city of galesburg · 2019-09-17 · when such request is made in writing and agreed to by the...

28
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the replacement of a bus shelter Located on Michigan Ave. next to Hy-Vee (2030 E. Michigan Ave) for the City of Galesburg, Illinois Instructions to Bidders 1. An advertisement for sealed bids on the above was published in the Galesburg Register-Mail on September 18, 2019. As stated in such notice, bids will be received until 11:00 a.m., local time, October 10, 2019 and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. Bids received after 11:00 a.m. will be rejected. 2. The person, firm or corporation making a bid shall submit it in a sealed envelope to the Purchasing Agent or his duly designated representative on or before the hour and the day stated above. The notation "Bid on shelter replacement” shall appear on the outside of the sealed envelope and shall include the name of the bidder. Bidder shall also clearly mark on the outside of the envelope: company name and address. 3. The bidder shall insert the cost, and supply all the information, as indicated on the Bid Form. The cost inserted shall be net and shall be the full cost for the work specified, including all factors whatsoever. No permits shall be waived or paid for by the City of Galesburg. 4. No charge will be allowed for taxes from which the City of Galesburg is exempt: the Illinois Retailer’s Occupation Tax, the Service Occupation Tax, the Service Use Tax, the Use Tax, Federal Excise and Transportation Tax.

Upload: others

Post on 10-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

CITY OF GALESBURG

PURCHASING

55 West Tompkins Street Galesburg, IL 61401

Phone: 309/345-3678

INVITATION FOR BIDS

For the replacement of a bus shelter Located on Michigan Ave. next to Hy-Vee

(2030 E. Michigan Ave) for the City of Galesburg, Illinois

Instructions to Bidders

1. An advertisement for sealed bids on the above was published in the Galesburg

Register-Mail on September 18, 2019. As stated in such notice, bids will be received until 11:00 a.m., local time, October 10, 2019 and, at that time, publicly opened and read aloud in the Basement Conference Room, located in City Hall. Bids received after 11:00 a.m. will be rejected.

2. The person, firm or corporation making a bid shall submit it in a sealed envelope

to the Purchasing Agent or his duly designated representative on or before the hour and the day stated above. The notation "Bid on shelter replacement” shall appear on the outside of the sealed envelope and shall include the name of the bidder. Bidder shall also clearly mark on the outside of the envelope: company name and address.

3. The bidder shall insert the cost, and supply all the information, as indicated on

the Bid Form. The cost inserted shall be net and shall be the full cost for the work specified, including all factors whatsoever. No permits shall be waived or paid for by the City of Galesburg.

4. No charge will be allowed for taxes from which the City of Galesburg is exempt:

the Illinois Retailer’s Occupation Tax, the Service Occupation Tax, the Service Use Tax, the Use Tax, Federal Excise and Transportation Tax.

Page 2: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

5. Each bidder shall affirm that no official or employee of the City of Galesburg is directly or indirectly interested in this bid for any reason of personal gain.

6. Insurance coverage shall be carried by the successful bidder per the attached

Special Provisions sheet for Contractor's Insurance. Submitted insurance must include an endorsement page listing the City of Galesburg as additional insured.

7. No bid may be changed or withdrawn after the time of the bid opening. Any

modifications or withdrawals requested before this time shall be acceptable only when such request is made in writing and agreed to by the Purchasing Agent.

8. The City of Galesburg reserves the right to reject any and all bids and to waive any

informalities or technicalities in the bidding. Any bid submitted will be binding for (90) ninety days after the date of the bid opening.

9. Successful bidder to whom an award shall be made pursuant to this procurement

shall be subject to all applicable Federal and State laws and regulations, including but not limited to the Illinois acts commonly knows as the Illinois Prevailing Wage Act (820 ILCS 130) and the Illinois Preference Act (30 ILCS 570). Should awarded work include $2,000 or more in Federal dollars, contractors and any sub-contractors will be required to comply with all applicable provisions of the Davis-Bacon Act, as amended to date. In all cases, submission of certified payroll reports will be required for this work.

10. Current prevailing wages can be found on the Illinois Department of Labor website at www. State.il.us/agency/idol/rates/rates.

11. The City has adopted an "Equal Employment Opportunity Clause", which is

incorporated into all specifications, purchase orders, and contracts, whereby a vendor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry. A copy of this clause may be obtained at the City Clerk's Office, City Hall, Galesburg, Illinois.

12. The City of Galesburg has adopted an Affirmative Action Program. All formal

sealed bids must be accompanied by a properly prepared Certificate of Compliance form, whereby the vendor certifies the number of employees he has in each class of employment, and that affirmative action has been taken to ensure equality of opportunity in all aspects of employment.

