Consent Agenda Item 8. B. 3) e) March 19, 2015 COLLEGE OF DuPAGE

advertisement
Consent Agenda
Item 8. B. 3) e)
March 19, 2015
COLLEGE OF DuPAGE
REGULAR BOARD MEETING
STANDARD BOARD APPROVAL
1.
SUBJECT
Task Order Maintenance – Concrete.
2.
BUDGET STATUS
Funds in the maximum amount of $370,000.00 per year are being
provided by the Facilities, Operations & Maintenance Budget #02-9020070-5309001.
3.
BACKGROUND INFORMATION
This bid represents a three-year task order maintenance project for the Facilities,
Operations & Maintenance Department from February, 2015 through January
30, 2018. The scope of this project includes concrete sealant, replacement
concrete, building sealant and new concrete throughout the Campus.
There are areas currently in need of sealcoating to prevent deteriorating
concrete. Concrete fractures, fissures and depressions are the characteristics of
this deterioration. This is accelerated with the forces of the freeze/thaw cycle
associated with prolonged winter temperatures. There are also various areas on
campus in need of building sealant/caulking. This helps the building stay dry and
prevent building leaks.
The recommended contractor, Patriot Pavement Maintenance, Inc., has
provided all of the required prequalification and certification documentation.
References for this firm include work previously performed at the College of
DuPage and Grayslake High School.
A legal bid notice was published and three (3) vendors were solicited.
Three (3) responses were received. One (1) vendor was in-district and no
minority vendors were identified.
This purchase complies with State Statute, Board Policy and Administrative
Procedures.
Consent Agenda
Item 8. B. 3) e)
March 19, 2015
The following is a recap of the bid tabulation:
Item
1
2
3
Description
REMOVE & REPLACE COLORED PCC SIDEWALK 5”
REMOVE & REPLACE DETECTABLE PANELS
EPOXY INJECTION OF CRACKS
UOM
SF
EACH
LF
SF
SF
7
8
9
REMOVE & REPLACE COLORED
COMBINATION CONCRETE CURB
& GUTTER
REMOVE & REPLACE COLORED PCC CROSSW ALK
10"
THIN CONCRETE OVERLAY – 2”
REMOVE & REPLACE COLORED PCC INTERSECTION
10”
CONCRETE SEALER
EXTERIOR BUILDING EXPANSION SEALANT
10
NEW EXCAVATION AND INSTALLATION 5"
CONCRETE 8" STONE COLORED CONCRETE
SF
4
5
6
CONSTRUCTION
MANAGEMENT *
PATRIOT
PAVEMENT
ARLINTON
SEALCOATING
Unit Price
$22.30
$300.00
$11.50
Unit Price
$21.80
$285.00
$9.00
Unit Price
$25.00
$310.00
$15.00
$50.25
$49.75
$60.00
$19.50
$18.50
$25.00
LF
SF
SF
LF
$9.50
$8.35
$11.00
$19.50
$18.50
$25.00
$1.65
$21.50
$1.58
$20.75
$1.75
$27.00
$24.00
$23.50
$28.00
Awarded vendor in Bold
In-District Vendor *
4.
RECOMMENDATION
That the Board of Trustees awards the bid for Task Order Roadway
Maintenance Concrete to the lowest responsible bidder, Patriot
Pavement Maintenance, Inc., 825 Seegers Road, Des Plaines, IL 60016,
for an estimated maximum annual expenditure of $370,000.00, and an
estimated total three year expenditure of $1,110,000.00.
BIDDER: _____________________________
BID NO.: 2015-B0043
COLLEGE OF DUPAGE
TASK ORDER WORK FOR FY2015
CONCRETE MAINTENANCE
FOR THE
FACILITIES OPERATIONS AND MAINTENANCE DEPARTMENT
COMMUNITY COLLEGE DISTRICT NO. 502
MANDATORY PREBID MEETING:
TUESDAY, DECEMBER 9, 2014 AT 10:00 A.M. ROOM 1404
PROPOSALS DUE BY: THURSDAY, DECEMBER 18, 2014 AT 2:00 P.M.
