county of kane purchasing department kane county ... · county does not have a safety data sheet...

13
COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY GOVERNMENT CENTER Theresa Dobersztyn, C.P.M., CPPB 719 S. Batavia Ave., Bldg. A, 2 nd 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

Upload: others

Post on 09-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

Page 2: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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.

Page 3: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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.

Page 4: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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.

Page 5: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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”.

Page 6: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

Page 7: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

AutoCAD SHX Text
744
AutoCAD SHX Text
740
AutoCAD SHX Text
742
AutoCAD SHX Text
748
AutoCAD SHX Text
744
AutoCAD SHX Text
750
AutoCAD SHX Text
750
AutoCAD SHX Text
750
AutoCAD SHX Text
754
AutoCAD SHX Text
754
AutoCAD SHX Text
756
AutoCAD SHX Text
746
AutoCAD SHX Text
748
AutoCAD SHX Text
747
AutoCAD SHX Text
749
AutoCAD SHX Text
747
AutoCAD SHX Text
750
AutoCAD SHX Text
750
AutoCAD SHX Text
747
AutoCAD SHX Text
750
AutoCAD SHX Text
750
AutoCAD SHX Text
749
AutoCAD SHX Text
745
AutoCAD SHX Text
748
AutoCAD SHX Text
748
AutoCAD SHX Text
749
AutoCAD SHX Text
749
AutoCAD SHX Text
749
AutoCAD SHX Text
752
AutoCAD SHX Text
751
AutoCAD SHX Text
754
AutoCAD SHX Text
753
AutoCAD SHX Text
752
AutoCAD SHX Text
751
AutoCAD SHX Text
752
AutoCAD SHX Text
753
AutoCAD SHX Text
749
AutoCAD SHX Text
755
AutoCAD SHX Text
756
AutoCAD SHX Text
757
AutoCAD SHX Text
751
AutoCAD SHX Text
752
AutoCAD SHX Text
746
AutoCAD SHX Text
752
AutoCAD SHX Text
746
AutoCAD SHX Text
751
AutoCAD SHX Text
753
AutoCAD SHX Text
753
AutoCAD SHX Text
747
AutoCAD SHX Text
743
AutoCAD SHX Text
746
AutoCAD SHX Text
748
AutoCAD SHX Text
745
AutoCAD SHX Text
742
AutoCAD SHX Text
746
AutoCAD SHX Text
747
AutoCAD SHX Text
745
AutoCAD SHX Text
746
AutoCAD SHX Text
746
AutoCAD SHX Text
0
Page 8: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

AutoCAD SHX Text
0
Page 9: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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.

Page 10: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

Page 11: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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

Page 12: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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.

Page 13: COUNTY of KANE PURCHASING DEPARTMENT KANE COUNTY ... · County does not have a Safety Data Sheet (SDS) for trash. Spoils will therefore need to be profiled and/or pre-approved by

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