county of kane purchasing department kane county ... · county does not have a safety data sheet...
TRANSCRIPT
COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY GOVERNMENT CENTER Theresa Dobersztyn, C.P.M., CPPB 719 S. Batavia Ave., Bldg. A, 2nd Floor Director of Purchasing Geneva, Illinois 60134 Telephone: (630)232-5929 Fax: (630) 208-5107
December 15, 2017
ADDENDUM 3
BID No. & Title: 02-018 SETTLERS HILLS CROSS COUNTRY COURSE The attention of bidders is called to the following changes, clarifications and/or additions/deletions to the original bid document and they shall be taken into account in preparing the proposal and shall be part of the contract.
CLARIFICATION
1. Vendor shall reference to the attached Note for Addendum 3 for additional information, bid requirements, instructions, and clarifications to vendor questions. 2. (3) Additional revised drawings (see attachment)
CHANGE
1. OFFER TO CONTRACT FORM Attached please find the revised bid item schedule. Please note, that we have consolidated bid items 45, 46, and 47 into one (1) bid item; thus, Addendum 2 bid items 46 and 47 have been deleted, and the bid items that follow 45 have been renumbered accordingly.
Due to above specified changes, Vendor shall delete the original Offer to Contract Form (pages 40 – 43) and as specified via Addendum 2 (pages 1 – 2) from bid documents and replace with the revised/final Offer to Contract Form (pages 1 -5). Vendor shall use the revised/final Offer to Contract Form for their bid response.
Bid due date is December 21, 2017 at 3 p.m., please submit your bid response accordingly and confirm your receipt of Addendum 3. Sincerely, Tim Keovongsak, Buyer II Kane County Purchasing Department
Bid 02-018 Settlers Hill Cross Country Course Addendum 3
Notes for Addendum 3 Weaver Consultants December 15, 2017 Bidder Questions Question 1. Please clarify the Warranty duration required following the date of completion of the contract.
Response: The Warranty duration will be one year after completion of work. Question 2. If an area calls for a certain quantity of fill by the grading plan, yet during placement, the landfill in that area settles, how are we to get paid for placing additional material in that area to get the surface up to grade?
Response: Construction staking is being revised to be by the Engineer. Payment for fill will remain as cubic yards in place. Work is intended to be completed in phases; thus, as noted on Sheet 10, Soil Erosion Control Plan, a maximum of 10 acres can be exposed at any one time. It is not the intent of the contract to place additional fill on completed embankment, even if such embankment settles. Rather, the intent is to adjust lines and grades to meet and blend into completed work. Thus, construction staking will be by the Engineer in order to provide a more efficient process to adjust grades to meet design intent, and meet the design target of approximately 200,000 cubic yards of embankment to be placed. The Contractor is expected to cooperate with the Engineer in adjusting grades to meet design intent and design requirements.
Question 3. When drilling new wells, trash will be taken out of the 36” borehole. What are we to do with the trash? If taken offsite, an MSDS for the trash needs to be provided so the landfill taking on this material can generate a manifest and quote accurately.
Response: Spoils or investigative derived waste from drilling new wells shall be transported off-site to an active and permitted landfill that will accept the waste. Disposal shall be in accordance with all local, State, and Federal regulations. The County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by the active landfill. Profiling and pre-approval will be by the Contractor, and the associated costs should be considered as included in this pay item. The Bidders may assume that the spoilage is non-special and non-hazardous. If, during the Contractor’s testing of the spoilage for disposal the non-special and non-hazardous assumption is shown to be incorrect, the County will negotiate an adjustment to the contract for this pay item.
Other questions received from bidders are not answered in this section; rather, the answers are incorporated into the addendum revision described below.
Bid 02-018 Settlers Hill Cross Country Course Addendum 3
Retainage and Progress Payments Add the following:
For all payments to the Contractor for the first 50 percent of the work completed a sum of 10 percent will be deducted and retained until completion of the entire work to the satisfaction of the County. After 50 percent or more of the work has been completed, remaining payments will be made without any further retention, provided that the amount retained is not less than 5 percent of the contract price. The failure to perform any requirement, obligation, or term of the contract by the Contractor shall be reason for withholding any progress payments until the County determines that compliance has been achieved. Furthermore, progress payments may be reduced by liens filed pursuant to Section 23(c) of the Mechanics Lien Act, 770 ILCS 60/23(c). Retainage will be released with the final payment.