13. Bidder certifies that all laws of the State of Illinois and ordinances of the City of

Galesburg in effect at the date of the bid shall be observed by him. Evidence of any violation during the term of the agreement shall be considered sufficient reason to discontinue purchases by the City from that vendor.

Page 3: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

14. Public Act 95-0635 requires that before any contractor o subcontractor begins work on ANY public works project that requires prevailing wages, they must have a written Substance Abuse Prevention Program on file with the contracting agency (City); or have a collective bargaining agreement in effect dealing with the subject matter.

15. All general bidding information, bid forms, conditions of the contract, and the form

of agreement, between the City and the Contractor, shall be approved by Purchasing prior to advertising of public notice of the project.

16. The successful bidder is prohibited from assigning, transferring, conveying,

subletting, or otherwise disposing of the contract to be signed or its rights, title or interest therein or its power to execute such Agreement to any other person, company or corporation without the previous consent and approval, in writing, by the City of Galesburg.

17. Bid must show the number of days required to complete services under normal

conditions. Bids should also indicate an estimated start date and completion date.

18. The City requires that vendors be paid through ACH (automatic clearing house). The awarded vendor will be required to provide the City with applicable banking information for proper payment. An ACH form is attached to this document for vendor review.

19. These instructions are to be considered an integral part of any bid. Dated: September 18, 2019

______________ Kraig Boynton Purchasing Agent

Page 4: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

General Description of Work The work specified shall consist of the removal of what is remaining of the existing concrete pad and shelter located on Michigan Avenue South of Main St and replacement with a new concrete pad and shelter. This work consists of replacing a bus passenger waiting shelter that was recently destroyed in an accident. Award will be made to the low and best bid for completing this project. Detailed Specifications and Special Provisions The shelters shall be manufactured by a firm with a minimum of 5 years’ experience in design and manufacture of Aluminum Passenger Waiting Shelters. Firms based in the Midwest known to be experienced in the manufacture of bus passenger shelters include:

Firm Address City/State Website Contact Email Phone Brasco International, Inc

32400 Industrial Dr.

Madison Heights, MI 48071

www.brasco.com Sean Loewe

[email protected] 800-893-3665

Duo-Gard 40442 Koppernick Rd.

Canton, Michigan 48187

www.duo-gard.com Sean McKnight

[email protected]

734-207-9700 x-1109

Tafco Corporation

1953 N 17th Ave.

Melrose Park, IL 60160

www.transitshelter.com Frank [email protected] 847-678-8425

Requests for approved equals to theses specifications must be submitted no later than two weeks prior to bid opening date. The City will notify of approved equal status within five days of receipt of required submittals. Requests for approved equals shall be supported by complete technical documentation which shall include descriptive literature, assembly instructions, and detail drawings which clearly show dimensions, joining details, alloy, temper, finish, and thickness of all members.

Page 5: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

1

SPECIAL PROVISIONS BUS SHELTER REPLACEMENT

City of Galesburg, Illinois Knox County

SCOPE OF WORK

The work specified shall consist of furnishing and installing a replacement Bus Passenger Waiting Shelter on an existing concrete pad. The previous bus shelter was damaged beyond repair and has been removed from the site. The shelter was installed as part of prior project to install concrete pads and bus shelters at designated bus stops within the City of Galesburg. Inspection of the existing concrete pad showed no damage and repairs to the existing concrete will not be necessary as part of this project.

The location of the bus shelter replacement is on the east side of the Hy-Vee building located at 2030 E. Michigan Avenue in Galesburg. A location map has been provided. Contractors are required to provide a lump sum bid to furnish a bus shelter that matches the damaged shelter and install it on the existing concrete pad in the same location.

COMPLETION DATE

PAYMENT FOR ALL WORK

All payment for any work associated with furnishing and installing the bus shelter shall be included in the LUMP SUM unit price as bid. No extra compensation will be allowed to complete this work.

PUBLIC COMPLAINTS

All complaints to the Contractor or any of the subcontractors are to be reported in writing immediately to the City’s representative. This written report will include the name, address, and telephone number of the complainant, a detailed description of the complaint, and a detailed description of the actions taken.

The Contractor shall endeavor, with the cooperation and concurrence of the City, to communicate with abutting property owners affected by the work.

