BID PW-24-12 ALLEY REPAIR PROGRAM

expired opportunity(Expired)
From: Park Ridge(City)

Basic Details

started - 08 Mar, 2024 (1 month ago)

Start Date

08 Mar, 2024 (1 month ago)
due - 27 Mar, 2024 (1 month ago)

Due Date

27 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Park Ridge

Customer / Agency

City of Park Ridge
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

City of Park Ridge - PW-24-12 Page 1 of 18 505 BUTLER PLACE PARK RIDGE, IL 60068 TEL: 847/ 318-7948 bflowers@parkridge.us INVITATION TO BID ALLEY REPAIR PROGRAM PW-24-12 The City of Park Ridge Public Works Department would like to receive bids for repair and replace concrete in 4 alleyways per the specifications identified in this document. All Sealed bids will be DUE in the City of Park Ridge Finance Department, 505 Butler Place, Park Ridge, IL 60068 on or before: MARCH 27, 2024 at 10:30am Bids will be opened and vendor names will be read in public at that time. The bids read at the bid opening are subject to review, scoring and verification by the City and its design consultants (if applicable). Bid documents and specifications can be obtained at the City web site (www.parkridge.us) by registering under “Online Services”→”Bids&RFPs” or at the Finance Desk
during regular business hours at no cost. Bids must be received in a sealed envelope marked with the Bid name and number listed above. Bids transmitted by fax or email will not be accepted. Any communication regarding this invitation between the date of issue and date of award is to be in writing and directed to the Procurement Officer listed below. Answers to questions submitted in writing may be distributed as an addendum to this Invitation to Bid. Unauthorized contact with other City Employees is strictly forbidden. After the bids are opened no bidder may communicate with the City about the contents of their bid or any other bid except in response to direct questions. Sincerely, Bruce Flowers City of Park Ridge Procurement Officer 847-318-7948 bflowers@parkridge.us ACTION DATE TIME Legal Notice Advertised MARCH 14TH & 21ST, 2024 8:00am Questions Due In Writing to Procurement E-mail: bflowers@parkridge.us MARCH 18, 2024 4:30pm Final Answers Published (via Addendum if needed) MARCH 20, 2024 4:30pm Bids Due and Opened MARCH 27, 2024 10:30am Est. Approval by Committee of the Whole APRIL 2024 Est. Approval by City Council APRIL 2024 mailto:bflowers@parkridge.us http://www.parkridge.us/ mailto:E-mail:%20bflowers@parkridge.us mailto:E-mail:%20bflowers@parkridge.us PW-24-12 ALLEY REPAIR PROGRAM Scope of Work: The 2024 Alley Repair Program consists of replacing concrete sections in four public alleys, as well as replacing a section of driveway located at the Public Works Service Center yard. Project quantities consist of approximately 692 square yards of 8-inch PCC alley, 273 square yards of 10- inch PCC driveway pavement, as well as other items associated with restoring abutting pavement. This project specifies the use of High Early Strength (HES) mix for all concrete pavement. SEE ATTACHED PDF MAP FOR LOCATIONS HOURS OF CONSTRUCTION No work shall be done Monday thru Friday between 7:00 P.M. and 7:00 A.M., nor on Saturdays, Sundays, or legal holidays without written permission of the City. Permission to work the day before the holiday must be granted two (2) weeks in advance of work. However, emergency work may be done with permission from the City. Work activity, as intended herein, includes warming or starting up of any machinery or engines. COMPLETION DATE The completion date for the 2024 program is specified as September 30th, 2024. SPECIFICATIONS All construction requirements to be in accordance with IDOT Standard Specifications for Road and Bridge Construction adopted January 1st, 2023. All Traffic Control management shall conform to IDOT specifications and or approval. Special, with PCC Mix 7-bag HES Work shall consist of removing existing PCC alley pavement and replacement with PCC alley pavement to an 8-inch pavement depth, constructed on a prepared subgrade of 4 inch CA-6 compacted aggregate stone base. Existing stone base can be preserved and used in preparation of subgrade, unless determined otherwise by the Engineer. Work shall include over dig if necessary to achieve required 8-inch pavement depth. High Early Strength (HES) mix shall be used. Saw-cutting, full depth will be required in locations where joints do not exist. New PCC alley pavement shall include No. 6 dowel bars tied into existing concrete every 16 inches. Expansion joints shall be placed where new PCC pavement abuts existing concrete. Removal and Replacement of 6 PCC Driveway Pavement, with PCC Mix 7-bag HES Work shall consist of removing existing PCC pavement and replacement with PCC pavement to a 6-inch pavement depth, constructed on a prepared subgrade of 4 inch CA-6 compacted aggregate stone base. Existing stone base can be preserved and used in preparation of subgrade, unless determined otherwise by the Engineer. High Early Strength (HES) mix shall be used. Saw-cutting, full depth will be required in locations where joints do not exist. Expansion joints shall be placed where new PCC pavement abuts existing concrete. Work shall consist of removing existing asphalt pavement and replacement with Hot Mix Asphalt Pavement 4- Existing asphalt pavement must be saw cut to a clean edge prior to removal. Limits of disturbed asphalt pavement will be determined by the Engineer following construction of PCC alley pavement. Removal and Replacement of Brick Paver Work shall consist of removing and replacing brick pavers. Brick pavers shall be removed and stored near the job site. Contractor shall prepare the area with necessary paver base and leveling sand prior to installing of the brick pavers for a finished top of paver grade flush with top of concrete. The paver base, leveling sand, and all labor shall be included in the cost of the work. Removal and Replacement of PCC Sidewalk 5 This work shall consist of the removal of existing Portland Cement Concrete (PCC) sidewalk and replacement with new PCC sidewalk on a compacted subbase. All sidewalk shall be constructed with a concrete depth of 5-inches, except where the sidewalk crosses driveway aprons, at which concrete depth shall be increased to 6-inches. Control joints shall be troweled in at intervals of 5 feet. Expansion joints shall be placed at intervals of not more than 50 feet. Removal and Replacement of PCC Driveway Pavement, with PCC Mix 7-bag HES Work shall consist of removing existing PCC pavement and replacement