4.2 Survey Control Points. Delete the following:
Survey control points will be set by the Engineer to establish the horizontal and vertical control required for construction of the various contract items of work. The Engineer will be responsible for the accuracy of the control points. The Contractor shall assume full responsibility for all dimensions and measurements taken or derived by the Contractor from control points set by the Engineer. Construction layout and staking shall be performed by the Contractor.
Add (replace with) the following:
Survey control points will be set by the Engineer to establish the horizontal and vertical control required for construction of the various contract items of work. The Engineer will be responsible for the accuracy of the control points and other lines and elevations set by the Engineer. The Contractor shall assume full responsibility for all dimensions and measurements taken or derived by the Contractor from control points set by the Engineer.
Delete the following:
The cost incurred by the Contractor in performing construction layout and staking shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed.
Bid 02-018 Settlers Hill Cross Country Course Addendum 3
Add (replace with) the following:
The cost incurred by the Contractor in deriving dimensions and measurements from the control points set by the Engineer shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed.
Section 4.22 Gas Collection and Control System Sections 4.22.2 and 4.22.3 are revised as follows. 4.22.2 Method of Measurement. Delete the following paragraph:
Well drilling will be measured for payment in feet drilled. Well piping will be measured for payment in feet in place. Relocated wellheads and reinforced safety grates will be measured for payment in place as each.
Add (replace with) the following paragraph:
Well drilling will be measured for payment in feet drilled. Relocated wellheads and reinforced safety grates will be measured for payment in place as each. Well piping, washed rock, a bentonite seal, soil backfill, and all other items required to complete the work will not be measured and are considered included in the contract prices for the related items.
4.22.3 Basis of Payment. Delete the following paragraph:
Well drilling and related work will be paid for as follows. The work will be paid for at the contract unit price per foot for WELL DRILLING. The work will be paid for at the contract unit price per lineal foot for LFG PVC PERFORATED PIPE, 8-INCH and LFG PVC SOLID PIPE, 8-INCH. The work will be paid for at the contract unit price per each for WELLHEAD, RELOCATED and REINFORCED SAFETY GRATE.
Add (replace with) the following paragraph:
Well drilling and related work will be paid for as follows. The work will be paid for at the contract unit price per foot for WELL DRILLING. The work will be paid for at the contract unit price per each for WELLHEAD, RELOCATED and REINFORCED SAFETY GRATE.
Bid 02-018 Settlers Hill Cross Country Course Addendum 3
Bid Items The bid item schedule has been revised to include the bid item revisions for the GCCS. In addition, add the following:
Whenever the quantity of any bid/pay item as given in the proposal shall be increased or decreased, payment shall be made on the basis of the actual quantity completed at the unit price for such pay item named in the proposal. Should any pay items contained in the proposal be found unnecessary for the proper completion of the work, the County or Engineer may, upon written order to the Contractor, eliminate such bid/pay items from the contract, and such action shall in no way invalidate the contract. When a Contractor is notified of the elimination of bid/pay items, the Contractor will be reimbursed for actual work done and all costs incurred, including mobilization prior to said notification.
Drawing Revisions The following drawing revisions are included:
Sheet No. Sheet Name Revision Description
4 Typical Section The following note has been added to Detail 5: “Provide Smooth Surface that Approximately Follows Existing Slope, Min. 1%”.
18 Outlet Control Detail Outfall pipe at DS 20: The 10 feet of 36” pipe from the inlet to the manhole has been revised to a 24” pipe, to match other details.
26 Cross Section The overlapping text on the Station 4+00 cross section has been removed.
Sheets 25 through 49 are not being reissued to revise the title block to “Cross Sections”, but should be considered as being titled “Cross Sections”.
PROPOSEDRUNNING COURSE
3:1 SLOPE
3:1 SLOPE
EXISTING GRADE
PROPOSED FLAREDEND SECTION (TYPICAL)
PROPOSED HDPE PIPE(S),SEE PLANS FORPROPOSED NUMBER OF PIPES ANDPIPE DIAMETER
PROPOSED DOWNSLOPE CHANNEL
PROVIDE PERMANENT TURFREINFORCEMENT MAT (PROPEXPYRAMAT OR APPROVED EQUAL) ASDIRECTED BY ENGINEER.