DELIVER PROPOSALS TO:
COLLEGE of DuPAGE
PURCHASING
DEPARTMENT ROOM BIC
1540
425 FAWELL BLVD.
GLEN ELLYN, ILLINOIS 60137
Requisition Number
Dated:
ISSUED BY THE PURCHASING DEPARTMENT
BID FORM
FOR
TASK ORDER CONCRETE WORK FY2015
PRE-BID CONFERENCE: TUESDAY, DECEMBER 9, 2014 AT 10:00 AM
LOCATION:
College of DuPage
Purchasing Department
425 Fawell Blvd
Berg Instructional Center, Room BIC 1540
Glen Ellyn, IL 60137
DEADLINE FOR QUESTIONS: FRIDAY, DECEMBER 12, 2014 at 5:00 PM
BID DUE DATE:
THURDAY, DECEMBER 18, 2014 at 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.
We as contractor having familiarized ourselves with the local conditions affecting the work and
with the proposed Contract Documents on file at the Purchasing Department at the College of
Dupage hereby propose to perform everything required to be performed and to provide all of the
labor, material, necessary equipment and all utilities and transportation and services necessary to
perform and complete in a workmanlike manner all work required to complete the proposed work
indicated in the bidding documents for the TASK ORDER CONCRETE WORK FY2015 in
accordance with the drawing and specification prepared by the College of Dupage F a c i l i t i e s
P la nning a nd D e ve lo p me nt D e p a r t me nt inc lu d ing Ad d e nd a N o . _ _ _ , _ _ _ ,
_ _ _ issu e d t he r e t o fo r t he su m o f:
a. All work required by the foregoing documents will be based on TOTAL BASE BID.
1 | Page
B.
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.
C.
MILESTONE SCHEDULE DATES
1.
2.
3.
4.
D.
Anticipated Date of Notice to Proceed: After January 22, 2015 (Board Meeting)
Commence Submittals: Upon Receipt of Notice to Proceed
Commence Jobsite work for the proposal: Upon Complete Submittal Approval
Complete Jobsite work for this proposal: June 30, 2015
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
E.
TRADE SUBCONTRACTORS
UNIT PRICES
Unit Prices shall be used, where applicable, to make adjustments to the cost of the Work due to
changes. All Unit Prices submitted shall be complete in-place prices (unless noted otherwise)
and include all costs for overhead, profit, labor, materials, equipment, and any other incidentals
related to the completion of the Work, and shall remain firm for the period of the contract. Unit
prices listed are for additive work.
2 | Page
WARRANTY
The Contractor is responsible for inspecting all walks and intersections prior to installation. Contractor shall
supply a three year warranty on all installed materials. During the three year warranty the contractor is
responsible for excessive material loss and poor workmanship of the installed product.
The College of DuPage will be the sole determining body for excessive wear and poor workmanship. The
contractor must notify the College of DuPage in writing if at any time they find failures due to poor practices by
the college staff. If an item goes unreported, it will up to the Contractor to cover any damages.
Monthly site visit inspections for warranty compliance, shall be completed by the College of DuPage and
Contractor. Any notification of work that is not in compliance with the specifications shall be provided to the
Contractor within seven calendar days after the warranty inspection. The Contractor must complete all work
identified during the site visits within seven days, or as weather permits, after receiving the site visit inspection
notes.
The Contractor will not be responsible for defects resulting from, abuse or damage by Owner or Owner’s users,
or unusual phenomena or incidents beyond Contractor’s control which result from natural causes such as floods,
lightning, storms, freezing rains, winds over 60 miles per hour, fires or vandalism.
I.
PAYMENT PROCEDURES
Partial payment requests may be made during the life of this contract. All payment requests must be turned in
by the 15th of the month to be considered for “Board” approval. Certified payroll sheets along with relevant
waivers covering sub-contractors and materials must be submitted with all pay requests. Pay requests
must be submitted on AIA forms (documents G702 & G703) and shall be accompanied with the
contractor’s invoice.
Payment requests will only be approved for work in place at the time of the request. No consideration will be
given to stored materials, which have not yet been used.