with PCC pavement to a 10-inch pavement depth, constructed on a prepared subgrade of 4 inch CA-6 compacted aggregate stone base. Existing stone base can be preserved and used in preparation of subgrade, unless determined otherwise by the Engineer. Work shall include over dig if necessary to achieve required 10-inch pavement depth. High Early Strength (HES) mix shall be used. Saw-cutting, full depth will be required in locations where joints do not exist. New PCC pavement shall include No. 6 dowel bars tied into existing concrete every 16 inches. Expansion joints shall be placed where new PCC pavement abuts existing concrete. Restorations All landscape restorations shall consist of topsoil and grass seed. Landscape restorations are incidental to the contract. Notification Process The Contractor shall provide the City with at least 10 day notice prior to construction start date. The City will notify by mail all affected property owners with a general notice and approximate construction start date. OAK TREE LN WEEG WAY HALLBERG LN CRAIN ST DE COOK CT N DE COOK CT S DE COOK AV PETERSON AV PL GRANVILLE AV GRANVILLE AV BONITA DR CASTLE DR PETERSO BELLE PLAINE AV GILLICK ST GILLICK ST STANLEY AV L K V W TOUHY AV GREENDALE AV RENE T §̈¦294 GARDEN ST PRAIRIE AV GARDEN ST NORMAN BL DES PLAINES AV N DSOR M LL COLUMBIA AV CHERRY ST HASTINGS ST ELM ST MURPHY LAKE RD C E RY ST CHERRY ST A L WILMA PL JOYCE PL E KATHLEEN DR E LAHON ST W LAHON ST W KATHLEEN DR AUSTINAUSTIN AV BUTLER LAKE AV ARTHUR ST OAKTON ST W LAHON ST CYNTHIA AV MARY JANE LN W LAHON ST GREENDALE AV MARGUERITE ST WOODLAND AV GLENVIEW AV AL U S B C T WALNUT ST MANOR LN MANO DE COOK AV BURTON LN FENTON LNFARRELL AV MAYFIELD DR A ST ST AV ROSEMONT AV GILLICK ST BELLE PLAINE AV CEDAR ST ELM ST ELM ST W CRESCENT AV IRWIN AV BRICKTON PL FRANCES PKY GRANVILLE AV ROSEMONT AV ARTHUR ST DEVON AV DEVON AV GILLICK ST IMPERIAL ST GILLICK ST ST JAMES PL ART ARDWALK PL BUR ARTHUR ST STEWART AV ALBION AV A RCH S PKY HANSEN PL ELM ST W TOUHY AV CHERRY ST W SIBLEY ST RPHY RK OW EN ST IRWIN AV §̈¦90 VIRGINIA ST £¤14 A MILTON AV W SIBLEY ST LAVERNE AV W SIBLEY ST EDGEMONT LN MICHAEL BOUTERSE OAKTON ST HABBERTON AV ERTON A BBERTON AV IRCH ST CAROL ST LN GLENLAKE AV BONNIE DR KENT AV ALBION AV ALBION AV GARDEN ST PRAIRIE AV W CRESCENT AV GRANT PL RUTH AV EDNA AV DEMPSTER ST DAVIS ST GLENLAKE AV W CUTTRISS ST HIGGIN DEMPSTER ST DEMPSTER ST BALLARD RD OAKTON ST T LYN N DR GRAN- CHURCH ST LN NORTH TER U E SIBLEY ST CHERRY ST MARLOWE AV W EDGEMONT HIGGI S CEDAR ST CEDAR CE W EDGEMONT W EDGEMONT LN STE T SPRI S S CR E A 72 171 1 2 3 4 5 1 4 9 ' 1 6 ' 43' 12.5' 183' 17' 18' 16' 4 0 0 B u ss e H w y 1 3 5 ' 1 7 .5 ' City of Park Ridge - PW-24-12 Page 2 of 18 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS EXAMINATION OF CONTRACT DOCUMENTS AND WORK SITE BY BIDDER The Bidder shall, before submitting its Bid, carefully examine the plans, specifications, contract documents, Bid, and bond and insurance requirements and visit the site to verify conditions under which work will be performed. Each Bidder is responsible for reading the bid documents and familiarizing itself with all requirements. Failure of a Bidder to do so shall not relieve the Bidder of any obligation with respect to said bid. If the Bidder’s bid is accepted, it shall be responsible for, and the City will make no allowance for, any errors in their Bid resulting from its failure or neglect to comply with these instructions. Unless otherwise provided elsewhere in these documents, when the plans or specifications include information pertaining to subsurface explorations, borings, test pits, and other preliminary investigation, such information represents only the opinion of the City as to the location, character, or quantity of the materials encountered and is only included for the convenience of the Bidder. The City assumes no responsibility whatsoever with respect to the sufficiency or accuracy of the information, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or that unanticipated developments may not occur. Accordingly, by bidding on the work, each Bidder waives its rights under the Illinois Public Construction Contract Act, 30 ILCS 557/. QUALIFICATIONS OF BIDDER The City may take action deemed necessary to investigate the qualifications of each Bidder. The City reserves the right to qualify or disqualify Bidders as a result of lack of similar project experience and/or any other information obtained from the project reference form, references listed thereon, or publicly available information. Potential Bidders must provide references from five (5) successful projects with similar scope and magnitude. Bidders must also demonstrate that they have sufficient resources (i.e. capital, laborers, sub-contractors, etc.) to accomplish all tasks required within the schedule for the project. In the event there are additional eligibility requirements described in the Special Conditions or Specifications, such requirements shall be supplemental to and not in limitation of this provision. PREPARATION OF BID The Bidder shall prepare their Bid on the attached Bid forms. Unless otherwise stated, all blank spaces on the Bid page(s), applicable to the subject specification, must be correctly filled in. Either a unit price or a lump sum price, as the case may be, must be stated for each item, either typed in or written in ink, in figures, and, if required, in words. In the event of an error on the Bid page in which there is a conflict between the unit price and the extended price or the total bid price, the City may exercise its reasonable discretion to ascertain the actual price of the bid. If the Bidder is a corporation, the President and Secretary shall execute the Bid, and the Corporate Seal shall be affixed. In the event that the Bid is executed by other than the President, sufficient evidence of such signatory’s authority shall be submitted. If the Bidder is a partnership, majority owning partners or general partners shall execute the Bid, unless one partner has been authorized to sign for the partnership, in which case sufficient evidence of such authority shall be submitted. Each Bid must contain all required certifications. In addition, if any addenda are issued by the City, the Bidder shall be required to acknowledge receipt of the formal addendum on the Bid form. Failure of a Bidder to acknowledge any of the addenda issued shall deem its bid non-responsive; provided, however, that the City in reliance upon its home rule powers, may choose to waive this requirement if the City determines