The Contractor shall respond to citizen complaints, concerns, or inquiries within 48 hours. The City will be given the results of the Contractor’s response and resolution of same in writing in a timely manner.

kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
kboynton
Typewritten Text
All installation work shall be completed by 12/20/19. It is the intent to have this work approved at the 10/21/19 City Council meeting.
kboynton
Typewritten Text
Page 6: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

2

This work will not be paid for separately but shall be considered incidental to the contract and no additional compensation will be allowed. HOUSEKEEPING The jobsite shall be maintained with a neat and orderly appearance. The Contractor is to keep adjacent sidewalks and roadways clean from construction debris by sweeping or power washing on an as needed basis or as determined by the Resident Engineer. BUS SHELTER PART 1 - SHELTER 1.1 DESCRIPTION The shelter shall be a Duo-Gard manufactured shelter or equivalent. The approved shop drawings from the shelter previously installed at the location have been provided for reference. The shelter shall utilize factory made structural aluminum frames with glazed rear, side, and front walls, and roof assemblies, manufactured by a firm experienced in the design and manufacture of bus passenger shelters. The shelter frame shall be designed to be stable with or without wall and roof glazing. All connections and glazing containment shall be tamper proof. The shelter shall be prefabricated in modular wall sections and complete roofs, ready for field erection. The shelter shall be approximately 5 feet by 10 feet, with a shallow, barrel shaped roof. Minimum clearance height shall be seven (7) feet. 1.2 STANDARDS A. Materials All aluminum shall conform to the standards of the Aluminum Association. All glazing shall conform to the American National Standards Institute (ANSI) Safety Standard for Architectural Glazing Materials Z97.1-1975. B. Performance Shelter shall be designed to withstand minimum vertical and horizontal wind load of 90 mph. Roof shall be designed to withstand minimum dead load of 50 PSF. 1.3 SUBMITTALS After contract award the Contractor shall submit:

A. Shop drawings and product data. B. Color samples C. Manufacturer’s statement of certification that designs and materials meet or

exceed these specifications.

Page 7: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

3

1.4 WARRANTY The Contractor shall provide a warranty from the Manufacturer that:

• Shelters shall be free from defect in parts and manufacture for a period of one (1) year after acceptance of each shelter

• Anodized aluminum elements of shelters shall be free of oxidation, peeling or chipping for a period of five (5) years after acceptance of each shelter.

Manufacturer shall be required to provide replacement parts for ten years after delivery of shelter. Written guarantee of this provision is required from manufacturer. 1.5 CONSTRUCTION Shelter shall be constructed of modular interchangeable components. All structural framing members and mullions shall be 1 (one) piece seamless extruded aluminum tubes of 6063-T5 alloy. Snap together or two (2) piece members are not acceptable. All roof and glazing frame extruded aluminum sections shall be 6063-T5 alloy. All structural connector channels, roof corner key angles, and base anchor boots shall be extruded aluminum sections of 6061-T5 alloy. 1.6 MATERIALS A. Framing members All vertical support posts and top and bottom horizontal beams (header and sill) shall be 2½" x 2½" x 1/8" thick square tube. These are members that run all the way down, and connect to the ground. All vertical and horizontal mullions shall be 1½" x 2½" x 1/8" thick rectangular tube. These members divide panels but do not run to, or connect to the pad. B. Structural connections All structural connector clips shall be factory applied and shall be concealed when field assembly is complete. Field attachment of connector clips is not acceptable. Connector clips shall be extruded aluminum as specified in Section 2.1 and shall be 2¼" x 2¼" x ¼" thick, 1¼" x 2¼" x ¼" thick, and 2¼” x 4½” x ¼” thick with tapered edges. Connector clips shall be attached to frame at main structural joints with two (2) stainless steel hex bolts ¼ - 20 x ¾" with flat washers, lock washers, and lock nuts. Mullion clips shall be attached to frame with two (2) ¼" diameter stainless steel flush break rivets. C. Field connections All field connections to join modular wall sections shall be concealed with shelter complete and upright. Connection to structural clips shall be with two (2) ¼" countersunk aluminum and stainless steel drive rivets. Finished joint shall be flush. D. Fasteners All fasteners shall be aluminum or stainless steel or a combination thereof and shall be tamper proof. Zinc, carbon steel, plated, or any other "non-corrosive" fasteners will not

Page 8: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

4

be acceptable. Self-tapping or self-drilling fasteners are not acceptable. Exposed fasteners shall be finished to match shelter finish. E. Window framing Window frames shall be "F" shaped aluminum extrusion with integral alignment lip and corner key slot. All corners shall be mitered and reinforced with internal corner keys. Window frames shall be affixed to shelter frame with 3/16" diameter aluminum flush break rivets approximately 13" on center. No window frames shall be shipped loose or unattached to a wall module. Window frame shall provide minimum ¾" engagement of glazing material on all sides. Attachment to shelter wall frames shall be offset with no fasteners on the outside or inside face of the shelter frames. G. Glazing All glazing material shall be ¼" thick clear tempered safety glass. All glazing shall be gasketed with continuous extruded PVC dry-set splines. All panels shall be the same size, for full interchangeability. Shelter shall be glazed at the roof ends using the same type of glass and gaskets as the side panels. H. Roof Assembly Shelter shall have a standing seam aluminum barrel vault roof, approximately 10 inches high, with an overhang extending approximately 8 inches beyond the front and back of the shelter. Barrel Vault Roof shall be constructed using rolled extruded aluminum tubes as rafters with a 1/8” wall thickness. Rafters will connect with purlin(s) and are to be attached with concealed rivets. A seamless aluminum gutter (minimum .027 thickness), connected by hidden hangers secured with screws, directing rain to the ends shall be provided on the front side. Gutter finish shall match that of adjacent horizontal framing member.