Payment requests will be approved based upon the lump sum item that was bid or by unit costs whichever is
most relevant.
Payments will be made based on the actual total quantities of work performed.
II.
ACH PAYMENT REQUIREMENTS
All vendors responding to this bid must agree to receive all payments from the College via an Automated
Clearing House (ACH) transfer. Paper checks will no longer be issued by the College. By signing this bid, you
agree to receive all payments for goods and services via ACH transfer. Be advised that the College ACH
financial website is secured and all your banking information is encrypted and can only be accessed by your
company through a password protected site. Instructions for registering for ACH payments will be sent via email to all vendors awarded a contract as a result of this bid solicitation. Within 10 days of award of any
contract or purchase order, the vendor must submit or must have already submitted their ACH information
within their user profile in the College’s financial system. Failure to comply with the ACH requirements may
result in termination of the contract or purchase order. Before any ACH transfer takes place, all banking
information will be pre-noted which verifies that the account numbers and routing information is valid. Prenoting takes approximately three weeks. ACH transfers will occur once per month, typically the third week of
the month. Invoices must be received at least 3 weeks prior to each ACH payment release. You are strongly
encouraged to set up your account upon notice of award to avoid unnecessary payment delays
3 | Page
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
4 | Page
Expiration Date:
_____
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
, 2014.
Notary Public Signature
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
5 | Page
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
DATED AT GLEN ELLYN, ILLINOIS THIS _____ DAY OF______________________, ,2014
THE COLLEGE HEREBY ACCEPTS:
THE FOREGOING PROPOSAL AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT FOR
TASK ORDER CONCRETE WORK FY2015
TOTAL AMOUNT OF CONTRACT: $
(DOLLARS AND CENTS)
FUND CHARGEABLE:
CE-3
6 | Page
General Provisions
for
TASK ORDER CONCRETE WORK
I.
GENERAL
The “Standard Specifications for Road and Bridge Construction” prepared by the Department of Transportation
of the State of Illinois and adopted by said department January 1, 2002, shall govern the construction of the
proposed improvement. The following special provisions shall be taken to mean the “Standard Specifications
for Road and Bridge Construction” as defined above.
Reference to the “Department” in the Standard Specifications shall be taken to mean the College of DuPage or
their authorized representative.
Reference to the “Engineer” in the Standard Specification shall be taken to mean the authorized representative
of the College of DuPage.
II.
SCOPE OF WORK
The contractor shall provide all labor, materials, equipment, insurance and testing as required to provide a
completed project within time schedules included herein and ready for the use intended
This contract shall consist of unit pricing for task order work to include ; the removal and replacement of
COLORED PCC sidewalk, The removal and replacement of PCC curb & gutter, replacement of detectable
warning panels, epoxy crack injection of concrete slabs, mud-jack existing sidewalk slabs, other miscellaneous
repairs. This contract will be awarded for three years.
III.
A.
B.
C.
D.
E.
UNIT PRICE
Unit Price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement
for materials or services using minimum footages as mentioned
Unit Prices shall be used to develop the cost of the Work approved by the Owner. All Unit Prices
submitted shall be complete in place prices (unless noted otherwise) and include all costs for overhead,
profit, labor, materials, equipment, and any other incidentals related to the completion of the Work and
shall remain firm for the period of the contract.
Contractor shall provide a detailed break out of their costs of labor, including social security, old age and
unemployment insurance, fringe benefits required by agreement or custom, and workers’ compensation
insurance.
Contractor shall provide the name of the trade and the Local Union Number for all employees performing
work on this contract.
Unit Prices shall be utilized for calculation of all change orders submitted, as well as any allowances
included, for the duration of the contract. The Owner may reject a bid if Unit Prices are considered noncompetitive by the College.
7 | Page
IV. CONTRACTOR QUALIFICATIONS
1. All bidders must submit a fully completed AIA Contractor’s Qualification Statement (AIA
document A305)
2. A current qualification Form from the Illinois Department of Transportation. The contractor’s
IDOT Pre-qualification must contain the work category items that are relevant to this bid
solicitation. Bidder must possess certification at time of bid submittal and be currrent.