from the context of the Bid that the Bidder has considered the terms and conditions of the addendum. The Bid submitted must not contain erasures, interlineations, or other corrections unless each correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. Modifications of bids already submitted will be considered if received at the office designated in the Invitation to Bid by the time set for opening of bids. Unless called for, alternate bids will not be considered. No compensation will be allowed due to any difficulties which the Bidder could have discovered or reasonably known prior to bidding. SUBMISSION OF BID All prospective Bidders shall submit their Bid in a sealed envelope to the Finance Office, City Hall, 505 Butler Place, Park Ridge, Illinois, 60068, by the specified due date of the bid. The envelope submitted by the prospective Bidder shall carry the following information on the face of the envelope: Bidder's name, address, Bid name and number listed above and bid due date. All bid document pages must be included in your submittal. City of Park Ridge - PW-24-12 Page 3 of 18 When bids are sent by mail or courier service, the Bidder shall be responsible for their delivery to the Cashier’s Desk at the Finance Office prior to the designated date and hour for the opening of bids. If delivery is delayed beyond the date and hour set for the bid opening, bids thus delayed will not be considered and will be returned unopened. Bids transmitted by facsimile (fax) or electronic mail will not be accepted. Submission of a bid will be considered presumptive evidence that the Bidder has visited the sites and is conversant with local facilities and difficulties, the requirements of the documents and of pertinent State or Local Codes, the state of Labor and Material Markets, and has made due allowance in the bid for all contingencies. Include in bid all costs of labor, material, equipment, allowance, fees, permits, guarantees, applicable taxes, insurance and contingencies, with overhead and profit necessary to produce a complete project, or to complete those portions of the work covered by the Specifications on which the Bid is made including all trades, without further cost to the Owner. Unless otherwise described in the Special Conditions or Specifications, Bidders shall be responsible to obtain all permits and arrange for all inspections. No unsolicited supplemental information will be accepted and will be returned without being considered by the City. WITHDRAWAL OF BID A Bidder may withdraw their Bid at any time prior to the time specified in the notice as the closing time for receipt of bids. However, no Bidder shall withdraw, cancel or modify their Bid for a period of sixty (60) calendar days after the specified closing time for the receipt of bid. Where this contract is subject to approval by another agency, such as the Federal Government or the State of Illinois, then the Bidder shall not withdraw, cancel or modify their Bid for a period of ninety (90) calendar days after the specified closing time for the receipt of bids. CONSIDERATION OF BIDS No Bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the City of Park Ridge upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the City, or had failed to perform faithfully any previous contract with the City. The Bidder, if requested, shall present within 48 hours evidence satisfactory to the City of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these specifications and contract documents. Each Bidder shall submit where necessary, or when requested by the Procurement Officer, catalogs, descriptive literature or detailed drawings fully detailing features, designs, construction, appointments, finishes and the like not covered in the specifications, necessary to fully describe the material or work they propose to furnish. The City of Park Ridge reserves the right to disregard any informality in the bids and bidding, to waive technicalities, or to reject any and all bids when, in the opinion of the City Council, the best interest of the City will be served by such action. ACCEPTANCE OF BIDS The Park Ridge City Council will accept one of the bids or reject all bids within sixty (60) calendar days, or within ninety (90) calendar days where approval by other agencies is required, from the date of opening of bids, unless the lowest responsive and responsible Bidder, upon request of the City, extends the time of acceptance to the City. The contract will be awarded to the lowest responsive and responsible Bidder based on the City’s reasonable evaluation of the Bids according to the criteria herein described (hereinafter “Successful Bidder” or “Contractor”). INTERPRETATION OF CONTRACT DOCUMENTS Any Bidder in doubt as to the true meaning of any part of the specifications and contract documents may submit to Procurement Officer, Park Ridge, Illinois 60068 a written request for an interpretation thereof. No oral comments will be made to any Bidder as to the meaning of the General or Special Conditions or other any contract documents. The person submitting the request shall be responsible for its prompt delivery. Questions received less than 48 hours prior to Bid Due Date cannot be considered. Such interpretation will be made only in the form of a written addendum duly issued by Procurement Officer. A copy of such addendum will be emailed to all registered Bidders. Failure on the part of the prospective Bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of their Bid. The Bidder shall acknowledge receipt of each addendum issued in the space so provided in the Bid. Addenda may modify or interpret the Bidding Documents and will become part of the Contract Documents when the Contract is executed. Subsequent addenda shall govern over prior addenda only to the extent specified. Any references in these specifications to manufacturer's name, trade name, or catalog number (unless otherwise specified) is intended to be descriptive but not restrictive and only to indicate articles or materials that will be satisfactory. Bids on other makes and catalogs will be considered, provided each Bidder clearly states on the face of their Bid exactly what is proposed to be furnished. Unless so stated in the Bid, it shall be understood that the Bidder intends to furnish the item specified and City of Park Ridge - PW-24-12 Page 4 of 18 does not propose to furnish an "equal". The City hereby 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 minor or major variations from specification requirements. PERFORMANCE AND PAYMENT BOND If the total bid