Attachment with self-drilling screws or sheet metal screws is not acceptable. All roof sheet metal shall be Kynar 500 (or approved equal) pre-finished minimum .032” thick aluminum – color to be Dark Bronze. Underside of roof shall be white. Standing Seam Aluminum Roof will have no exposed fasteners on the underside of the roof. Roof pans will be contained at the base in a “J” channel for a secure and finished appearance. Finished roof assembly shall be leak proof. Roof shall not rely on self-tapping or self-drilling screws in tension for containment. I. Finishes All exposed aluminum components including brackets, anchor boots, roof rafters, bench, etc. shall be anodized Architectural Class I finish in conformance with The Aluminum Association Designation System for Aluminum Finishes as designated as Dark Bronze Anodized Aluminum. J. Bench Shelter shall include a wall mounted aluminum bench with backrest. Bench seat shall consist of two 2” x 6” aluminum extrusions and bench backrest shall consist of one 2” x

Page 9: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

5

6” aluminum extrusion. Bench shall be the same finish as the shelter. Bench seat brackets shall mount to the lower horizontal sill beam and vertical columns/mullions with stainless steel rivets. K. Map Holders Shelter shall provide a clear glass map holder, suitable for display of 11 inch high x 8.5 inch wide maps in one panel of the shelter. These shall be secured with tamper resistant screws. PART 2 - INSTALLATION Transport, handling, and installation of manufactured shelter elements shall be performed per shelter manufacturer recommendations. Permits: The Contractor shall coordinate their work with the City Engineer and with abutting property owners. The Contractor will be required to obtain a permit from Public Works for working on the ROW. The Contractor shall endeavor to minimize the duration of the installation period. Traffic Control: The Contractor shall provide any traffic control necessary for installation of the shelter. If they are working on the ROW the Contractor will need to provide road construction ahead signs as a minimum. If the Contractor is working on the roadway, additional signs will be required in accordance with the City's ROW Handbook. If traffic is restricted to one lane, the Contractor must supply flaggers and the necessary flagger ahead warning signs. The Contractor shall provide a safe walking path and place for boarding/alighting buses throughout the installation period. No roadways shall have restricted width overnight without approval of the City Engineer. Any costs associated with providing traffic control during installation shall be included in the LUMP SUM bid and no additional compensation is allowed. Shelter Anchoring and Leveling: Shelter shall be anchored to the pad using height adjustable steel base plates with minimum 2 inch by 1/4 inch (51 mm to 6.3 mm) expansion anchors. Anchors shall be placed with anchor bolts under the shelter walls to minimize tripping hazards. Shelter shall be installed with all horizontal elements level, with adjustment without use of external shims. Site restoration: Contractor shall repair any damage to landscaped and grass areas, curb and gutter, and adjacent streets and sidewalks at no additional cost to the contract. All work required for installation of shelter, including but not limited to, new materials, traffic control and site restoration shall be included in the LUMP SUM bid.

Page 10: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

Bus Shelter Location

Page 11: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

~ ('I')

:..i N

~ ('t)

~ CX) -I ('I') ~

N I

"'4

Type 3 - Prairie St. ('' 12 feet'')

5'

2'-2 3/4" 2'-2 3/4"

.c ~ u ~ s::: 0 QJ ~ ca I

Lo ~ ('I')

N I

"'4

~ ('I')

N I

"'4

Bus Passenger Shelters

I

I I

~ ('t)

~ N

I -

~ ('t)

N I

"'4

= 0)

I I 0,

Co I

~

-----

Type 2 - Main St. ('' 1 O feet'')

5'

2'-2 3/4" I I 2'-2 3/4" -n

..t::. = uO ~

~ I

ca ~

• -

I

--lj

~ ~

~ I

"'4

===i

~ ('I')

N I

"'4

-=-=-

Co I

~

- ........... -

0) -· 0)

I

I

~ ('I')

N I

"'4

. ._

= ~ ('t)

::' N

•-I:

~ ('I')

N I

C\I

-~

~

Type 1 - Standard ('' 10 feet'')

5'

2' 2 3/4" - I I 2' 2 3/4" -n

-5 = s::: <9 ~Lo

-

••-.....-

5:!: ('I')

N I

C\I

--

I

-rr ~ ('t)

CX) I

"'4

~

=1 ~

~ ~ "'4

--=-

;,.

