SLED Opportunity · ILLINOIS · CITY OF AURORA, IL
AI Summary
The City of Aurora, IL invites bids for dredging Mastodon Lake, including sediment removal, dewatering, hauling, and installation of mechanical and piping systems. This reissued bid includes updated dewatering site details.
The City of Aurora, IL is seeking a qualified contractor for the dredging of Mastodon Lake. This project includes the of dredging of the accumulated sediment from 23-acre Mastodon Lake using hydraulic dredging methods, dewatering and hauling of dredged materials, installation of mechanical mixing and aeration devices, installation of culvert pipes, as well as other miscellaneous appurtenances all in accordance with the plans and specifications.
Note that this is the reissuance of a previously published bid request, with changes to the dewatering and final placement locations including:
Phillips Park is considered the jewel of the community. Mastodon Lake, which is in Phillips Park, provides stormwater detention and is used by boaters, anglers and bird watchers and admired by park visitors. However, the Lake has developed an issue with excessive aquatic vegetation which is reducing the aesthetic appeal and negatively impacting the water quality of the Lake.
The City is requesting that bidders provide a proposal for completing the work outlined in the plans, which includes the hydraulic dredging of 50,000 cubic yards of wet material and dewatering in up to eight locations (Sites 1-8) along the lake within City and privately owned property. Site 7 is the location of a permanent stockpile for the dried dewatered materials. In order to reduce the need for trucking of materials to the permanent stockpile location, the contractor must fully utilize Site 7 for dewatering to the maximum extent practicable prior to using any other dewatering location.
Since the City has also published a separate bid for Shoreline Stabilization, the awarded contractors may be required to work concurrently onsite.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
In addition to all other labor requirements set forth in this proposal and in the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation, during the performance of this contract, the Contractor for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows:
I. SELECTION OF LABOR
The Contractor shall comply with all Illinois statutes pertaining to the selection of labor.
II. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this contract, the Contractor agrees as follows:
(1) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job, classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such under-utilization.
(2) That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized.
(3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service.
(4) That it will send to each labor organization or representative of other workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the Contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with such Act and Rules and Regulations, the Contractor will promptly so notify the Illinois Department of Human Rights and the City of Aurora and will recruit employees from other sources when necessary to fulfill its obligations thereunder.
(5) That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the City of Aurora, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations.
(6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the City of Aurora and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations.
(7) That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such Subcontractor. In the same manner as with other provisions of this contract, the Contractor will be liable for compliance with applicable provisions of this clause by all its Subcontractors; and further it will promptly notify the City of Aurora and the Illinois Department of Human Rights in the event any Subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any Subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.
1.1 ADVERTISEMENT
The word Advertisement shall mean and refer to the official notice as published in the City of Aurora, Illinois, electronic bidding platform inviting bids for the construction of this improvement.
1.2 A.S.T.M.
Wherever the letters A.S.T.M. are herein used, they shall be understood to mean the American Society of Testing Materials.
1.3 ATTORNEY
Wherever the word Attorney is used in these specifications or in the contract, it shall be understood to mean the Corporation Counsel of the City or designee.
1.4 BIDDER
Wherever the word Bidder is used, it shall be understood to mean the individual, firm, or corporation formally submitting a proposal for the work contemplated, or any portion thereof, acting directly or through an authorized representative.
1.5 BOARD
Wherever the word Board or a pronoun in the place of it occurs in these specifications, it shall be interpreted to mean the Board of Local Improvements of the City of Aurora, Illinois, and any of its authorized representatives provided, however, that such persons shall be understood to represent said Board to the extent of the special duties delegated to such representatives.
1.6 CITY CLERK
Wherever the term City Clerk is used herein, it shall be understood to mean the City Clerk of the City of Aurora, Illinois.
1.7 CITY COUNCIL OR COUNCIL
Wherever the term City Council, or Council, appears in these specifications it shall be taken to mean the City Council of the City of Aurora, Illinois.
1.8 CONTRACT
The term Contract shall be understood to mean the agreement covering the performance of the work covered by these general specifications, including the advertisement for bids, instructions to bidders, bid proposal, performance bond, these general specifications, supplemental specifications, special provisions, general and detailed Plans for the work, standard specifications referred to in the special provisions, all supplemental agreements entered into and all general provisions pertaining to the work or materials thereof, all of which are collectively referred to as the “Contract Documents”.
1.9 CONTRACTOR
Wherever the word Contractor occurs in these specifications, it shall be interpreted to mean the person or persons, firm, or corporation who submits a proposal and thereafter enters into the contract governed by these specifications as party or parties of the second part, and the agents, employees, workmen, heirs, executors, administrators, successors, or assignees thereof.
1.10 ENGINEER
Wherever the word Engineer is used in these specifications, it shall be interpreted to mean the City Engineer or his designee charged with directing and having charge of a portion of the project limited by the particular duties entrusted to him.
1.11 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES
The MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, latest edition, as adopted by the United States Department of Transportation Federal Highway Administration.
1.12 PAYMENT BOND
The term Payment Bond shall be understood to mean the bond executed by the Contractor and his surety guaranteeing the payment of all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished to such principal for the purpose of performing the contract work.
1.13 PERFORMANCE BOND
The term Performance Bond shall be understood to mean the bond, executed by the Contractor and his surety, guaranteeing complete execution of the contract.
1.14 PLANS
Wherever the word Plans is used in these specifications, it shall be understood to mean all drawings, sketches, and detailed Plans or reproductions thereof pertaining to the construction involved.
1.15 PROPOSAL
Wherever the word Proposal is used, it shall be taken to mean the written proposal of the bidder on the form furnished for the work contemplated.
1.16 PROPOSAL GUARANTY
The term Proposal Guaranty shall be understood to mean the security designated in the Advertisement for Bids or Notice to Contractors to be furnished by the bidder as a guaranty of good faith to enter into a contract for the work contemplated
1.17 SPECIFICATIONS
Wherever the word Specifications is used it shall be understood to include all directions and requirements contained herein or referred to hereby, together with all special provisions and written agreements made or to be made pertaining to the work involved. All articles referred to in these general specifications when not qualified otherwise than by numbers, shall be understood to be articles from these general specifications.