amount is over $50,000, the successful Bidder will be required to obtain Performance and Payment Bonds per the Illinois Public Construction Bond Act, 30 ILCS 550. Upon notice of acceptance of Bid, the successful Bidder shall, within five (5) calendar days of said notice, furnish to the Procurement Officer a faithful Performance and Labor & Material Payment Bond(s) in the full amount of the contract, conditioned upon the faithful performance of all covenants, conditions, and stipulations under the contract. The bond shall be secured by a surety company acceptable to the City, licensed to do business as a Surety in the State of Illinois. The terms and conditions described in the Public Construction Bond Act shall be incorporated into the Bonds presented by the successful Bidder as though fully recited therein. CHANGES: Illinois law (720 ILCS 5/33E-9) requires that changes in excess of $10,000 or extensions greater than thirty (30) days must comply with the Criminal Code. Likewise, Illinois law (50 ILCS 525/5) expresses for a change order that authorizes or necessitates any increase in the contract price that is 50% or more of the original contract price or that authorizes or necessitates any increase in the price of a subcontract under the contract that is 50% or more of the original subcontract price, then the portion of the contract that is covered by the change order must be resubmitted for bidding in the same manner for which the original contract was bid. The Procurement Officer shall issue to the successful contractor a written change order to the original contract; such change orders shall be binding upon both parties thereto and shall in no way invalidate or make void the terms of the original contract not modified by such change. TAX EXEMPTION Federal Excise Tax does not apply to materials purchased by the City of Park Ridge by virtue of Exemption Certificate No. 36-600-6041. Illinois Retailers' Occupation Tax, Use Tax, and Municipal Retailers' Occupation Tax do not apply to materials or services purchased by the City of Park Ridge by virtue of Statute. Illinois Tax Exemption Identification No. E9998-1408-05. The prices quoted herein shall comply with all Federal Laws and Regulations. FAIR EMPLOYMENT Bidder’s signature on the Bid Form will be construed as acceptance of and willingness to comply with all provisions of the acts of the General Assembly of the State of Illinois relating to wages of laborers and discrimination and intimidation of employees. Provisions of said acts are herein incorporated by reference and become a part of this Bid and Specifications DRUG FREE WORKPLACE ACT At the time of contract, the Contractor will make certification required in the Contract and will comply with all provisions of the Drug Free Workplace Act that are applicable to the Company. False certification or violation of the requirements of the Drug Free Workplace Act may result in sanctions including but not limited to suspension of the Contract with the City, termination of the Contract and debarment of contracting with the City for at least one (1) year but not more than five (5) years. HAZARD COMMUNICATION All on-site contractors shall be informed of chemical hazards to which their employees could possibly be exposed while working for the City. Upon request, this information is made available to the contractors and their subcontractors by the prime contractor. It is the contractors and subcontractor’s responsibility to train their own employees on Hazardous Communications and the handling of hazardous materials. It is the responsibility of the contractor to inform the City of any hazardous substances brought and stored on City property. The contractor must also provide a Safety Data sheet for such chemicals. WARRANTY/GUARANTEE The Bidder warrants to the City that the labor and materials furnished under the Contract will be of good quality and new unless otherwise required or permitted under the Specifications, that the work and materials will be free from defects not inherent in the quality required or permitted, and that the work will conform to the requirements of the Specifications. Work and materials not conforming to the Specifications, including substitutions not properly approved and authorized, may be considered defective and will be rejected by the City. This warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Bidder, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. Unless otherwise described in the specifications, labor and materials provided under this agreement will be guaranteed for a period of one year, or the term of the manufacturer’s warranty, whichever is greater. NON-BARRED BIDDING The Bidder must certify that it is not barred from bidding on this contract as a result of a conviction for the violation of state laws prohibiting bid-rigging or bid rotating by executing the included certification as required by 720 ILCS 5/33E-11. City of Park Ridge - PW-24-12 Page 5 of 18 ILLINOIS FREEDOM OF INFORMATION ACT (FOIA) Contractor understands that amendments to the Illinois Freedom of Information Act (P.A. 96-0542), which took effect January 1, 2010, requires the Contractor to produce to the City any of its company records and documents which are in any way related to the performance of services under this agreement and not exempt from disclosure within five (5) business days of the City’s receipt of a request for said records. Accordingly, the Contractor. agrees to be bound by the provisions of the Illinois Freedom of Information Act (5 ILCS 140/1 et seq.) and agrees to deliver to the City all records in its possession relating to this agreement within three (3) business days of a request by the City for said records. Contractor agrees to reimburse the City any fees, fines, or costs incurred by or assessed against the City for its failure to deliver requested records in the possession of the Contractor, and which the Contractor failed to deliver to the City within three (3) business days of its receipt of a request from the City to do so. An e-mail request for records and documents sent during business hours will be considered received by the Contractor on the day sent. The Contractor shall not be entitled to receive any wages, fees, or costs of any kind from the City for the production of documents and records in response to a Freedom of Information Act request. INSPECTION OF MATERIALS The City shall have a right to inspect any materials or equipment to be used in carrying out this contract. The Contractor shall be responsible for the contracted quality