---

SECTION# TOTAL SHEET SHEETS NO.

13-01502-34-TD 12

TY PI CA LS

BUS SHELTER PROJECT SECTION # 13-01502-34-TD

3

LESBURG, ILLINOIS 'P~urJ, ~-~ f~

ORIGINAL PLAN SHEET FOR REFERENCE ONLY

agavin
Highlight
agavin
Highlight
Page 12: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

SHELTER PAD AND ANY CONNECTING SIDEWALK SHALL N BE A MINIMUM 5" THICK P.C.C. ON A MINIMUM OF

5" THICK AGGREGATE GRANULAR BASE. NOTE: INSTALL RETAINING WALL AROUND PROPOSED CONCRETE SHELTER PAD EARTH REMOVAL AND GRADING NEEDED

SEE SHEET FOR RETAINING WALL DETAIL .~BM TBM-A (ON HYDRANn

. ELEV. 100.00

LEGEND p HANDICAP SIGN

LIGHT POLE

HYDRANT

DRIVEWAY WASHINGTON ST.

PARKING

HY-VEE BUILDING

2030 E.

EX. GRASS PARKWAY

EX. ELEV 96.87 PR. ELEV 96.38

MICHIGAN AVE.

EX. ELEV 96.87 PR. ELEV 96.38 ,

! \

PROPOSED CONC~E \ SHELTER PAD WITH AGG BASE 5"

PROPOSED RETAINING WALL

I I

. UJ

~ z <( l!) ...... :c u ...... ~

EX. ELEV 96.34

PROPOSED SHELTER 5'x10'

H16· ri PROPOSED 511 PCC . i\- SIDEWALK W/ AGG

\, BASE CRSE 2"

i:

1:

~EX.CURB I; AND GUTTER

SITE 3

BMTBM-A SET 1X1 IN THE NORTHEAST BOLT OF ARE HYDRANT AT THE NORTHWEST INTERSECTION OF MICHIGAN AVE. AND WASHINGTON ST. ELEVATION 100.00'

LEGEND p CROSSWALK SIGN

LIGHT POLE

T /C TOP OF CURB P PAVEMENT

SHELTER PAD AND ANY CONNECTING SIDEWALK SHALL BE A MINIMUM 5" THICK P .C.C. ON A MINIMUM OF 5" THICK AGGREGATE GRANULAR BASE.

KNOX COUNTY HEAL TH DEPARTMENT

SECTION#

13-01502-34-TD

PORTION BY OTHERS

SITE 4

EX ELEV 98.95\

\

TOTAL SHEET SHEETS NO.

12 5

N

EX ELEV 99.68\ \

\ PROPOSED 6" CURB (12 L.F.)

PR 99.17' SHELTER PAD PR 99.47' SIDEWALK AND T/C

, ••• -~··-··········•';· ••••••••• : ......... ; •••••• : ••••••••• : ......... .:..,,.;· .. - • .:.... ............... ') ___ ,:.....;.,_, ___ h.,,,t..,.,.

WEST FREMONT STREET

~-----~ ....---/-EX ELEV rno.1 ·1

-~~·:·Pee SIDEWALK

BM#3 BUILDING ANISH FLOOR ELEVATION 102.50

SITE #3 & 4

BUS SHELTER PROJECT SECTION # 13-01502-34-TD

LESBURG, ILLINOIS P-u>ud P~· S"!ao~ f~

ORIGINAL PLAN SHEET FOR REFERENCE ONLY

agavin
Highlight
Page 13: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 14: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 15: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 16: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 17: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 18: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 19: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

FOR REFERENCE ONLY

Page 20: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

CITY OF GALESBURG, ILLINOIS

BID FORM

Name of Bidder ___________________________________________________________ Contact Person ___________________________________________________________ Business Address _________________________________________________________ City, State, Zip_____________________________________________________________ Telephone No. ______________ _E-Mail Address____________________________ The Bidder above mentioned declares and certifies:

First- That this bid is made without any previous understanding, agreement or connection with any other person, firm or corporation making a bid for the same purpose; and, is in all respects, fair and without collusion or fraud.

Second - That no officer, employee or person whose salary is payable in whole or in

part from the City of Galesburg is directly or indirectly interested in this bid or in the supplies, materials, equipment or services to which it relates or in any portion of the profits thereof.