NOTE:
1. TREAD LENGTH SHALL BE 16". WHERE FLATTER EXISTING SLOPES REQUIRE ADDITIONAL TREAD LENGTH, THE
MINIMUM TREAD LENGTH SHALL BE 36"
2. TREAD LENGTH SHALL BE ADJUSTED TO FIT SLOPE OF HILLSIDE.
3. TIMBERS SHALL BE PLACED ON WELL-COMPACTED SUBGRADE
4. TIMBERS SHALL BE TREATED WOOD. TREATMENT SHALL BE NON-TOXIC.
16"
7" R
ISER
TREAD
12"
1 2"
24" x 12" DIA. REBARCOUNTERSUNK
BACKFILL WITH AGGREGATE, CA-6GRADATION
CHAMFERLEADINGEDGE
7" X 9" TREATED TIMBER
12"
8'
(SEE NOTE 1)
VARIES
4" TOPSOIL AND SEED MIX 1MEET PROJECT IMPROVEMENTS(RUNNING COURSE, ASPHALTPAVEMENT, AND PEDESTRIANACCESS PATH)
6"
REMOVE 6" EXISTINGTOPSOIL AND SOIL
EXISTINGGRADE
MEET EXISTINGGRADE
PROPOSED COMMON FILL, COMPACTED(NOT MEASURED FOR PAYMENT ATIMPROVED COURSE EDGE AREA)
PROVIDE SMOOTH SURFACE THATAPPROXIMATELY FOLLOWS EXISTINGSLOPE, MIN. 1%
2'MIN.
4" MIN.
6" MIN. (TYP)
COMMON FILLC CULVERT
1.0' MIN.COVER
CULVERT SIZE ANDNUMBER VARY(SEE PLANS)
RUNNING COURSEL
CA-7 CRUSHED STONE
8 OZ./SYNON-WOVEN
GEOTEXTILESEPARATOR
VARIES
MEET EXISTINGGRADE (TYPICAL)
6" REMOVE 6" EXISTING TOPSOILAND SOIL
PROPOSED COMMON FILL, COMPACTED(NOT MEASURED FOR PAYMENT AT HILLTOP VIEWING AREA)
EXISTING GRADE
FILL ALL HILLTOP EXISTINGLOW SPOTS THAT HOLD
STORMWATER
PROVIDE SMOOTH SURFACE,AND GRADE TO DRAIN
4" TOPSOIL AND SEED MIX 1PROVIDE HIGH POINT FOR DRAINAGE
1% 1%
VARIES
6" REMOVE 6" EXISTINGTOPSOIL AND SOIL
PROPOSED COMMON FILL, COMPACTED(PAY ITEM: EMBANKMENT)
VARIES RUNNING COURSESTART WEDGE
4" TOPSOIL AND SEED MIX 1
SLOPE TOVIEWING AREA
3
1
4
1% (MIN.)
PROVIDE SMOOTH SURFACE,AND GRADE TO DRAIN
No.
DATE
REVISIO
N D
ESCRIPTIO
N
REUSE OF DOCUMENTSThis document, and the
designs incorporated herein,as an instrument of
professional service, is theproperty of Weaver
Consultants Group, and is notto be used in whole or in part,
without the writtenauthorization of Weaver
Consultants Group.
COPYRIGHT © 2017 WEAVER CONSULTANTS GROUP. ALL RIGHTS RESERVED.