and standards of all materials, equipment, components or completed work finished under this contract up to the time of final acceptance by the City. Materials, equipment, components or completed work not complying therewith may be rejected by the City and shall be removed and replaced by the Contractor at no cost to the City. INDEMNITY To the fullest extent permitted by law, the Contractor shall waive any right of contribution against the City and shall indemnify and hold harmless the City and the Architect/Engineer and their officers, officials, employees, volunteers and agents from and against all claims, damages losses and expenses, including, but not limited to, legal fees (attorney’s and paralegal’s fees, expert fees and court costs), arising out of or resulting from the performance of the Contractor’s work provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, other than the work itself, including the loss of use resulting therefrom, or is attributable to misuse or improper use of patent, trademark or copyright protected material or otherwise protected intellectual property, to the extent it is caused by any wrongful or negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right to indemnity that the Owner would otherwise have. The Contractor shall similarly, protect, indemnify and hold and save harmless, the Owner, its officers, officials, employee, volunteers and agents against and from any and all claims, costs, causes, actions and expenses, including, but not limited to, legal fees, incurred by reason of Contractor’s breach of any of its obligations under, or Contractor’s default of any provisions of the Contract. The indemnification obligations under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workers’ Compensation or Disability Benefit Acts or Employee Benefit Act. “Claims, damages, losses and expenses" as these words are used in this Contract shall be construed to include, but not limited to: (1) injury or damage consequent upon the failure of or use or misuse by Contractor, its Subcontractors, agents, servants or employees, of any hoist, rigging, blocking, scaffolding, or any and all other kinds of items of equipment, including those covered in the Illinois Structural Work Act whether or not the same be owned, furnished or loaned by Owner; (2) all attorneys' fees and costs incurred in bringing an action to enforce the provisions of this indemnity or any other indemnity contained herein; (3) time expended by the party being indemnified and their employees, at their usual rates plus costs of travel, long distance telephone and reproduction of documents; and (4) error or omission or defect in any submission made to Architect / Engineer for its approval or review. SUBLETTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS No contract shall be assigned or any part of the same subcontracted without the prior written consent of an authorized agent of the City; but in no case shall such consent relieve the Contractor from their obligation or change the terms of this contract. The Contractor shall not transfer or assign any contract funds or claims due or to become due without the prior written approval of an authorized agent of the City having first been obtained. The unauthorized transfer or assignment of any contract funds in whole or in part, or any interest therein, which shall be due or to become due to the Contractor, shall cause the annulment of said transfer or assignment so far as the City is concerned. City of Park Ridge - PW-24-12 Page 6 of 18 CONFLICT OF INTEREST The Bidder covenants that to the best of its knowledge no member of the governing body of the City, and no other officer, employee, or agent of the City who exercises any functions or responsibilities in connection with the solicitation or approval of this contract, shall have or does have any personal interest, direct or indirect, in this contract. The Bidder covenants that it presently has no interest and shall not acquire any interest, direct or indirect, in the work to which this contract pertains which would conflict in any manner or degree with the performance of its services hereunder. The Bidder further covenants that in the performance of this contract, it shall not employ any officer, employee, or agent of the City who exercises any functions or responsibilities in connection with the solicitation or approval of this contract. COMPLETION Bidder shall complete the services within the timeline set forth in the Bid Documents. Failure of the Bidder to complete these services in accordance with the Specifications shall constitute a breach of the Contract. TERMINATION, CANCELLATION AND DAMAGES: This contract may be terminated for convenience upon mutual agreement of both parties. The City may terminate based on the Contractor’s breach or default. Unless the breach or default creates an emergency situation, as determined in the City’s sole discretion, the Contractor shall be given notice and a five (5) day opportunity to correct before the termination becomes effective. If the City terminates this Contract because of the Contractor’s breach or default, the City shall have the right to purchase items or services elsewhere and to charge the Contractor with any additional cost incurred, including but not limited to the cost to cover, incidental and consequential damages and the cost of re-bidding. The City may offset these additional costs against any sums otherwise due to the Contractor under this bid or any unrelated contract. Upon such termination, Contractor shall be entitled to payment only as follows: (1) the actual cost of the work completed in conformity with this Agreement; plus, (2) any additional costs actually incurred by Contractor as are permitted by the prime contract and approved by City. The Contractor shall not be entitled to any claim or claim of lien against City for any additional compensation or damages in the event of such termination and payment. If the City of Park Ridge fails to appropriate funds to enable continued payment of yearly or multi-year Contracts the City may cancel, without termination charges, provided Contractor received at least thirty (30) days prior written notice of termination. PAYMENTS AND COMPLETION The City requires for each Application for Payment, a properly completed Contractor’s Affidavit setting out, under oath, the name, address and amount due or to become due to each subcontractor, vendor, supplier or other appropriate party included in that payment. For every party listed the Contractor shall also provide a full or partial