mon 3/23/15
1 day
Fri 3/20/15
Fri 3/20/15
4 days
2 days
5 days
Wed 3/25/15
Thu 3/26/15
Wed 4/1/15
Mon 3/30/15
Fri 3/27/15
Tue 4/7/15
15 days
7 days
15 days
12 days
1 day
4 days
17 days
10 days
10 days
2 days
10 days
3 days
7 days
15 days
2 days
7 days
2 days
3 days
15 days
Fri 4/3/15
Fri 4/10/15
Tue 4/7/15
Tue 4/14/15
Thu 4/30/15
Fri 5/1/15
Thu 4/16/15
Mon 4/20/15
Mon 5/11/15
Mon 5/4/15
Wed 5/6/15
Wed 5/6/15
Wed 5/13/15
Fri 5/22/15
Fri 6/26/15
Wed 5/20/15
Fri 6/12/15
Tue 6/30/15
Tue 7/7/15
Thu 4/23/15
Mon 4/20/15
Mon 4/27/15
Wed 4/29/15
Thu 4/30/15
Wed 5/6/15
Fri 5/8/15
Fri 5/1/15
Fri 5/22/15
Tue 5/5/15
Tue 5/19/15
Fri 5/8/15
Thu 5/21/15
Thu 6/11/15
Mon 6/29/15
Thu 5/28/15
Mon 6/15/15
Thu 7/2/15
Mon 7/27/15
Project: landscape schedule . issu
Date: Tue 12/2/14
Oct 19, '14
Oct 26, '14
Nov 2, '14
Nov 9, '14
Nov 16, '14
Nov 23, '14
Nov 30, '14
Task
Project Summary
Inactive Milestone
Manual Summary Rollup
Deadline
Split
External Tasks
Inactive Summary
Manual Summary
Progress
Milestone
External Milestone
Manual Task
Start-only
Summary
Inactive Task
Duration-only
Finish-only
Page 1
Dec 7, '14
Dec 14, '14
Dec 21, '14
Dec 21, '14
Dec 28, '14
Jan 4, '15
Project: landscape schedule . issu
Date: Tue 12/2/14
Jan 11, '15
Jan 18, '15
Jan 25, '15
Feb 1, '15
Feb 8, '15
Feb 15, '15
Feb 22, '15
Mar 1, '15
Mar 8, '15
Mar 15, '15
Mar 22, '15
Task
Project Summary
Inactive Milestone
Manual Summary Rollup
Deadline
Split
External Tasks
Inactive Summary
Manual Summary
Progress
Milestone
External Milestone
Manual Task
Start-only
Summary
Inactive Task
Duration-only
Finish-only
Page 2
Mar 29, '15
Apr 5, '15
Apr 12, '15
Apr 19,
Apr 19, '15
Apr 26, '15
May 3, '15
Project: landscape schedule . issu
Date: Tue 12/2/14
May 10, '15
May 17, '15
May 24, '15
May 31, '15
Jun 7, '15
Jun 14, '15
Jun 21, '15
Jun 28, '15
Jul 5, '15
Jul 12, '15
Jul 19, '15
Task
Project Summary
Inactive Milestone
Manual Summary Rollup
Deadline
Split
External Tasks
Inactive Summary
Manual Summary
Progress
Milestone
External Milestone
Manual Task
Start-only
Summary
Inactive Task
Duration-only
Finish-only
Page 3
Jul 26, '15
Aug 2, '15
Aug 9, '15
Aug 16,
Download