1.18 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION
The STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, latest edition, prepared by the Illinois Department of Transportation and adopted by said Department.
1.19 STANDARD SPECIFICATIONS FOR SEWER AND WATER MAIN CONSTRUCTION
The STANDARD SPECIFICATIONS FOR SEWER AND WATER MAIN CONSTRUCTION, latest edition, as adopted by the Illinois Society of Professional Engineers.
1.20 STANDARD SPECIFICATIONS FOR TRAFFIC CONTROL ITEMS
The STANDARD TRAFFIC SIGNAL SPECIFICATIONS, latest edition, as adopted by the Illinois Department of Transportation.
1.21 STATE
Wherever the word State is used herein, it shall mean the State of Illinois.
1.22 SURETY
The word Surety shall be understood to mean the individuals who are, or the corporate body which is bound with and for the Contractor for the acceptable performance of the contract, and for his payment of all debts pertaining to the work.
1.23 WORK
Wherever the word “Work” is used, it shall mean the work including all materials, labor, tools, appliances, equipment, and appurtenance necessary and incidental thereto to perform and complete everything specified or implied in the Plans, specifications, and in the contract documents, in full compliance with all the terms and conditions thereof and in a good and workmanlike manner.
The City of Aurora, IL is seeking a qualified contractor for the dredging of Mastodon Lake. This project includes the of dredging of the accumulated sediment from 23-acre Mastodon Lake using hydraulic dredging methods, dewatering and hauling of dredged materials, installation of mechanical mixing and aeration devices, installation of culvert pipes, as well as other miscellaneous appurtenances all in accordance with the plans and specifications.
Note that this is the reissuance of a previously published bid request, with changes to the dewatering and final placement locations including:
The City of Aurora, IL is seeking a qualified contractor for the dredging of Mastodon Lake. This project includes the of dredging of the accumulated sediment from 23-acre Mastodon Lake using hydraulic dredging methods, dewatering and hauling of dredged materials, installation of mechanical mixing and aeration devices, installation of culvert pipes, as well as other miscellaneous appurtenances all in accordance with the plans and specifications.
Note that this is the reissuance of a previously published bid request, with changes to the dewatering and final placement locations including:
Phillips Park is considered the jewel of the community. Mastodon Lake, which is in Phillips Park, provides stormwater detention and is used by boaters, anglers and bird watchers and admired by park visitors. However, the Lake has developed an issue with excessive aquatic vegetation which is reducing the aesthetic appeal and negatively impacting the water quality of the Lake.
The City is requesting that bidders provide a proposal for completing the work outlined in the plans, which includes the hydraulic dredging of 50,000 cubic yards of wet material and dewatering in up to eight locations (Sites 1-8) along the lake within City and privately owned property. Site 7 is the location of a permanent stockpile for the dried dewatered materials. In order to reduce the need for trucking of materials to the permanent stockpile location, the contractor must fully utilize Site 7 for dewatering to the maximum extent practicable prior to using any other dewatering location.
Since the City has also published a separate bid for Shoreline Stabilization, the awarded contractors may be required to work concurrently onsite.
The successful Bidder may be required to (a) enter into a fully signed contract in writing with the City of Aurora covering matters and things as are set forth in the Bid Proposal Package; and (b) carry insurance acceptable to the City covering public liability, property damage and workers compensation.
Effective: January 1, 1999
Revised: January 1, 2015
1. Prevailing Wages. All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Illinois Department of Labor publishes the prevailing wage rates on its website at www.state.il.us/agency/idol/rates/rates.htm. If the Illinois Department of Labor revises the prevailing wage rates, the revised prevailing wage rates on the Illinois Department of Labor’s website shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. The Contractor shall review the wage rates applicable to the work of the contract at regular intervals in order to ensure the timely payment of current wage rates. The Contractor agrees that no additional notice is required. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto.
2. Payroll Records. The Contractor and each subcontractor shall make and keep, for a period of not less than five years from the date of the last payment on a contract or subcontract, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker’s employed by them on the project; the records shall include information required by 820 ILCS 130/5 for each worker. Upon seven business days’ notice, the Contractor and each subcontractor shall make available for inspection and copying at a location within this State during reasonable hours, the payroll records to the public body in charge of the project, its officers and agents, the Director of Labor and his deputies and agents, and to federal, State, or local law enforcement agencies and prosecutors.
3. Submission of Payroll Records. The Contractor and each subcontractor shall ,no later than the 15th day of each calendar month, file a certified payroll for the immediately preceding month with the public body in charge of the project, except that the full social security number and home address shall not be included on weekly transmittals. Instead the payrolls shall include an identification number for each employee (e.g., the last four digits of the employee’s social security number). The certified payroll shall consist of a complete copy of the payroll records except starting and ending times of work each day may be omitted
The certified payroll shall be accompanied by a statement signed by the Contractor or subcontractor or an officer, employee, or agent of the contractor or subcontractor which avers that: (i) he or she has examined the certified payroll records required to be submitted by the Act and such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor.
4. Employees Interviews. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor.
The Engineer reserves the right to alter the plans and details, extend or shorten the improvement, add such work as may be necessary, increase or decrease the quantities of work to be performed, and/or eliminate entire pay items all in accordance with Section 104 of the Standard Specifications, except that the Contractor shall not be entitled to additional compensation or lost profits in the event that quantities are reduced below the original contract quantities, or in the event pay items are deleted entirely.
| Release Project Date: | February 13, 2026 |
| Question Submission Deadline: | March 16, 2026, 11:00am |
| Response Submission Deadline: | April 1, 2026, 11:00am |
2.1 AWARD OF CONTRACT
The decision of the award of the contract will be made as may be decided upon by the Council after bids have been opened and tabulated. The Contract shall be governed by the laws of the State of Illinois. No contract shall provide for arbitration of the parties.
2.2 FAILURE TO EXECUTE CONTRACT
In the event that said bidder fails or refuses to execute said contract and furnish said bonds within the period of five (5) days after mailing notice of such award or within such additional number of days as the City may determine, then the sum deposited as a proposal guaranty by said bidder on the work so awarded may be retained by the City as liquidated damages and not a forfeiture. It is hereby agreed that said sum is a fair estimate of the amount of damages that the City will sustain in case said bidder fails to enter into the contract and furnish bonds as herein provided, said actual damages being uncertain in amount and difficult to determine in the event of such failure or refusal by the bidder.