waiver of lien, as appropriate, before a payment will be made to the Contractor. The Contractor’s partial or final waiver of lien must be included. Payment shall not be made by the City without such mechanics’ lien waivers and contractors’ sworn statements unless they are conditioned upon receipt of such waivers and statements. In addition, the City shall not make payment until the monthly certified payroll has been submitted or evidence is presented that it has been filed with the Department of Labor. Payment terms shall be in accordance with the provisions of the Local Government Prompt Payment act, 50 ILCS 505/1 et seq., after receipt by the City of the Contractor’s invoice. Upon satisfaction of the terms and conditions of the Contract, the Contractor agrees to provide the City with a final release and waiver of all liens covering all of the Work performed under the Contract relative to the project prior to issuance of final payment. Said final waiver of lien shall identify and state that all Subcontractors have been paid in full and there are no contract balances outstanding and owed to any Subcontractor. QUANTITIES The quantities shown herein are estimated for canvassing purposes only, and as such may not represent the actual quantities required during the life of any contract made pursuant to these specifications. Nothing herein shall be construed as an obligation of the City to order or pay for any services other than the amount determined to meet the actual requirements of the City. The right to increase or decrease the quantities shown herein, at any time during the life of this contract, is reserved to City of Park Ridge - PW-24-12 Page 7 of 18 the City. The City will only be obligated to pay for such quantities as may be ordered and accepted by the City from time to time. PRICING Contractor must provide prices on the Bid Price Sheet with all pricing remaining firm for 1 year from start of contract. TERM OF CONTRACT The initial term of this contract is for one (1) year which takes effect upon the date of Park Ridge City Council approval. EXTENSION OF CONTRACT Upon mutual agreement, this Contract may be extended for up to two (2), one-year periods. The Contractor shall notify the City at least sixty (60) days prior to the expiration of the contract whether or not they are agreeable to such extension upon the same terms and conditions described on its Bid. PUBLIC RELATIONS The Contractor shall endeavor at all times to maintain good public relations and to present the City in a positive light. Any action by the Contractor which damages the City’s good will shall be considered a breach of this Agreement. END OF GENERAL CONDITIONS City of Park Ridge - PW-24-12 Page 8 of 18 INSURANCE REQUIREMENTS Upon notice of acceptance of Bid, the successful bidder shall, within fifteen (15) calendar days of said notice, but before commencing work or furnishing materials, furnish to the Procurement Officer a certificate of insurance evidencing coverage in the types of insurance and in the amounts specified below. Such coverage shall be placed with a responsible company acceptable to the City, licensed to do business in the State of Illinois, and with a minimum insurance rating of A:VII as found in the current edition of A. M. Best's Key Rating Guide. Each policy shall bear an endorsement precluding the cancellation or reduction of said policies without providing the City of Park Ridge at least thirty (30) days prior notice thereof in writing. The contractor shall maintain all required insurance in full force and effect during the life of the contract, and until such time as all work has been approved and accepted by the City. 1) Workman's Compensation: STATUTORY coverage for all persons whom the contractor may employ directly or through subcontractors in carrying out the work under this contract. Such insurance shall hold the City free and harmless of all personal injuries of all persons whom the contractor may employ directly or through subcontractors. 2) Employer’s Liability: $2,000,000 minimum liability, for each disease and each accident. 3) Comprehensive General Liability; including Bodily Injury and Property Damage. Coverage shall be provided in the following minimum amounts: $2,000,000 Each Occurrence - Combined Single Limit $2,000,000 Aggregate - Completed Operations $2,000,000 Each Occurrence - Blanket Contractual Liability 4) Comprehensive Automobile Liability, Owned, Non-owned and Hired: The contractor shall take out, pay for and maintain until the completion and acceptance of the work under this contract insurance as shall protect them from claims for bodily injury and property damage, which may arise from the use of motor vehicles engaged in various operations under this contract. Coverage shall be provided in the minimum amount of $2,000,000 for Combined Single Limit. 5) Umbrella Liability as required. 6) General Insurance Requirements. The City of Park Ridge shall be named as an additional insured on all liability policies required herein. The requirement to obtain and maintain insurance shall be solely the responsibility of the Contractor and cannot be waived by any act or omission of the City. The Contractor shall cause each subcontractor engaged in work described in this contract to obtain insurance of the kind required herein. When requested by the City, Contractor shall furnish copies of certificates of insurance evidencing coverage for each subcontractor. NOTIFICATION OF SURETY OR INSURANCE COMPANIES The surety companies, other signers of any required bonds, and the insurance companies shall familiarize themselves with all of the conditions and provisions of these specifications and contract documents, and hereby waive all rights of special notification of any change or modification of this contract in regard to the scope of the work, time of completion, cancellation or termination, or of any other act or acts by the City of Park Ridge or its authorized employees and agents under the terms of this contract. Failure to notify the previously mentioned surety or insurance companies of change or modification shall in no way relieve the surety or insurance companies of their obligations under this contract. END OF INSURANCE City of Park Ridge - PW-24-12 Page 9 of 18 PREVAILING WAGES REQUIRED PREVAILING WAGE: The Prevailing Wage Act applies to this contract, the Contractor shall comply therewith and pay, and require every Subcontractor to pay, the prevailing rates of wages as established by the Illinois Department of Labor for each craft or type of work needed to