Third - That said bidder has carefully examined the Instructions to Bidders and the

Specifications; and will, if successful in this bid, furnish and deliver at the prices bid and within the time stated, the services for which this bid is made.

Fourth - That the prices quoted herein are net and exclusive of all taxes from which the City of Galesburg is exempt.

Page 21: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

Fifth - That the cost of the project, which meets the requirements as set forth in the Instructions to Bidders and the Specifications aforementioned is:

Lump sum bid to complete project as detailed:

$

Est. Start Date: ______________________ Est. Working Days: ________________________ *NOTE: Work must be completed by December 20, 2019 Anticipated approval from City Council will be October 21, 2019

Sixth- That the guarantee and warranties offered are: ___________________________________________________ ___________________________________________________ ___________________________________________________ ___________________________________________________

Seventh- That said bidder has executed the Certificate of Compliance, and has submitted herewith.

______________________________________ Person, Firm or Corporation

BY:___________________________________ Authorized Signature & Title

______________________________________ Printed name of signer

Page 22: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

SPECIAL PROVISIONS

PREVAILING RATE:

Not less than the Prevailing Rate of Wages as found by the City of Galesburg, or the Department of Labor, or determined by the Court of Review, shall be paid to all Laborers, Workmen and Mechanics performing work under this contract.

CERTIFIED PAYROLLS:

All work is subject to the Davis-Bacon Act and all prevailing wage laws. The contractor and all subcontractors shall submit certified copies of his payroll weekly for all work undertaken on the project. Failure to keep current on submittal of payrolls shall be cause to withhold payment for completed work.

PROOF OF INSURANCE:

The contractor shall carry insurance as required by the Standard Provisions. Proof of various insurance coverage shall be submitted to the City and shall be kept in force until all work to be performed under the terms of the contract has been accepted.

Page 23: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

SPECIAL PROVISIONS TO COVER

LABOR AND MATERIAL PAYMENT

The Contractor shall not commence work under this contract until he has obtained a labor and Material Payment Bond, which has been approved by the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until subcontractor has a similar bond or the Contractor's bond covers the subcontractor's Labor and Material Payment.

Page 24: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

SPECIAL PROVISIONS TO COVER CONTRACTOR'S AND MUNICIPAL VENDORS

(As Amended 05/17/16) The Contractor, or Municipal Vendor, shall not commence work under this contract until he has obtained all insurance required under this section, and such insurance has been approved by the City; nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all similar insurance required of the sub-contractor has been approved by the City. The Contractor shall obtain and thereafter keep in force the following insurance coverages provided by insurance companies acceptable to the City and authorized to transact business under the laws of the State of Illinois. The insurance companies providing coverage shall be rated in the Best’s Key Rating Guide. The City will accept companies with a rating not lower than B+ provided the financial size category is VII or larger. Companies rated A- or better shall have a financial size category of not less than VI. Coverage limits shall be written at not less than the minimum specified in this section. Higher minimum limits and additional coverage may be specified by a special provision elsewhere in the contract. Whether stated in this section or elsewhere, the City does not warrant the adequacy of the types of insurance coverage or the limits of liability specified.

(a) Workers Compensation and Employers Liability (1) Workers compensation shall be provided according to the provisions of the Illinois Worker’s Compensation Act, as amended.

Notwithstanding the rating and financial size categories stated in this section, coverage may be provided by a group self-insurer authorized in Section 4(a) of the Act and approved pursuant to the rules of the Illinois Department of Insurance.

(2) Employers Liability. a. Each Accident $500,000 b. Disease-policy limit $500,000 c. Disease-each employee $500,000

(b) Commercial General Liability. Required liability insurance coverage shall be written in the occurrence form and shall provide coverage for operations of the Contractor; operations of subcontractors (contingent or protective liability); completed operations; broad form property damage and hazards of explosion, collapse and underground; and contractual liability. The general aggregate limit shall be endorsed on a per project basis. (1) General Aggregate Limit $2,000,000 (2) Products-Completed Operation

Aggregate Limit $2,000,000 (3) Each Occurrence Limit $1,000,000 The coverage shall provide by an endorsement in the appropriate manner and form, the City, its officers, and employees shall be named as additional insureds with respect to the policies and any umbrella excess liability coverage for occurrences arising in whole or in part out of the work and operations performed. The City may accept a separate owner’s protective liability policy in lieu of the City, it’s officers, and employees being insureds on the Contractor’s policies.

(c) Commercial Automobile Liability. The policy shall cover owned, non-owned, and hired vehicles. Bodily Injury & Property Damage Liability Limit Each Occurrence $1,000,000

(d) Umbrella Liability. Any policy shall provide excess limits over and above the other insurance limits stated in this Article. The Contractor may purchase insurance for the full limits required or by a combination of primary policies for lesser limits and remaining limits provided by the umbrella policy.