2.3 VENUE FOR LEGAL ACTION
The venue for any legal action that may arise from this agreement shall be in Kane County, Illinois.
2.4 WAIVER OF TRIAL BY JURY
The Contractor agrees to waive trial by jury for itself and all of its contracts with sub-Contractors shall contain a provision waiving trial by jury in the event of any legal action which may arise from this agreement with the City of Aurora as a party litigant.
The site visit will start promptly at NO VALUENO VALUENO VALUE . There will be no late admissions. If the bidder is not present at the start of the meeting, they will not be allowed to participate in the solicitation
a. Bidders intending to respond to this opportunity must create a FREE account with OpenGov by signing up at https://procurement.opengov.com/signup. This step is necessary to establish a communication link with the City. The Bidder, not the City, is responsible for obtaining any addenda to the original specification. Addenda and other relevant information will be posted on the City’s E Procurement System. Addenda notifications will be emailed to all persons on record as following this Bid. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid proposal as submitted. All addenda so issued shall become part of the contract documents. Paper submissions will not be accepted.
b. Bids may be received up to, but no later than the designated date and time as specified via the City’s E Procurement System, OpenGov. The City’s E Procurement System Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City of Aurora strongly recommends completing your responses well ahead of time. All bids shall have provided all requested information, and submitted all appropriate forms, certificates, affidavits and addendum acknowledgements in order to be considered responsive.
c. Bids must be submitted on the forms provided and all information and certifications called for must be furnished. Bids submitted in any other manner, or which fail to furnish all information or certificates required, may be summarily rejected. Bids may be modified or withdrawn prior to the time specified for the opening of bids through the City’s E Procurement System. Bids shall be filled out legibly in ink or type-written with all erasures, strikeovers and corrections initialed in ink by the person signing the bid. The bid shall include the legal name of the bidder, the complete mailing address, and be signed in ink by a person or persons legally authorized to bind the bidder to a Bid. Name of person signing should be typed or printed below the signature.
d. The City of Aurora reserves the right at any time and for any reason to accept or reject any or all Bids or portion thereof, or accept an alternate bid. The City reserves the right to waive any immaterial defect in any bid, or technicality, informality or irregularity in the bids received, and to disregard all nonconforming or conditional bids or counter-proposals. Unless otherwise specified by the bidder or the City, the City reserves the right to hold the best bids for ninety (90) days from the opening date. Bidder agrees to accept a notice of award, if selected, based on the terms of this Bid Proposal in the event that a notification of award is received on or before expiration of the 90-day time period. The City reserves the right to cancel the Bid Proposal at any time, without liability for any loss, damage, cost or expense incurred or suffered by any Bidder as a result of that cancellation. Each Bidder is solely responsible for the risk and cost of preparing and submitting a Bid Proposal.
e. Although price is a consideration, qualifications and experience, capacity to handle the work, and response to the bid, will also be considered. No Bid Proposal will be considered unless the Bidder shall furnish evidence satisfactory to the City that they have the necessary facilities, abilities, experience, equipment, and financial and physical resources available to fulfill the conditions of the Bid and execute the Work should the Bid be awarded to them. Bid Proposal documents which are not responsive to the requirements herein may not be considered by the City for an award of the Bid.
The Bid will be awarded to the lowest responsive responsible Bidder. In determining the responsibility of any Bidder, the City may take into account other factors such as past records of its or other entities transactions with the Bidder, experience, ability to work cooperatively with the City and its staff, adequacy of equipment, ability to complete performance within necessary time limits, and other pertinent considerations such as, but not limited to, reliability, reputation, competency, skill, efficiency, facilities and resources.
The Bidder will be awarded in the City’s best interests based on these and other legally-allowable considerations. The City and its representatives and agents may make any investigations deemed necessary to determine the ability of the Bidder to perform the Work. The Bidder shall furnish any information and data requested by the City for this purpose.
The Director of Purchasing, or delegate, shall represent and act for the City in all matters pertaining to the bid proposal and Bid in conjunction thereto.
3.1 INTENT OF PLANS AND SPECIFICATIONS
The true intent of the Plans and these specifications is to provide for the erection and completion in every detail of the work described herein, and it is understood that the Contractor will furnish all labor, materials, equipment, tools, transportation, and necessary supplies, such as may reasonably be required to execute the contract in a satisfactory and workmanlike manner and in accordance with the Plans, specifications, and terms of the contract. Both parties must stipulate any deviation from these requirements in writing.
3.2 SPECIAL WORK
Should any construction conditions which are not covered by the Plans and these specifications be anticipated or encountered during construction, Supplemental Specifications for such work will be prepared by the Engineer and shall be considered a part of these specifications, the same as though contained fully herein.
3.3 INCREASED OR DECREASED QUANTITIES
The right is reserved, without impairing the contract, to make such increase or decrease in the quantities of the work as may be considered necessary to complete fully and satisfactorily the work included in the contract. The compensation to the Contractor for such changes shall be adjusted as provided herein.
3.4 ALTERATIONS IN PLANS AND SPECIFICATIONS
The City reserves the right to make such changes in the Plans and in the character of the work as may be necessary or desirable to ensure completion in the most satisfactory manner, provided such changes do not materially alter the original Plans and specifications. Such changes shall not be considered as waiving or invalidating any conditions or provisions of the contract.
3.5 EXTRA WORK
The City reserves the right, without impairing the contract, to order the performance of such work, of a class not contemplated in the proposal as may be considered necessary to complete fully and satisfactorily the work included in the contract. The Contractor shall do such extra work when ordered and authorized in writing by the Engineer, and the Contractor shall be compensated for such extra work on the basis and in the amount as provided herein.