execute the contract in accordance with 820 ILCS 130/.01 et seq. Contractor shall prominently post the current schedule of prevailing wages at the Contract site and shall notify immediately in writing all of its Subcontractors, of all changes in the schedule of prevailing wages. Any increases in costs to Contractor due to changes in the prevailing rate of wage during the terms of any contract shall be at the expense of Contractor and not at the expense of the Owner. Change orders shall, however, be computed using the prevailing wage rates applicable at the time the change order work is scheduled to be performed. Contractor shall be solely responsible to maintain accurate records as required by the prevailing wage statute and to obtain and furnish all such records to Owner or Department of Labor as required by Statute including certified payroll or, in lieu thereof, a certified letter stating that the Contractor is exempt from the application of the Act. Contractor shall be solely liable for paying the difference between prevailing wages and any wages actually received by laborers, workmen and/or mechanics engaged in the Work and in every way defend and indemnify Owner against any claims arising under or related to the payment of wages in accordance with the Prevailing Wage Act. The Owner agrees to notify the Contractor or Subcontractor of the pendency of any such claim, demand, lien or suit. The Illinois Department of Labor publishes the prevailing wage rates on its website at: http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx. The Contractor is advised that the Department revises the prevailing wage rates and the Contractor/subcontractor has an obligation to check the Department’s web site for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor’s website. The Contractor shall also: (1) Insert into each subcontract and the project specifications for each subcontract, a written stipulation that the subcontractor shall not pay less than the prevailing rate of wages to all laborers, workers, and mechanics performing work under the contract. (2) Require each subcontractor to insert into each lower-tiered contract and the project specifications for each lower tiered subcontract, a stipulation that the subcontractor shall not pay less than the prevailing rate of wages to all laborers, workers, and mechanics performing work under the contract. http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx City of Park Ridge - PW-24-12 Page 10 of 18 CONTRACT CERTIFICATIONS / AFFIDAVIT Please certify the following by signing below: A. CERTIFICATION TAX COMPLIANCE Bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue or the City of Park Ridge, or if it is: (1) it is contesting its liability for the tax or the amount of tax in accordance with procedures established by the appropriate Revenue Act; or (2) it has entered into an agreement with the Department of Revenue for payment of all taxes due and is currently in compliance with that agreement. B. CERTIFICATION - SEXUAL HARASSMENT POLICY The undersigned, on behalf of the entity making this Bid or bid, certified that a written sexual harassment policy is in place, pursuant to Public Act 87-1257, effective July 1, 1993, 775 ILCS 5/2-105 A. This Act has been amended to provide that every party to a public contract must have a written sexual harassment policy that includes, at a minimum, the following information: 1. The illegality of sexual harassment. 2. The definition of sexual harassment, under State law. 3. A description of sexual harassment, utilizing examples. 4. The vendor’s internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department and Commission. 7. Protection against retaliation as provided by 6-101 of the Act. C. ILLINOIS DRUG FREE WORKPLACE STATEMENT 1. Notify employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in the workplace. 2. Specifying the actions that will be taken against employees for violating this provision. 3. Notifying the employees that, as a condition of their employment to do work under the contract with the City, the employee will: a. Abide by the terms of the statement. b. Notify the undersigned of any criminal drug stature conviction for a violation occurring in the workplace not later than five (5) days after such a conviction. 4. Establishing a drug free awareness program to inform employees about: a. The dangers of drug abuse in the workplace. b. The policy of maintaining a drug-free workplace. c. Any available drug counseling, rehabilitation or employee assistance program. d. The penalties that may be imposed upon an employee for drug violations. 5. The undersigned shall provide a copy of the required statement to each employee engaged in the performance of the contract with the City and shall post the statement in a prominent place in the workplace. 6. The undersigned will notify the City within ten (10) days of receiving notice of an employee’s conviction. 7. Make a good faith effort to maintain a drug free workplace through the implementation of these policies. 8. The undersigned further affirms that within thirty (30) days after receiving notice of a conviction of a violation of the criminal drug statue occurring in the workplace, he shall: a. Take appropriate action against such employee up to and including termination; or b. Require the employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposed by a federal, state, or local health, law enforcement, or other appropriate agency. D. BID RIGGING / ANTI-COLLUSION AFFIDAVIT The undersigned does hereby certify to the City, its Council Members, officers and employees that neither I nor employees of the company are barred from bidding on the contract for which this bid is submitted, as a result of violation of either Section 33E-3 ("Bid-rigging") or Section 33E-4 ("Bid-rotating") of Article 33E of the Criminal Code of 1961 of the State of Illinois approved July 28, 1961, as amended. City of Park Ridge - PW-24-12 Page 11 of 18 E. CERTIFICATION - EQUAL EMPLOYMENT OPPORTUNITY The Contractor and all subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Contractor also agrees that all of the Contractors employees are authorized to work in the United States. The Contractor shall take affirmative action to ensure that all applicants are employed, and that employees are equally treated during employment, without regard to their race, religion, color, sex or national origin. Such action shall include, but not to be limited to the following: 1. Employment, upgrading, demotion and transfer. 2. Recruitment or recruitment advertising. 