WEAVER CONSULTANTS GROUP1316 BOND STREET, SUITE 108
NAPERVILLE, ILLINOIS 60563(630)-717-4848
www.wcgrp.com
Wea
ver
Cons
ulta
nts
Grou
p
SETTLERS H
ILL CRO
SS CO
UN
TRY CO
URSE
TYPICAL SECTIO
N D
ETAILS
KAN
E CO
UN
TY, ILLIN
OIS
PREPARED
FO
R
KAN
E CO
UN
TY D
EPARTM
EN
T O
F
FACILITIES, D
EVELO
PM
EN
T AN
D
EN
VIRO
MN
EN
TAL RESO
URCES
719 S. BATAVIA, BLD
G A
GEN
EVA, IL 60134
SHEET 04
FILE:
CAD:
DATE:
DRAWN BY:
REVIEWED BY:
3565-300-32
3565-300_Cover.dwg
JDT
MKK/JJT
OF
51
11/1/2017
SCALE: N.T.S.CULVERT TYPICAL SECTION
4 4
2
SCALE: N.T.S.CULVERT TYPICAL PROFILE
12 4
1
SCALE: N.T.S.IMPROVED COURSE EDGE AREA, TYPICAL SECTION
4 4
5
SCALE: N.T.S.TIMBER STEPS DETAIL
13 4
3
44
2
SCALE: N.T.S.HILLTOP VIEWING AREA, TYPICAL SECTION
4
4
SCALE: N.T.S.START VIEWING AREA, TYPICAL SECTION
12 4
6
12, 13
111/15/2017
ISSU
ED
FO
R BID
212/15/2017
AD
DEN
DU
M 3
7
6
0
7
5
0
740
8
3
0
7
4
0
60" DIA. MANHOLEN = 1790.31E = 569.46RIM 756.25NE INV 748.75SW INV 739.89
60" DIA. MANHOLEN = 1880.41
E = 76.15RIM 747.50
NW INV 740.86SE INV 738.22
60" DIA. MANHOLEN = 1938.58
E = -33.84RIM 750.00
N INV 742.20SE INV 742.00
172 L.F. OF 36" HDPEPIPE @ 0.61%
INV 737.50
124 L.F. OF 36" HDPEPIPE @ 1.0%
72 L.F. OF 36" HDPEPIPE @ 1.0%
36" HDPE PIPE(BY OTHERS) 10 L.F. OF 24" HDPE
PIPE @ 2.5%
INV 736.44 24" HDPE PIPE(BY OTHERS)
138 L.F. OF 24" HDPEPIPE @ 2.5%
DS23 INLETRIM 752.50SE INV 746.50
DS20 INLETRIM 755.00SW INV 749.00
GAS LINE, FORCEMAIN, ANDELECTRIC LINE CROSSINGMIN. INV 741.00
INV 737.00(BY OTHERS)
10 L.F. OF 36" HDPEPIPE @ 2.5%
60" DIA. MANHOLEN = 2176.25E = -159.55RIM 753.75
NW INV 746.15SE INV 744.21
158 L.F. OF 36" HDPEPIPE @ 0.61%
60" DIA. MANHOLEN = 2094.69E = -7.78RIM 748.00NW INV 743.16S INV 742.96
POND
G
G
G
G
G
G G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
GG
GG
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
W0174
W0175
W0198
GP-12D
GP-11D
INV EL. 735.50
NORMAL WATER LEVEL EL. 735.5
SAFETY LEDGE EL. 732.5
BOTTOM OF POND EL. 730.0
HIGH WATER LEVEL EL. 742.0
OUTFALL CONTROL PROFILE
NOT TO SCALE
EXISTING 18" CMP
PROPOSED V-NOTCH CONTROLSTRUCTURE
EXISTING MANHOLE
CONTROL STRUCTURE
NOT TO SCALE
6"
SECTIONPLAN
4,000 PSI CONCRETE,5 - 7 % AIR
ENTRAINMENT
PROPOSED V-NOTCHCONTROL STRUCTURE
EXISTING 48 - INCHMANHOLE
EXISTING BEEHIVE GRATE
PROPOSED V-NOTCHCONTROL STRUCTURE
EXISTING 48 - INCHMANHOLE
1' - 1 1 4"
10"1 1/2"10"
1' - 1 1 4"
2'-0"
1- 12"
22.5°(TYP.)
10"1'- 1 1 4"
ELEV. 735.50
#4 BARS, 4 EA., EMBED IN EXISTINGCONCRETE 3" (DRILL AND GROUT IN
PLACE WITH NON-SHRINK GROUT)
V-NOTCH ENLARGEMENT
4" CL
4" CL
4" CL4" CL
No.
DATE
REVISIO
N D
ESCRIPTIO
N
REUSE OF DOCUMENTSThis document, and the
designs incorporated herein,as an instrument of
professional service, is theproperty of Weaver
Consultants Group, and is notto be used in whole or in part,
without the writtenauthorization of Weaver
Consultants Group.
COPYRIGHT © 2016 WEAVER CONSULTANTS GROUP. ALL RIGHTS RESERVED.
WEAVER CONSULTANTS GROUP35 EAST WACKER DRIVE
CHICAGO, ILLINOIS 60601(312) 922-1030
www.wcgrp.com
PREP
ARED
FO
R:KAN
E CO
UN
TY D
EPARTM
EN
T O
F
FACILITIES, D
EVELO
PM
EN
T AN
D
EN
VIRO
NM
EN
TAL RESO
URCES
719 S. BATAVIA, BLD
G A
GEN
EVA, IL 60134
Wea
ver
Cons
ulta
nts
Grou
p
1 inch = ft.