3.6 EASEMENTS, PERMITS, AND REGULATIONS
The Contractor shall keep himself fully informed of all Federal, State, Municipal and local regulations, private contracts, grants, easements, and permits, in any manner affecting the work herein specified and provided for. He shall at all times observe and comply with and cause all his Subcontractors, agents, and employees to observe and comply with each and all of the same. The Contractor does hereby assume any and all liability under the same and shall protect and indemnify the City and its officers and employees against any and all claims or liabilities arising from or based on the violation of, or failure to comply with either or all of the same.
3.7 FINAL CLEANING UP
Upon completion and before final acceptance of the work, the Contractor shall, in addition to the detailed work of grading, restoring ground surfaces, repairing roadways and pavements, and all other work specifically provided for in these specifications, remove all falsework, excess or useless excavated materials, rejected materials, rubbish, temporary buildings, temporary foundations, replace or renew any fences damaged, and restore in an acceptable manner all property, both public and private, which may have been damaged during the prosecution of the work, and shall leave the site of the work in a neat and presentable condition satisfactory to the Engineer.
During the progress of the work the Contractor shall assume total risk and liability, and will be responsible for any and all damages to the work, or to persons, or to public or private property caused by, or in any way resulting from doing the work, including actions of Subcontractors or Material Suppliers.
The Contractor shall maintain drives, entrances, and side roads along the proposed improvement to allow emergency and local vehicle access to all adjacent properties. This access should not allow the passage of non-local vehicular traffic, which should abide by the approved traffic control plan. Interference with traffic movements and inconvenience to abutting property owners and the public shall be kept to a minimum. The Contractor shall maintain at least one lane open to traffic at all times for emergency vehicles on all streets affected by the construction of these improvements. Adequate use of flaggers and other traffic control devices shall be used to permit such arrangements during working hours. The Contractor shall remove and reinstall all street signs in conflict with the proposed improvements. All signage required for the proper control of traffic (i.e.: stop signs, yield signs, etc.) must be maintained on a temporary basis until the permanent sign can be reinstalled. If the project is located in a business district, then business open signs shall be posted and maintained during construction.
The multi-use path around the lake must remain open during construction. If dewatering hoses are placed over the path, then a temporary ramp and signage must be provided by the contractor to allow for the safe passage of pedestrians. The contractor may also route dewatering hoses through temporary culverts.
This work shall not be paid for separately, but shall be considered incidental to TRAFFIC CONTROL AND PROTECTION (SPECIAL).
The Bidder will be required to furnish a Performance and Payment Bond in the amount of one hundred percent (100%) of the full contract price, Public Liability Insurance, and Workers Compensation Insurance; all of which shall be acceptable to the City of Aurora.
The Bidder awarded the project will need to provide performance and payment bonds for one year with a letter attached from the bond company certifying that the bond may be automatically renewed for the second year.
The term Payment Bond shall be understood to mean the bond executed by the Bidder and his surety guaranteeing the payment of all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished to such principal for the purpose of performing the contract work.
The term Performance Bond shall be understood to mean the bond, executed by the contractor and his surety, guaranteeing complete execution of the contract.
Proof of liability insurance coverage through a reputable, recognized carrier shall be provided at the time of acceptance and signing of the contract and shall remain current for the duration of the contract.
The City of Aurora, by showing and substantiating sufficient proof of incompetence, negligence, poor or substandard workmanship which would cause unwarranted damage or deterioration of either premises, contents or appendages, reserves the right to terminate said Contractor without recourse from the City by successful Contractor.
4.1 AUTHORITY OF THE ENGINEER
The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work, and shall decide all questions which may arise as to the interpretation of the Plans and specifications, and all questions as to the acceptable fulfillment of the terms of the contract.
4.2 PLANS AND WORKING DRAWINGS
General drawings, showing such details as are necessary to give a comprehensive idea of the construction contemplated, will be shown in the general Plans, but the Contractor shall submit to the Engineer for approval such additional detailed shop drawings or working drawings, together with a detailed structural analysis of all component parts, as may be required for the construction of any part of the work and prior to the approval of such Plans, any work done or material ordered shall be at the Contractor's risk.
The contract price shall include the cost of furnishing all working drawings and the Contractor will be allowed no extra compensation for such drawings.
4.3 DEVIATIONS FROM THE PLANS
No deviation from the general Plans or the approved working drawings will be permitted without the written order of the Engineer. No allowance shall be made for work done other than is shown on the Plans, profiles and drawings, and provided for in the specifications.
4.4 COORDINATION OF SPECIFICATIONS AND PLANS
In the event of any discrepancy between the Plans and figures written thereon, the figures are to be considered as correct. In the case of any discrepancy between the Plans and the specifications, the Engineer shall determine which are to govern. If there is a discrepancy between the general specifications and the supplemental specifications, the supplemental specifications are to govern.
The Contractor shall take no advantage of any apparent error or omission in the Plans or specifications, but the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Plans and specifications.
4.5 ORDER OF WORK
The order of sequence of the execution and/or conduct of the work shall be subject to the approval and/or direction of the Engineer, which approval and/or direction shall not in any way relieve the Contractor of any responsibility in connection with the prosecution to completion of the work under contract.
4.6 COOPERATION BY CONTRACTOR
The Contractor shall conduct his operation so as to interfere as little as possible with those of other Contractors, Subcontractors, the public, or adjoining property owners on or near the work site. The Contractor shall at all times during his absence from the work site have a competent superintendent or foreman capable of reading and thoroughly understanding the Plans and specifications, as his agent on the work, who shall receive instructions from the Engineer or his authorized representative. The superintendent or foreman shall have full authority to execute the order and/or directions of the Engineer without delay and to promptly supply such materials, tools, plant equipment, and labor as may be required. The superintendent or foreman shall have a copy of the Plans and specifications on the job at all time.
4.7 CONSTRUCTION STAKES
Reference lines and grade points for the location, alignment, and elevation of each structure will be determined and established by the Engineer, but the Contractor shall assume full responsibility for the alignment, elevations, and dimensions of each and all parts of the work with reference to the lines, points, and grades as established by the Engineer. For all structures, the Engineer shall furnish the Contractor with centerline and/or center points and such benchmarks or other points as are necessary to lay out the work correctly. The Contractor shall check all lines, points, and grades which may be given by the Engineer supplementary to the centerline, points, and control bench marks aforesaid, and shall be responsible for the accuracy of all measurements for grades and alignment of the work with reference to the centerline and/or points and bench marks established by the Engineer.