3. Layoff or termination. 4. Rates of pay or other forms of compensation. 5. Selection for training including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. The Contractor and all subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf; state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. Comply with all terms of the Equal Employment Opportunity Clause of the Illinois Fair Employment Practices Commission. F. GENERAL LAW COMPLIANCE All project construction Work shall comply with all State and Municipal Laws and Regulations, and with all Local Ordinances and Rules pertaining to this Work. Such Laws, Regulations, Ordinances and Rules shall be considered a part of these Specifications. All successful Contractors must comply with the provisions of the Illinois Human Rights Act (Act) dealing with equal employment opportunities (Section 2-105,775 ILCS5/2-105) including equality of employment opportunity and the regulations of the Department of Human Rights of the State of Illinois and also must provide for the adoption and implementation of written Sexual Harassment Policies. The Contract with the successful Bidder will provide for this requirement. The Statutory provisions setting forth what such policies shall include as a minimum under the Act are on file with the City and available to the Contractor upon request. IT IS EXPRESSLY UNDERSTOOD THAT THE FOREGOING STATEMENTS AND REPRESENTATIONS AND PROMISES ARE MADE AS A CONDITION TO THE RIGHT OF THE VENDOR TO RECEIVE PAYMENT UNDER ANY AWARD MADE UNDER THE TERMS AND PROVISIONS OF THIS BID OR BID. PLEASE CERTIFY TO COMPLIANCE OF SECTIONS A, B, C, D, E, F: _x____________________________________________________________________________DATE_______________ Name and Title END OF CERTIFICATIONS City of Park Ridge - PW-24-12 Page 12 of 18 SUBCONTRACTORS A. Will you employ subcontractors? ___________ ____________ (YES) (NO) B. If “YES”, identify with each firm’s name, address, telephone number and work to be subcontracted: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: WORK TO BE PROVIDED: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: WORK TO BE PROVIDED: City of Park Ridge - PW-24-12 Page 13 of 18 COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: WORK TO BE PROVIDED: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: WORK TO BE PROVIDED: The Contractor will not change or use subcontractors not identified in this bid without prior written approval from the CITY of Park Ridge. A request for a change in subcontractors shall be made in writing and will include a description of any savings that may be realized in the execution of this contract, and must be passed on to the City of Park Ridge. City of Park Ridge - PW-24-12 Page 14 of 18 BUSINESS EXPERIENCE / REFERENCES A. Provide number of years your firm has operated as under your present business name and ownership: _____________YEARS B. List current references for recent similar project work the bidder has completed within the past three (3) years. Municipality: Address: Contact: Phone: Municipality: Address: Contact: Phone: Municipality: Address: Contact: Phone: City of Park Ridge - PW-24-12 Page 15 of 18 ADMINISTRATION CONTACTS CONTACTS: REMIT INFORMATION: BUSINESS NAME BUSINESS NAME SALES CONTACT BILLING CONTACT ADDRESS ADDRESS CITY ST ZIP CITY ST ZIP PH: PH: EMAIL EMAIL EMAIL BILLS TO : AP@PARKRIDGE.US MAIL BILLS TO: CITY OF PARK RIDGE Attn: ACCOUNTS PAYABLE 505 BUTLER PLACE PARK RIDGE, IL 60068 PH : 847-318-5200 City of Park Ridge - PW-24-12 Page 16 of 18 BID CONTRACT EXECUTION TO BE EXECUTED BY OWNER / SOLE PROPRIETOR Signature of Proprietor: ____________________________________________________ Doing Business As: _______________________________________________________ Business Address: ________________________________________________________ TO BE EXECUTED BY A PARTNERSHIP Partnership Name: ________________________________________________________ Business Address: ________________________________________________________ Signatures and Addresses of All Members of the Partnership: 1)______________________________________________________________________ ________________________________________________________________________ 2) ______________________________________________________________________ ________________________________________________________________________ TO BE EXECUTED BY A CORPORATION Corporate name: __________________________________________________________ Address: ________________________________________________________________ State of Incorporation: _____________________________________________________ Names of Officers of the Corporation: President: Secretary: Vice President: Treasurer: The undersigned proposes, in accordance with the terms and conditions of the Contract Documents, of which this Bid is a part in accordance with the General Conditions and Instructions to Bidders, Special Conditions, Insurance, Certifications, Specifications or Scope of Work, Bid Pricing, Business References, the pricing below: • The undersigned hereby acknowledges having received a full Bid Document including. ADDENDA NUMBERS________________________(if applicable) City of Park Ridge - PW-24-12 Page 17 of 18 BID PRICING 2024 PROGRAM PRICING Items Quantity Unit Unit Price Extended Price Remove and Replace PCC Alley Pavement 8” Special with PCC Mix 7-bag HES 692 SY $ $ Remove and Replace PCC Driveway Pavement 6”, with PCC Mix 7-bag HES 11 SY $ $ Remove and Replace Hot Mix Asphalt Pavement 4” Mix “D”, N50 (IL 9.5mm) 47 SY $ $ Remove and Replace Brick Paver 130 SY $ $ Remove and Replace PCC Sidewalk 5” 48 SY $ $ Remove and Replace PCC Driveway Pavement 10”, with PCC Mix 7-bag HES 273 SY $ $ TOTAL LUMP SUM BID $ TOTAL BID AMOUNT: $_______________________________ Total (in figures) __________________________________________________ Dollars and _______________________ Cents. (Print) X (Signature and Title) BID MUST BE SIGNED AND NOTARIZED (WITH SEAL) FOR CONSIDERATION Subscribed and sworn to before me this day of , 2024 My Commission Expires: (Notary Public & SEAL) City of Park Ridge - PW-24-12 Page 18 of 18 BID PACKET LABEL Please cut-out this bid label and attached to the OUTER ENVELOPE of your bid/proposal. SEALED BID PROPOSAL INVITATION #: PW-24-12 OPENING DATE: MARCH 27, 2024 OPENING TIME: 10:30 A.M. DESCRIPTION: ALLEY REPAIR PROGRAM COMPANY NAME: (WRITE IN NAME)

Park Ridge City Hall, 505 Butler Place, Park Ridge, IL 60068Location

Address: Park Ridge City Hall, 505 Butler Place, Park Ridge, IL 60068

Country : United StatesState : Illinois