V. PROJECT DESCRIPTIONS AND REQUIREMENTS
This Project is based on the Work specifically described in this Contract Document, these Plan Drawings and
these Project Specifications.
VI. SAFETY
All items indicated and as may be otherwise required shall be paid for by the contractor. The contractor’s
attention is called to the following items in particular:
A.
The Illinois Vehicle Code is the governing regulation for all motor vehicles operating on the College site.
All vehicles of the contractors or sub-contractors must conform to this code.
B.
Rollover Protection Structures shall be mounted on all self-propelled material handling and Earth
moving equipment used on the site, regardless of age of the equipment. These structures shall meet
the minimum performance criteria stated in Subpart W 1926.1001 of construction Safety and Health
Regulations.
C.
Reverse signal alarms shall be mounted and shall be operational on all self-propelled material handling
and Earth moving equipment used on the site. These alarms shall be distinguishable from the
surrounding noise level at the job site.
D.
Cab shields shall be provided on all vehicles utilized for hauling materials.
E.
Trip handles shall be provided on all dump trucks and/or tailgates.
F.
Seat belts shall be provided for the operators and passengers of all vehicles.
G.
Protective shoes shall be provided for and worn by all personnel.
H.
Ground fault protection shall be provided on all temporary electrical cords and other wiring.
VII. PROJECT AND TRAFFIC CONTROL SIGNAGE
Contractor will be required to furnish and maintain adequate signage that clearly signifies work areas and
specifically parking lot closures during related construction times as directed by submitted work schedule.
8 | Page
Lighted barricades will be required for all areas of construction related to vehicular traffic.
VIII.
EXISTING UTILITIES AND STRUCTURES
The contractor shall carefully protect existing utilities and structures during all phases of the work. Attention is
called, in particular, to the following areas:
A.
On site water will be available in a designated area only. Water used from sources other than those
designated (i.e. building faucets, hydrants) will carry a $500.00 per incident fine against the contractor.
B.
Roadways along with related drainage structures shall be protected. Replace any damaged areas and
return all roadways to original condition at the completion of the project.
C.
Where short term access is required by the contractor to areas outside the construction limits defined on
the drawings, the Owner will modify operational procedures and cooperate with the contractor after
receiving adequate advance notice and approving the proposed operation for feasibility and safety
considerations.
D.
Contractor is responsible for the repair of any existing manhole, inlet structure that appears to be
damaged as a result of truck and equipment traffic during construction phases. These structures will be
inspected after construction and prior to any pay request applications.
IX. MATERIAL AND INSTALLATION SPECIFICATIONS
1. REMOVE & REPLACE PCC SIDEWALK
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Sections 424 and 440.
Additionally, the Proposed Sidewalk will match the depth, color, and finish of the Existing Sidewalk.
2. REMOVE & REPLACE DETECTABLE PANELS
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Sections 424 [424.09]
and 440.
Additionally, the Proposed Detectable Panels will exactly match the style, color, and finish of the Existing
Detectable Panels.
9 | Page
3. EPOXY INJECTION OF CRACKS
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Section 590.
Additionally, the Repaired Crack will closely match the color of the Existing Sidewalk.
4. REMOVE & REPLACE COMBINATION CONCRETE CURB & GUTTER
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Sections 606 and 440.
Additionally, the Proposed Combination Concrete Curb & Gutter will closely match the style, color, and finish of
the Adjacent Combination Concrete Curb & Gutter.
5. REMOVE & REPLACE PCC CROSSWALK
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Sections 424 and 440.
Additionally, the Proposed Crosswalk will match the depth, color, and finish of the Existing Crosswalk.
The work for this Item will NOT be allowed to commence until the Contractor has obtained an approved
Maintenance of Traffic Plan for each location from the Owner.
6. THIN CONCRETE OVERLAY – 2”
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Sections 424 and 440.
The Overlaid Sidewalk will match the color, and finish of the Adjacent Sidewalk.
The ends of the overlay will require a 1” saw cut and a tapered grinding of 20 lineal feet. This should create a
smooth butt joint, which will create a tight overlay construction.