The Contractor shall exercise proper care in the preservation of alignment, grade, and reference stakes set for his use, or that of the Engineer. If such stakes are injured, lost, or removed by the Contractor's operations, they shall be reset at his expense.
4.8 INSPECTION
The Engineer or his representative shall be allowed access to all parts of the work at all times and shall be furnished such information and assistance by the Contractor as may be required to make a complete and detailed inspection thereof. Such inspection may include mill, plant, or shop inspection and any material furnished under these specifications is subject to such inspection.
5.1 SPECIFICATIONS FOR MATERIALS
All materials used in this work shall conform in all respects to the specifications therefore as herein set forth. Where a specification for material to be used in this work is not specifically set forth in these specifications, such material shall conform in all respects to the specifications as set forth in the A.S.T.M. Standards and/or Tentative Standards adopted and in effect on the date of receiving bids.
5.2 SUBSTITUTION OF MATERIALS AND EQUIPMENT
Wherever in these specifications or on the Plans for this work, materials or equipment are specified by trade names or catalog numbers of certain manufacturers, it is done for the purpose of establishing a standard of quality, durability, and/or efficiency, and not for any purpose of limiting competition. Wherever such definite reference is made in these specifications to any such material or equipment, is understood that any equivalent material or equipment may be provided, however, that the written approval and acceptance of the Engineer of such equivalent material or equipment must be obtained prior to its purchase and/or incorporation in any part of the work.
5.3 THE METHODS OF TESTING
All tests of materials or equipment used in the work shall be made in accordance with the methods described in these specifications or the method of test prescribed in any specification for material or equipment herein specifically referred to and designated to govern the quality of any material or equipment.
Where a method of test for any material or equipment is not specifically provided for, such material or equipment shall be tested in accordance with the methods prescribed and set forth in the A.S.T.M. Standards and Tentative Standards adopted and in effect on the date of receiving bids.
5.4 DEFECTIVE MATERIALS
All materials not conforming to the requirements of these specifications shall be considered as defective and all such materials, whether in place or not, shall be rejected and shall be removed immediately from the work by the Contractor at his expense unless otherwise permitted by the Engineer. No rejected materials, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the Contractor to immediately comply with any order of the Engineer relative to the provisions of this section, the Engineer shall have the authority to remove and replace such defective material and to deduct the cost of removal and replacement from any moneys due or which may become due to the Contractor.
The Contractor agrees to execute a contract and a contract bond satisfactory to and in the form prescribed by the City in the penal sum of the full amount of the contract, guaranteeing the faithful performance of the work in accordance with the terms of the contract within fifteen (15) days after notice of award of the contract.
The Contractor further agrees to begin work not later than ten (10) calendar days after the execution and approval of the contract and contract bond, unless otherwise provided, and to prosecute the work in such a manner and with sufficient materials, equipment, and labor as will ensure its completion within the time limit specified herein, it being understood and agreed that the completion within the time limit is an essential part of the contract.
The Contractor shall schedule their construction operations in such a manner so as to meet the following completion deadlines:
• Mobilize and begin dredging no later than July 31, 2026.
• Obtain Substantial completion of the entire project completion date of September 1, 2027.
• Obtain Final completion of the entire project completion date of October 31, 2027, which includes the hauling of dewatered materials, restoration and installation of circulation devices.
Substantially complete shall mean the completion of all work except for minor punch list items.
Final completion shall be obtained when all the work in all respects has been completed; including the punch list work, landscaping and restoration has concluded.
Special attention is called to Article 108.10 of the Standard Specifications for Road and Bridge Construction and shall be strictly adhered to, in the event the Contractor fails to complete the project by the above-mentioned guidelines. Liquidated damages shall be assessed per Working Day for failure to meet the above deadlines.
The Contractor shall not discontinue progress towards the completion of the work until “Final Completion” has been obtained. This provision will be strictly enforced whether or not the abovementioned completion deadlines are being met. The Contractor shall be assessed liquidated damages for every working day that work is not being performed on the project.
Underground utilities shall not be installed between October 31st and April 1st the following year.
Deadline extensions shall not affect the underground utility shutdown dates. Underground work to be performed after October 31st shall be postponed until April 1st the following year. Restoration pertinent to utilities installed prior to October 31st shall be completed November 15th of the same year.
Bids may be withdrawn prior to the deadline for submitting bid proposals through the City’s E Procurement System, the responding bidder may “un-submit” their proposal in OpenGov. After withdrawing a previously submitted proposal, the responding bidder may submit another proposal at any time up to the deadline for submitting bid proposals prior to the opening.
Bidders are cautioned to verify their bids before submission. Negligence on the part of the bidder in preparing the bid confers no right for withdrawal or modification of the bid after it has been opened. Bidders may not withdraw their bid after the opening without the approval of the Director of Purchasing. Requests to withdraw a bid must be in writing and properly signed. No bid proposal will be opened or accepted, which is received after the time and date scheduled for the Bid Proposals to be received.
The Bidder awarded the contract will be not be required to furnish a Performance Bond or Payment Bond.
The Bidder will be required to furnish Public Liability Insurance, and Workers Compensation Insurance; all of which shall be acceptable to the City of Aurora.
Proof of liability insurance coverage through a reputable, recognized carrier shall be provided at the time of acceptance and signing of the contract and shall remain current for the duration of the contract.
The City of Aurora, by showing and substantiating sufficient proof of incompetence, negligence, poor or substandard workmanship which would cause unwarranted damage or deterioration of either premises, contents or appendages, reserves the right to terminate said Contractor without recourse from the City by successful Contractor.
6.1 BARRICADES, LIGHTS, AND SIGNS
The Contractor shall at his own expense and without further or other order provide, erect, and maintain at all times during the progress or suspension of the work, suitable barricades, fences, signs, or other adequate protection, and shall provide, keep, and maintain such lights, danger signals, and watchmen as may be necessary or as may be ordered by the Engineer to ensure the safety of the public, as well as those engaged in connection with the work. All barricades and obstructions shall be protected at night by signal lights, which shall be suitably placed and which shall be kept burning from sunset to sunrise. Barricades shall be of substantial construction, and shall be painted in such a way as to increase their visibility at night.