APPROXIMATE GRAPHIC SCALE
0
N
SETTLERS H
ILL CRO
SS CO
UN
TRY CO
URSE
OU
TFALL CO
NTRO
L PLAN
AN
D D
ETAILS
KAN
E CO
UN
TY, ILLIN
OIS
200 200
400
200
100
SHEET 18
FILE:
CAD:
DATE:
DRAWN BY:
REVIEWED BY:
OF
51
3565-300-32
3565-300_Site Program.dwg
11/1/2017
JDT
MKK/JJT
SEE OUTFALL CONTROLPROFILE
EXISTINGMANHOLE
EXISTING 18"CMP
PROPOSED DRIVINGRANGE (BY OTHERS)
FILL (BY OTHERS)
111/15/2017
ISSU
ED
FO
R BID
212/15/2017
AD
DEN
DU
M 3
4+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 70 80 90 1000-10-20-30-40-50-60-70-80-90-100-110
5+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 70 80 900-10-20-30-40-50-60-70-80-90
6+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 70 800-10-20-30-40-50-60-70-80
7+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 70 800-10-20-30-40-50-60-70-80-90
8+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 70 800-10-20-30-40-50-60-70-80
9+00
835
840
850
860
835
840
850
860
0 10 20 30 40 50 60 700-10-20-30-40-50-60-70-80
0.00
849.
02
98.8
784
9.39
0.00
849.
02
-103
.66
840.
90
3.5%1.0% 1.0% 2.0%
3.5% 33.3% 1.0% 1.0% 32.2%0.5%
3.5% 33.3% 1.0% 1.0% 33.3%
0.00
848.
49
62.8
984
7.000.
0084
8.49
-70.
1184
5.83
-76.
7184
8.14
66.7
184
9.37
71.7
184
9.52
29.9%35.8%
1.0% 1.0% 2.6%
0.00
848.
91
86.8
984
9.48
0.00
848.
91
-83.
2384
7.33
3.5%1.0% 1.0% 1.4%
0.00
848.
81
79.3
484
9.42
0.00
848.
81
-79.
8484
6.71
0.00
848.
70
79.9
384
6.11
0.00
848.
70
-82.
5084
6.09
0.00
848.
60
69.0
084
6.790.
0084
8.60
-77.
8284
5.91
3.5%3.5%33.3% 1.0% 1.0% 33.3%
-81.
7184
8.20 81
.71
849.
83
-61.
7184
7.98
61.7
184
9.22
-71.
7184
8.09
-56.
7184
7.93 56
.71
849.
06
76.7
184
9.68
-66.
7184
8.04
No.
DATE
REVISIO
N D
ESCRIPTIO
N
REUSE OF DOCUMENTSThis document, and the
designs incorporated herein,as an instrument of
professional service, is theproperty of Weaver
Consultants Group, and is notto be used in whole or in part,
without the writtenauthorization of Weaver
Consultants Group.
FILE:
CAD:
DATE:
DRAWN BY:
REVIEWED BY:
COPYRIGHT © 2017 WEAVER CONSULTANTS GROUP. ALL RIGHTS RESERVED.
WEAVER CONSULTANTS GROUP1316 BOND STREET, SUITE 108
NAPERVILLE, ILLINOIS 60563(630)-717-4848
www.wcgrp.com
Wea
ver
Cons
ulta
nts
Grou
p
SETTLERS H
ILL CRO
SS CO
UN
TRY CO
URSE
PRO
FILE - LO
OPS, FIN
ISH
LIN
E, &
TU
RN
ARO
UN
D
KAN
E CO
UN
TY, ILLIN
OIS
PREPARED
FO
R
KAN
E CO
UN
TY D
EPARTM
EN
T O
F
FACILITIES, D
EVELO
PM
EN
T AN
D
EN
VIRO
MN
EN
TAL RESO
URCES
719 S. BATAVIA, BLD
G A
GEN
EVA, IL 60134
3565-300-32
3565-300_ Grading & Profiles.dwg
JDT
MKK/JJT
11/1/2017
SHEET 26
OF
51
1 inch = 20 ft.
HORIZONTAL SCALE
0
1 inch = 10 ft.