7. Exterior Building Sealant
The precast concrete joints should be installed using approved methods and procedures. Contractor will
need to cut out the existing sealant materials, grind the joint sides to expose clean concrete bonding
surfaces, and install new approved sealant. Unit cost will include any rental fees for machinery or lifts to
access jobs.
Product:
Dow Corning 790 silicone sealant or approved equal
8.
Concrete Sealer
10 | P a g e
The contractor shall supply and install the approved product per the manufacturer’s installation
specifications. Using industry knowledge and techniques to provide a consistent coating and finish on all
designated areas.
Product:
BASF MasterProtect H 1000 or approved equal
9. MAINTENANCE OF TRAFFIC
The Construction, Measurement, and Payment for this Work shall be performed in accordance with the: IDOT;
Standard Specifications for Road and Bridge Construction; Adopted January 1, 2012: Section 700.
The Contractor is solely responsible to maintain a safe and orderly project site; 24 hours a day and 7 days a
week through the duration of the project.
The work for the Proposed Crosswalks will NOT be allowed to commence until the Contractor has obtained an
approved Maintenance of Traffic Plan for each location from the Owner.
If not satisfied with the Maintenance of Traffic Plan and/or Approach; the Owner may insist that the Contractor
increase its level of signing, or barricading, or striping, or all the above.
10.
TESTING
Testing of all installed concrete shall be performed in accordance with the: IDOT; Standard
Specifications for Road and Bridge Construction; Adopted January 1, 2012. Section 1020.
A “testing laboratory” is an independent entity to be paid by the Contractor , engaged to perform
specific inspections or tests, either at the Project Site or elsewhere, and to report on, and, if required, to
interpret, results of those inspections or tests. The testing company will be the choice of the College of
DuPage
When requested by the Engineer, the Contractor shall furnish a complete written statement of the
origin, composition, and manufacture of any or all materials that are used in the work.
Any work in which unacceptable materials are used without approval or written permission of the
Engineer shall be performed at the Contractor’s risk and may be considered as unacceptable and
unauthorized and will not be paid for.
Testing of materials shall be at the expense of the Contractor.
11.
WARRANTY
The Contractor is responsible for inspecting all walks and intersections prior to installation. Contractor shall
supply a three year warranty on all installed materials. During the three year warranty the contractor is
responsible for excessive material loss and poor workmanship of the installed product.
The College of DuPage will be the sole determining body for excessive wear and poor workmanship. The
contractor must notify the College of DuPage in writing if at any time they find failures due to poor practices by
the college staff. If an item goes unreported, it will up to the Contractor to cover any damages.
11 | P a g e
Monthly site visit inspections for warranty compliance, shall be completed by the College of DuPage and
Contractor. Any notification of work that is not in compliance with the specifications shall be provided to the
Contractor within seven calendar days after the warranty inspection. The Contractor must complete all work
identified during the site visits within seven days, or as weather permits, after receiving the site visit inspection
notes.
The Contractor will not be responsible for defects resulting from, abuse or damage by Owner or Owner’s users,
or unusual phenomena or incidents beyond Contractor’s control which result from natural causes such as floods,
lightning, storms, freezing rains, winds over 60 miles per hour, fires or vandalism.
IX. PAYMENT PROCEDURES
Partial payment requests may be made during the life of this contract. All payment requests must be turned in
by the 15th of the month to be considered for “Board” approval. Certified payroll sheets along with relevant
waivers covering sub-contractors and materials must be submitted with all pay requests. Pay requests
must be submitted on AIA forms (documents G702 & G703) and shall be accompanied with the
contractor’s invoice.
Payment requests will only be approved for work in place at the time of the request. No consideration will be
given to stored materials, which have not yet been used.
Payment requests will be approved based upon the lump sum item that was bid or by unit costs whichever is
most relevant.
Payments will be made based on the actual total quantities of work performed.