The Contractor shall be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it, and whenever evidence of such damage is found prior to acceptance, the Engineer may order such damaged portion immediately removed and replaced by the Contractor without cost to the City if, in his opinion, such action is justified. The Contractor's responsibility for the maintenance of barricades, signs, and lights shall not cease until the project shall have been accepted.
6.2 USE OF EXPLOSIVES
The use of explosives shall be prohibited.
6.3 PROTECTION AND RESTORATION OF PROPERTY
It is understood that in the execution of the work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the work herein provided for, and it is therefore particularly and specifically agreed that the Contractor, except as otherwise herein provided, shall do the work necessary for such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the work, the same to be restored to as good condition as the same existed at the time of the commencement of any such work or relocation.
It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the work and upon completion of such work by them done, said owners may render bills to the Contractor for the cost and expense thereof, which bills shall be paid by the Contractor, without extra compensation therefore from the City, upon demand by said owners, or upon demand made by the City upon the Contractor for the payment thereof.
6.4 RESPONSIBILITY FOR DAMAGE CLAIMS
The Contractor agrees to indemnify and save harmless the City of Aurora, their agents, and employees from and against all loss and expenses (including costs and attorneys' fees) by reason of liability imposed by law or claims made upon the City of Aurora for damages because of bodily injury, including death at any time resulting therefrom sustained by any person or persons or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this work, whether such claims or injuries to persons or damage to property be due to the negligence of the Contractor, his Subcontractors or the City of Aurora.
The Contractor shall assume total risk and shall be responsible for any and all damages or losses caused by or in any way resulting from the work and provide all insurance necessary to protect and save harmless the City of Aurora and its employees. Said insurance shall include contractual liability equal to the limits hereinafter set forth.
The Contractor agrees to purchase a policy of insurance, which shall include the City of Aurora as an additional insured or provide separate coverage for the City with an owner's protective policy. All Insurance provided by Contractor, extending to owner as additional insurance, shall be primary and insurance maintained by owner shall be excess and not contributing with Contractor’s insurance. The minimum amounts of insurance shall be as follows, except that no restrictions on occurrence limits will be permitted:
Bodily Injury Liability Property Damage Liability
Each Occurrence Each Occurrence Aggregate
$3,500,000 $500,000 $7,000,000
The coverage and amounts above are minimum requirements and do not establish limits to the Contractor’s liability. Other coverage and higher limits may be provided at the Contractor’s option and expense.
Owner does not waive its subrogation rights against Contractor and/or any Subcontractor for damages due to losses to owner due to the fault or negligence of the Contractor and/or any Subcontractors during or as a result of the performance of the work.
All such insurance must include an endorsement whereby the insurer agrees to notify the City of Aurora at least thirty (30) days prior to non-renewal, reduction or cancellation. The Contractor shall cease operations on the project if the insurance is canceled or reduced below the required amount of coverage. All costs for insurance as specified herein will not be paid for separately, but shall be considered as incidental to the contract.
6.5 WORKERS COMPENSATION ACT
The Contractor further agrees to insure his employees and their beneficiaries and to provide the employees and the beneficiaries of any Subcontractor employed from time to time by him on said work, the necessary first-aid, medical, surgical, and hospital services and any compensation provided for in the Workers Compensation Act of the State of Illinois that is or may be in force in the State.
Such insurance shall be placed by said Contractor in a company or association (to be approved by the City and to be accepted by the Council thereof) authorized under the laws of the State of Illinois to insure the liability above specified.
Said Contractor hereby further agrees to indemnify, keep and save harmless said City from all action, proceedings, claims, judgments, awards, and costs, losses, damages, expenses, and attorney's fees which may in any way be brought against said City by reason of any accidental injuries or death suffered by any of his employees or the employees of any Subcontractor employed by him in and about the performance of the work provided for in the contract, and any and all liability resulting thereupon; and said Contractor, in case of any suit, action, or proceeding on account of any or all of the foregoing shall defend the same for and on behalf of said City and indemnify the City therefore and pay the amount of any and all awards and final judgments and/orders rendered and entered therein, together with all loss, costs, damages, attorney's fees, and expenses incurred therein. Said Contractor shall be the sole employer of its employees and workers, and in no way so shall the City be considered a joint employer of same under any circumstance.
Each Bidder shall deposit with Bid a Bid guarantee consisting of a bank draft, Bid bond, cashier’s check, or certified check drawn on a good and solvent National or State Bank and payable to the order of the City, in an amount not less than ten percent (10%) of the total amount of the Bid submitted, as a guaranty that in case the Bidder’s Bid is accepted, the Bidder shall within one day after the date of such acceptance and notification thereof, deliver to the City a contract signed and executed by the Bidder, proper insurance certificates and a Performance and Payment Bond in one hundred percent (100%) of the contract sum furnished by a responsible bonding company acceptable to and written upon forms prepared or approved by the City as security for payment of labor and materials and for the faithful performance of the contract and compliance with the provisions of law relating to the payment of prevailing rate of wages. Bid Deposit MUST be uploaded electronically with submission through the City’s E Procurement System, OpenGov. Upon notification from the City, Bidder’s must deliver ORIGINAL Bid Deposit within three (3) business days. All Bid deposits will be retained by the City until a Bid award is made, at which time the Bid deposit will be promptly returned to the unsuccessful Bidders. The Bid deposit of the successful Bidder will be retained until the equipment, goods or services have been received or completed and found to be in compliance with the specifications. Performance by the Bidder shall not be considered complete, until final inspection and acceptance by the City of the Bidder’s Work. Final inspection shall occur within 30 days after the actual completion of the Work. Execution of the contract is contingent upon receipt of an acceptable Performance and Payment Bond and any required certificates of insurance. Upon failure to meet the requirements of this paragraph, the Bidder shall forfeit the amount deposited as liquidated damages and no mistakes or errors on the part of the Bidder shall excuse the Bidder or entitle him to a return of the aforementioned amount.