All insurance shall remain in force during the period covering occurrences happening on or after the effective date and remain in effect during performance of the work and at all times thereafter when the Contractor may be correcting, removing, or replacing defective work until notification of the date of final inspection. Termination or refusal to renew shall not be made without 30 days prior written notice to the City by the insurer and the policies shall be endorsed so as to remove any language restricting or limiting liability concerning this obligation. Certified copies of the original policies or certificate(s) of insurance by the insurer(s) issuing the policies and endorsements setting forth the coverage, limits, and endorsements shall be filed with the City before the City will execute the contract. A certificate of insurance shall include a statement “the coverage and limits conform to the minimums required by Article 107.27 of the Standard Specifications for Road and Bridge Construction“. Any exception or deviation shall be brought to the attention of the City for a ruling of acceptability. In no event shall any failure of the City to receive policies or certificates or to demand receipt be construed as a waiver of the Contractor’s obligation to obtain and keep in force the required insurance. All costs for insurance as specified herein will be considered as included in the cost of the contract. The Contractor shall, at his/her expense and risk of delay, cease operations if the insurance required is terminated or reduced below the required amounts of coverage. Coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor from his/her obligation to indemnify in excess of the coverage according to the contract. The contractor, prior to execution of the contract, shall file with the City copies of completed certificates of insurance, satisfactory to the City, to afford protection against all claims for damages to public or private property, and injuries to persons, arising out of and during the progress of the work to its completion, being whenever the improvement called for by the contract shall have been completely performed on the part of the contractor and all parts of the work have been approved and accepted by the City, and the final payment made. The policy of insurance shall include the City as an additional insured or provide separate coverage with an Owner's Protective policy. *Language of coverage in this section taken from IDOT Standard Specifications adopted April 1, 2016 Both the City of Galesburg and C.U.S.D. #205 shall be listed as additional insured.

Page 25: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

RETURN WITH BID TO THE CITY OF GALESBURG, ILLINOIS

CERTIFICATE OF COMPLIANCE

EMPLOYMENT SUPERVISORY SALES OFFICE SKILLED SEMI-SKILLED NON-SKILLED

WHITE

BLACK

OTHER

MALE

FEMALE (PLEASE FILL IN THE NUMBER OF EMPLOYEES IN EACH CLASS)

1. THE CONTRACTOR OF COMPANY WILL NOT DISCRIMINATE AGAINST ANY EMPLOYEES OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, CREED, COLOR, SEX, AGE, NATIONAL ORIGIN, HANDICAPPING CONDITION UNRELATED TO ABILITY TO PERFORM THE JOB; AND, WILL TAKE AFFIRMATIVE ACTION TO ENSURE THAT APPLICANTS ARE EMPLOYED WITHOUT REGARD TO THEIR RACE, CREED, COLOR, SEX, AGE, HANDICAP OR NATIONAL ORIGIN. SUCH ACTION SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: EMPLOYMENT, UPGRADING, DEMOTION OR TRANSFER, RECRUITMENT OR RECRUITMENT ADVERTISING, LAYOFF OR TERMINATION, RATES OF PAY OR OTHER COMPENSATION, AND SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP. THE CONTRACTOR OR COMPANY AGREES TO POST, IN CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICANTS FOR EMPLOYMENT, NOTICES SETTING FORTH THE PROVISIONS OF THIS NON-DISCRIMINATION CLAUSE. 2. THE CONTRACTOR OR COMPANY WILL, IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR EMPLOYEES OR ON THEIR BEHALF, STATE THAT ALL QUALIFIED APPLICANTS WILL RECEIVE CONSIDERATION FOR EMPLOYMENT WITHOUT REGARD TO RACE, CREED, COLOR, SEX, AGE, HANDICAPPING CONDITION UNRELATED TO ABILITY OR NATIONAL ORIGIN. THE SAME SHALL HOLD TRUE WHEN RECRUITMENT SOURCES ARE USED TO SECURE APPLICANTS. 3. THE CONTRACTOR OR COMPANY AGREES TO NOTIFY ALL OF ITS SUBCONTRACTORS OF THEIR OBLIGATION TO COMPLY WITH THE NON-DISCRIMINATION POLICY. 4. IN THE EVENT OF THE CONTRACTOR’S OR COMPANY’S NON-COMPLIANCE WITH THE NON-DISCRIMINATION CLAUSES OF THE CONTRACT OR PURCHASE OR WITH ANY OF SUCH RULES, REGULATIONS OR ORDERS, THE CONTRACT OR PURCHASE MAY BE CANCELLED, TERMINATED OR SUSPENDED IN WHOLE OR IN PART AND THE CONTRACTOR OR COMPANY MAY BE DECLARED INELIGIBLE FOR FURTHER CITY CONTRACTS OR PURCHASES IN ACCORDANCE WITH THE AFFIRMATIVE ACTION PROGRAM ADOPTED BY THE GALESBURG CITY COUNCIL AT THEIR MEETING ON AUGUST 6, 1990 BY: __________________________________ BIDDER