ACH PAYMENT REQUIREMENTS
All vendors responding to this bid must agree to receive all payments from the College via an Automated
Clearing House (ACH) transfer. Paper checks will no longer be issued by the College. By signing this bid, you
agree to receive all payments for goods and services via ACH transfer. Be advised that the College ACH
financial website is secured and all your banking information is encrypted and can only be accessed by your
company through a password protected site. Instructions for registering for ACH payments will be sent via email to all vendors awarded a contract as a result of this bid solicitation. Within 10 days of award of any
contract or purchase order, the vendor must submit or must have already submitted their ACH information
within their user profile in the College’s financial system. Failure to comply with the ACH requirements may
result in termination of the contract or purchase order. Before any ACH transfer takes place, all banking
information will be pre-noted which verifies that the account numbers and routing information is valid. Prenoting takes approximately three weeks. ACH transfers will occur once per month, typically the third week of
the month. Invoices must be received at least 3 weeks prior to each ACH payment release. You are strongly
encouraged to set up your account upon notice of award to avoid unnecessary payment delays
12 | P a g e
ENCLOSURES
□
AIA Contractor qualifications statement included
_____YES
_____NO
□
Current IDOT prequalification form included
_____YES
_____NO
□
Acknowledge certified payroll and prevailing wages
_____YES
_____NO
□
Material certification sheet
_____YES
_____NO
The above price includes all stipulations and requirements of
Addenda No.
, No.
, No.
, No.
, which have been received and
accepted by the undersigned.
BID TABLE – TASK ORDER CONCRETE WORK
ITEM
CONCRETE
1
REMOVE & REPLACE COLORED
PCC SIDEWALK 5”
REMOVE & REPLACE
DETECTABLE PANELS
EPOXY INJECTION OF CRACKS
REMOVE & REPLACE COLORED
COMBINATION CONCRETE CURB
& GUTTER
REMOVE & REPLACE COLORED
PCC CROSSWALK 10"
THIN CONCRETE OVERLAY – 2”
REMOVE & REPLACE COLORED
PCC INTERSECTION 10”
CONCRETE SEALER
EXTERIOR BUILDING EXPANSION
SEALANT
ANNUAL ESCALATION YEAR 2
ANNUAL ESCALATION YEAR 3
2
3
4
5
6
7
8
9
10
11
UNITS QTY
SF
UNIT
PRICE
TOTAL
PRICE
500
Each
LF
1
20
LF
20
SF
SF
500
500
SF
SF
500
500
LF
100
%
%
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 TASK ORDER
CONCRETE WORK 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.
B.
All work required by the foregoing documents will be accomplished for the
TOTAL BASE BID Dollars ($
)
(Show amount in both words and figures. In case of discrepancy, amount shown in words will govern.)
The Base Bid Price above EXCLUDES all applicable sales and/or use taxes;
13 | P a g e
Purchasing Department
425 Fawell Boulevard
Glen Ellyn, Illinois 60137-6599
http://www.cod.edu
PHONE (630) 942-2813
FAX
(630) 942-3750
2014 TASK ORDER MAINTENANCE BID
ADDENDUM #1
December 16, 2014
This addendum is issued to clarify the quote package for this project, as issued by this office on
December 9, 2014 and is now considered a part thereof. In accordance with the scope of work,
bidders are instructed to be advised of the following:
1. CHANGES TO BID IRRIGATION
a. Installation of 6” directional bore HDPE min 100 lf
2. CHANGES TO BID CONCRETE
a. Excavation and installation of new concrete with 8” stone base and 5” of PCC. To
include material haul off. Min 500 SF
3. CHANGES TO BID LANDSCAPE
a. Tree removal, stump grind and haul off of debris for trees 6”-14” diameter. Min 1
tree
b. High tree trimming with bucket truck. Min 1 hr
4. ATTACHED UPDATED BID UNIT COST TABULATION SHEETS AND BID COVER
5. NO CHANGES TO PAINT SPECIFICATION
I HAVE RECEIVED ADDENDUM #1 _________________________________
Authorized Signature
FIRM NAME & ADDRESS:
__________________________________
___________________________________
___________________________________
Sincerely,
Chris Kornsey
College of DuPage
425 Fawell Blvd. BIC 1540
Glen Ellyn, IL 60137
kornsey@cod.edu (630) 942-2574
Download