If after the approval of final payment for each class of work and prior to the expiration of 1 year after the date of approval of said final payment, or such longer period of time as may be prescribed by law or by terms of any applicable special guarantee required by the Contract Documents, any work is found to be defective, the Contractor shall promptly, without cost to the Owner and in accordance with written directions of the Owner, remove it from the site and replace it with non-defective work to the satisfaction of the Engineer.
Failure of the Contractor to complete or to remedy defective work within a reasonable time (not to exceed 30 days of notice to Contractor in any event) shall be deemed a default and the Owner may take steps as it deems necessary to complete or remedy said work and charge the cost thereof to the Contractor.
The allowed hours of work are between 7:00 AM and 7:00 PM, Monday through Friday, and between 8:00 AM and 5:00 PM on Saturdays and Sundays. No work shall be done on Holidays. The City has the right, at no additional fee to the City, to impose up to 7 days where work cannot take place due to special events in Phillips Park. The dates of these events will be provided to the contractor prior to the start of construction.
Equipment shall not be started before 6:45 AM.
7.1 SUBLETTING OR ASSIGNMENT OF WORK
If the Contractor sublets the whole or any part of the work to be done under the contract, with or without the written consent of the City, he shall not, under any circumstances, be relieved of his liabilities and obligations. All transactions of the Engineer shall be with the Contractor; Subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. In case any party or parties, to whom any work under the contract shall have been sublet, shall disregard the directions of the Engineer or his duly authorized representatives, or shall furnish any unsatisfactory work or shall fail or refuse in any way to conform to any of the provisions or conditions of the contract, then in that case, upon the written order of the Engineer, the Contractor shall require said party or parties in default to discontinue work under the contract. Said work shall be corrected or made good and shall be continued and completed by the said Contractor or by such other party or parties as are approved by the Engineer, in the manner and subject to all of the requirements specified in the contract.
7.2 PROSECUTION OF WORK
The Contractor shall begin the work to be performed under the contract no later than ten (10) days after the execution and acceptance of the contract, unless otherwise provided. The work shall be conducted in such a manner and with sufficient materials, equipment and labor as is considered necessary to ensure its completion within the time specified in the contract. The Contractor shall solely be fully responsible for complying with state and local prevailing wage requirements in accordance with its Bidders Certification, and for all wage rate and hour regulations and applications
7.3 PAYMENT
BASIS OF PAYMENT
Payment of the CONTRACTOR for performance of the CONTRACT shall be made by the OWNER and shall be based on the value of the installation resulting from the CONTRACTOR’s operations.
The cost of all WORK incidental to the completion of the project in accordance with the Plans and Specifications, excepting authorized extra WORK, shall be included in the unit and lump sum prices stated in the CONTRACTOR’s accepted Proposal. The amount obtained by the summation of the products of the quantities of WORK performed or the respective unit or lump sum prices for several items listed in the proposal shall be payment in full, except for payment for authorized extra WORK, for delivering the completed project to the OWNER in accordance with the Plans and Specifications.
SUBMISSION OF BID BREAKDOWN
Within 10 days after the execution of this CONTRACT, the CONTRACTOR must submit to the ENGINEER in duplicate an acceptable breakdown of the lump sums and unit prices bid for items of the CONTRACT, showing the various operations to be performed under the CONTRACT, and the value of each of such operations, the total of such items to equal the total price bid. The CONTRACTOR shall also submit such other information relating to the bid prices as may be required and shall revise the bid breakdown as directed. Thereafter, the breakdown may be used for checking the CONTRACTOR’s applications for partial payments hereunder but shall not be binding upon the OWNER or the ENGINEER for any purpose whatsoever.
PARTIAL PAYMENTS
When not otherwise provided for under the Specifications for an item of WORK or a complete project, and if the rate of progress is satisfactory to the ENGINEER, partial payments will be made the CONTRACTOR by the OWNER during progress of construction. The amount of each partial payment shall be limited to ninety (90) percent (unless otherwise provided in the Instructions to Bidders) of the value of the WORK shown in the Engineer’s periodic estimate to have been done and installed in place by the CONTRACTOR subsequent to the time of commencing WORK or of making the last preceding partial payment on account of WORK done. An amount greater than ninety (90) percent of the value of a largely completed project may be paid the CONTRACTOR at the option of the OWNER.
The CONTRACTOR’s request for payment shall be in the form of an invoice, submitted to the OWNER through the ENGINEER, setting forth amounts due for WORK completed on payment items set forth in the CONTRACTOR’s Proposal, and shall be accompanied by:
requested on previous payment requests.
The CONTRACTOR’s request will be reviewed by the ENGINEER and if the ENGINEER is in agreement with the value of WORK completed, as requested by the CONTRACTOR, and if the request is accompanied by the CONTRACTOR’s Sworn Statement, Subcontractor and material suppliers waiver of lien as stated above, and by the CONTRACTOR’s waiver of lien, the ENGINEER will recommend payment to the OWNER.
Partial payment made to the CONTRACTOR by the OWNER for WORK performed shall in no way constitute an acknowledgement of the acceptance of the WORK nor in any way prejudice or affect the obligation of the CONTRACTOR, at his expense, to repair, correct, renew or replace any defects or imperfections in the construction of the WORK under CONTRACT and its appurtenances, nor any damage due or attributable to such defect, damage and the CONTRACTOR shall be liable to the OWNER for failure to correct the same as provided herein.
Payment in full or in part may be withheld for reasons which include but are not limited to: (1) the existence of defective work which is not remedied; (2) the existence of third party claims filed or reasonable evidence indicating probable filing of such claims; (3) the failure of the CONTRACTOR to make payments properly to Subcontractors or for labor, materials or equipment; (4) the existence of reasonable evidence that the WORK cannot be completed for the unpaid balance of the contract sum; (5) damage to the OWNER; (6) the existence of reasonable evidence that the WORK will not be completed within the CONTRACT time, and that the unpaid balance will not be adequate to cover actual or liquidated damages for the anticipated delay; or, (7) persistent failure to carry out the work in accordance with the contract documents. If within a reasonable time not to exceed 45 days CONTRACTOR has not remedied any condition for which payment in full has been withheld, then OWNER may make such payments as OWNER deems necessary to remedy such situation from said funds withheld and pay the balance to CONTRACTOR, or if, sums are still due to remedy the situation, CONTRACTOR will remit any balances due to OWNER within 10 days of notice of same.