VERTICAL SCALE
010 1020
5
1040
2020
111/15/2017
ISSU
ED
FO
R BID
212/15/2017
AD
DEN
DU
M 3
1 | P a g e
ADDENDUM 3 – FINAL OFFER TO CONTRACT FORM
KANE COUNTY OFFER TO CONTRACT FORM
BID 02-018 SETTLERS HILL CROSS COUNTRY COURSE Bid Due Date & Time: Thursday, December 21, 2017 at 3:00 p.m., C.S.T. To: County of Kane (Purchasing Department) Kane County Government Center, Bldgs. (A), Room 210, 212, 214 719 S. Batavia Ave. Geneva, IL 60134
The following offer is hereby made to the County of Kane, Illinois, hereafter called the Owner. Submitted By: _______________________________________________________ I. The undersigned Vendor proposes and agrees, after having examined the specifications,
quantities and other contract documents, to irrevocably offer to furnish the materials, equipment and services in compliance with all terms, conditions, specifications and amendments contained in the bid solicitation documents. The items in this Invitation to Bid, including, but not limited to, all required certificates, are fully incorporated herein as a material and necessary part of the contract.
A. The Vendor shall also include with his bid any necessary literature, samples, etc., as
required within the Invitation to Bid, Instruction to Bidders and specifications. 1. the Vendor has examined the Contractor Disclosure (Section 27) of the Instruction
to Bidders, and has included or provided a certified document listing all cumulative campaign contributions made within the past twelve months, to any current or county-wide elected officer, and ownership interest in entity greater than five percent.
B. For purposes of this offer, the terms Offeror, Bidder, Contractor, and Vendor are used
interchangeably. II. In submitting this Offer, the Vendor acknowledges:
A. All bid documents have been examined: Instructions to Bidder, Statement of Work, including the Specifications and the following addenda:
No._____, No._____, No._____, No. _____ (Contractor to acknowledge addenda here.)
B. The site(s) and locality have been examined where the Service is to be performed, the
legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the work and has made such independent investigations, as Vendor deems necessary.
C. To be prepared to execute a contract with the Owner within ten (10) calendar days after
acceptance of the bid by the Owner.
2 | P a g e
ADDENDUM 3 – FINAL OFFER TO CONTRACT FORM
REVISED BID ITEMS The Undersigned agrees to furnish all labor, materials and equipment necessary to comply for the complete construction of Settlers Hill Cross-Country Course project in accordance with the architectural plan, specifications, drawings, provisions, and contract requirements for the Kane County Division of Environmental and Water Resources. This is an all-inclusive cost project. Additional compensation is not allows without proper authorization. Prevailing Wage Rates apply to this project. Basis of payments for each separate items are as follows:
SECTION # SECTION TITLE BID
ITEM # BID ITEMS/DESCRIPTIONS UNIT QUANTITY TOTAL COST
4.2 Survey Control Points
1 Layout & staking LS 1
4.4 Embankments 2 Embankment, cross-country course
CY 200,975
3 Embankment, downslope channel
CY 8,805
4 Embankment, downslope half-channel
CY 1,971
5 Hilltop Viewing Area SY 5,696
6 Improved Course Edge Area
SY 14,871
4.5 Topsoil 7 Topsoil Placement SY 238,564
4.6 Seeding 8 Seed Mix 1 AC 21.0
9 Seed Mix 2 AC 28.3
10 Nitrogen Fertilizer LB 4,437
11 Phosphorus Fertilizer LB 4,437
12 Potassium Fertilizer LB 4,437
4.7 Mulch 13 Mulch AC 49.3
14 Turf Reinforcement Mat SY 4,338
4.8 Temporary Erosion and Sediment Control
15 Temporary Erosion and Sediment Control
LS 1
4.9 Riprap 16 Riprap Gradation No. 6 SY 1,044
17 Riprap Gradation No. 7 SY 106
4.11 Aggregate Base Course
18 Aggregate Base Course, Leveling
Ton 5
4.12 Hot-Mix Asphalt Binder and Surface Course
19 HMA Pavement, Hill Access Drive
SY 3,755
3 | P a g e
ADDENDUM 3 – FINAL OFFER TO CONTRACT FORM
SECTION # SECTION TITLE BID
ITEM # BID ITEMS/DESCRIPTIONS UNIT QUANTITY TOTAL COST
20 HMA Pavement, Permeable Parking Drive
SY 156
4.13 Portland Cement Concrete