Page 26: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

RETURN WITH BID CITY OF GALESBURG

MUNICIPAL VENDORS HOLD HARMLESS AGREEMENT

All vendors doing business with the City of Galesburg, Illinois, shall read and agree to sign this Hold Harmless Agreement. In lieu of the vendor signing this agreement, the City will accept being named as an additional insured on the vendor’s general liability policy only as respects specific operations performed by the vendor on behalf of or on the premises of the City of Galesburg, Illinois.

“In consideration of your permitting us, our servants, our agents, employees and representatives from time to time to enter upon or to place or maintain equipment upon premises owned or controlled by you for the purposes of servicing our account, we agree to indemnify and hold harmless the City and its’ agents and employees from and against all claims for personal injury or property damage, including claims against the City, its’ agents or servants, and all losses or expenses, including attorney’s fees that may be incurred by the City in defending such claims, rising out of or resulting from the performance of the work and caused in whole or in part by any negligent act or omission of the Municipal Vendor, or anyone directly or indirectly employed by the Municipal Vendor or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in anyway by any limitation on the amount or type of damages, compensation or benefits payable by or for the Municipal Vendor, under Workers’ Compensation Acts, Disability Acts, or other Employee Benefit Acts.”

Subscribed and sworn to before me this , 20

_______________________ Person, Firm, or Corporation

________________________________ Notary Public

Page 27: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

OR FAX TO: 309-343-4765

completely as possible to ensure proper payment to you. Please return completed form as soon as possible to The City of Galesburgat the above address or fax number. Please call 309-345-3674 w ith any questions.

BUSINESS NAME:

INDIVIDUAL NAME:(for Sole Proprietors as appears on Social Security Card)

BUSINESS ADDRESS:

CITY, STATE, ZIP:

YOUR TAXPAYER IDENTIFICATION NUMBER:

OR, YOUR SOCIAL SECURITY NUMBER:

PLEASE CHECK APPROPRIATE BOX:

Individual/Sole Proprietor Corporation Partnership Other

YOUR COMPANY PROVIDES:

Legal Services Services Materials Other

ARE YOU SUBJECT TO BACKUP WITHHOLDING?Yes No

PERSON TO CONTACT:

PHONE NUMBER:

UNDER PENALTY OF PERJURY, I CERTIFY THAT THE INFORMATION PROVIDED ABOVE IS CORRECT AND COMPLETE.

Signature Date

Title

If using SSN, enter the name on the card above as Individual Name.)

(FEIN or business tax ID. No.)

CITY OF GALESBURGATTN: A/P55 W TOMPKINS STGALESBURG, IL 61401

The follow ing information is needed to complete your vendor f ile and to comply w ith IRS requirements. Please f ill out this form as

THIS FORM IS BASED ON IRS REQUIRMENTS FOR THE SAME ESSENTIAL INFORMATION AS A W-9

RETURN TO:

Page 28: CITY OF GALESBURG · 2019-09-17 · when such request is made in writing and agreed to by the Purchasing Agent. 8. The City of Galesburg reserves the right to reject any and all bids

City of Galesburg Operating Under Council – Manager Government Since 1957

The City of Galesburg will no longer be issuing checks for vendor payments. The City will pay vendors through ACH by automatically depositing payments to a bank checking/savings account (once a month) or payment to vendors can be made by credit card at the time of purchase. In order to process your next payment, please fill out the following information and provide a copy of a void check. Please mail to City of Galesburg, Accounts Payable, P.O. Box 1589, Galesburg, IL 61402-1589 or fax the completed form and a void check, if the funds are being deposited to a checking account, to the fax number listed below. Vendor Name: Address: City, State, Zip Code: ________________________________________ Phone Number: Email Address: Bank Name: Checking/Savings Acct Number: (Please indicate type of account by circling Checking or Savings) Bank Routing Number: Signature: Payment information will be e-mailed to you approximately 2 days prior to the funds being credited to your bank account. If you have any questions, please contact me. Tifani Miller Accounts Payable City of Galesburg 309/345-3674 309/343-4765 fax

City Hall • 55 West Tompkins Street • Galesburg, IL 61401 • 309/ 343-4181