21 Portland Cement Concrete SF 10,325
22 Portland Cement Concrete, Celestial Circle
SF 315
4.14 Permeable Pavement
23 Permeable Pavement LS 1
4.15 Concrete Curb and Gutter
24 Concrete Curb and Gutter LF 472
4.16 Pedestrian Access Path
25 Pedestrian Access Path, 5 Feet Wide
LF 4,820
26 Pedestrian Access Path, 10 Feet Wide
LF 700
27 Pedestrian Access Path, 20 Feet Wide
LF 35
28 Timber Steps LF 143
29 Pedestrian Access over Ditch, North
EA 1
30 Pedestrian Access over Ditch, South
EA 1
4.17 Pipe Culverts and Storm Sewer
31 Pipe Culvert, 12-inch LF 4,496
32 Flared End Section, 12-inch EA 130
33 Storm Sewer, 24-inch LF 332
34 Flared End Section, 24-inch EA 4
35 Storm Sewer, 36-inch LF 536
36 Flared End Section, 36-inch EA 1
4.18 Drainage Structure
37 Drainage Structure 20 EA 1
38 Drainage Structure 23 EA 1
39 Outfall Control Structure EA 1
40 Manhole, 60-inch Diameter EA 5
4.19 Mobilization 41 Mobilization LS 1
4.20 Electrical - Underground Raceways
42 Conduit, 2-inch LF 1,685
4.21 Handhole 43 Handhole EA 6
4 | P a g e
ADDENDUM 3 – FINAL OFFER TO CONTRACT FORM
SECTION # SECTION TITLE BID
ITEM # BID ITEMS/DESCRIPTIONS UNIT QUANTITY TOTAL COST
4.22 Gas Collection and Control System
44 Mobilization, Well Drilling LS 1
45 Well Drilling LF 364
46 Wellhead, Relocated EA 4
47 Reinforced Safety Grate EA 4
48 LFG HDPE Pipe, 6-inch LF 870
49 LFG CMP Road Crossing, 12-inch
LF 200
50 LFG Well Abandonment EA 14
51 LFG Well and Riser Extension
EA 15
52 LFG Well Vault EA 18
GRAND TOTAL COST
PROJECT TIMEFRAME & GUARANTEE:
The Undersigned attests that he is able to perform the Work of the Contract within the parameters of the following construction timeframe, and furthers agrees to adhere to the specified schedules and provisions of the Contract Agreement.
Guaranteed delivery and completion of the project per specifications will be (_______) calendar days or earlier from the receipt of executed contract and purchase order from the Kane County Division of Environmental. Bidder shall fill in the above number of days to deliver and or to complete
the project.
5 | P a g e
ADDENDUM 3 – FINAL OFFER TO CONTRACT FORM
By signing this Bid, the Offeror hereby certifies that they are not barred from bidding on this contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code of 1961, as amended. The awarding of any contract resulting from this Bid will be based upon the funding available to Kane County, which may award all or part of this project. The terms of the Bid and the response shall be incorporated by this reference as though fully set forth into the Contract not withstanding any language in the contract to the contrary. In the event of any conflict between the terms of the Contract and the terms of the Bid and the response, the terms of the Bid and the response shall govern. Every element or item of the Bid and the response shall be deemed a material and severable item or element of the contract. AN AUTHORIZED REPRESENTATIVE OF THE COMPANY OR ENTITY RESPONDING TO THE BID AND THE RESPONSE MUST SIGN THIS SECTION.
Signature _______________________ Typed Signature ___________________________
Company ____________________________________________________________________
Address/City/State _____________________________________________________________
Phone # ___________________________ Fax # ___________________________________
Federal I.D./Social Security # ____________________________ Date ___________________
ACCEPTANCE
The Offer is hereby accepted for the described Settlers Hill Cross Country Course.
The Vendor is bound to provide the services and materials listed by the attached contract and based upon the Invitation to Bid, including all terms, conditions, specifications, amendments, and the vendor’s offer is accepted by the County of Kane.
This contract shall henceforth be referred to as Contract Number 02-018. The Vendor has been cautioned not to commence any billable work or to provide any supplies or services until said vendor receives a purchase order and or notice to proceed. ________________________________ ____________ Christopher J. Lauzen Date Chairman, County Board Kane County, Illinois