ACCEPTANCE AND FINAL PAYMENT
Whenever the CONTRACT shall have been completely performed on the
part of the CONTRACTOR, and all parts of the WORK have been approved by the ENGINEER and accepted by the OWNER, including the resolution of all matters of dispute, a final estimate showing the value of the WORK will be prepared by the ENGINEER as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and subject to corrections in the final payments.
The CONTRACTOR shall submit a final payment request showing the total quantities completed for the entire project and all previous payouts. This payment request shall be accompanied by a sworn affidavit listing all Subcontractors and material suppliers and the total payments to each. Final Waivers of Lien from the Subcontractors and material suppliers as well as the CONTRACTOR shall also be furnished at this time.
A final payment including all amounts of money shown by the final estimate to be due the CONTRACTOR shall be made by the OWNER as soon as practicable after the final acceptance of the WORK, provided the CONTRACTOR has furnished the OWNER satisfactory evidence that all sums of money due for labor, materials, apparatus, fixtures or machinery furnished for the purpose of performing the Contract have been paid or that the person or persons to whom the same may respectively be due have consented to such final payment.
It is the intent of the City to award the bid to the lowest responsive responsible bidder meeting specifications. Award will be based on the following factors, but not limited to (where applicable): (a) adherence to all conditions and requirements of the bid specifications; (b) price; (c) qualifications of the bidder, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value.
If the Bidder modifies limits, restricts or subjects his bid proposal to conditions that would change the requirements of the bid, this would be considered a conditional or qualified Bid Proposal and will not be accepted. The City reserves the right to delete any item listed in the bid.
It shall be the responsibility of the Bidders to make any and all investigations necessary to become thoroughly informed of what is required and specified in the bid. No plea of ignorance by the Bidders of conditions that exist or may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the City of the compensation to the Bidder.
Each Bidder submitting a bid proposal is responsible for examining the complete Invitation to Bid Package and all Addenda, and is also responsible for informing itself of all conditions that might in any way affect the cost or the performance of any Work. Failure to do so will be at the sole risk of the Bidder, and no relief will be given for errors or omissions by the Bidder. If awarded the Bid, the Bidder will not be allowed any extra compensation by reason of any matter or thing concerning which such Bidder should have fully informed himself, because of his failure to have so informed himself prior to submitting the bid proposal. The submission of a bid proposal shall be construed as conclusive evidence that the Bidder has made such examination as is required in this section and that the Bidder is conversant with local facilities and difficulties, the requirements of the Invitation to Bid documents, and of pertinent, local, state and federal laws and codes, prevailing local labor and material markets, and has made due allowance in its bid proposal for all contingencies.
The City reserves the right to require of the Bidder proof of his/her capability to perform as required by the specifications. However, prequalification of the Bidder shall not be required. The City may, at its option, disqualify a Bidder and reject his bid proposal for cause. Reasons deemed sufficient for this action shall include, but not be limited to, the following:
Evidence of collusion among Bidders.
All work required to install the improvements shown or called for on the plans and in the specifications, shall be incidental to the various bid items in the proposal even though a specific item is not shown, and no additional compensation shall be made to the Contractor, unless it is indicated that additional payment will be allowed or a unit price is provided for said work in the contract.
The dewatering site depicted in Dewatering Site #6 is separated from the lake by a section of high ground. The contractor must return the decant water to the lake. It is assumed that the contractor will be required to install temporary culvert(s) and perform temporary grading to allow for the decant water to drain back into the lake. The contractor may utilize mechanical pumping at their discretion. No additional compensation will be provided to the contractor for measures required to return decant water to the lake.
The price quoted for each item is the full purchase price, including delivery to destination and includes all transportation and handling charges, premiums on bonds, material or service costs and all other overhead charges of every kind and nature. Unless otherwise specified, prices shall remain firm for the duration of the purchase.
Unit prices shall not include any local, state or federal taxes. In case of mistake in extension of price, unit price shall govern.
Prices quoted must be net after deducting all trade and quantity discounts. Where cash discounts for prompt payment are offered, the discount period shall begin with the date of receipt of a correct invoice or receipt or final acceptance of goods, whichever is later.
The specifications are prepared to describe the goods and/or service which the City deemed to be in the best interest to meet its performance requirements. Bidders desiring to submit a Bid Proposal on items which deviate from the stated specifications, but which they believe to be equal, may do so by submitting all inquiries via the City’s E Procurement System, OpenGov, but all specification deviations must be clearly stated. Bidders shall submit all inquiries, including requests for alternates or substitutions regarding this bid via the City’s E Procurement System by the designated date and time. All answers to inquiries, including requests for alternates or substitutions, will be posted on the City’s E Procurement System. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the interested bidder to ensure they have received addendum, if any issued. The Purchasing Director reserves the right to rule upon specification deviation in a manner as best befits the needs of the City. The Purchasing Director will reject all deviations that amount to material nonconformity with the specifications of the Bid Proposal.
A pre-construction meeting shall be held prior to start of construction after execution of the contract documents. The Engineer shall establish the time and place of the pre-construction meeting. At this time, the Contractor shall be required to furnish and/or discuss the following:
• Written progress schedule/Completion Deadline.
• Names of Subcontractors and Material Suppliers.
• Names of Project Manager and/or Field Supervisor, including the name and phone number of a responsible individual who can be reached twenty-four (24) hours per day, seven (7) days per week.
Upon receipt of the notice of the award, the Contractor shall prepare a traffic control plan and project schedule setting forth the hours and days of operation for each task required by the contract. The project schedule shall be reviewed, and revised as required, and submitted with each payment request and/or request for extension of time.
The Contractor shall notify the Engineer a minimum of three (3) working days (72 hours) prior to starting the project, and a minimum of two (2) working days (48 hours) prior to starting each different type of work.
Parking
The Contractor shall supply and post “No Parking” signs on thirty-six inch (36”) high lath or mounted on barricades every fifty feet (50’), two feet (2’) from the back of curb or edge of pavement, at least two (2) working days (48 hours) prior to work in the affected Phillips Park Parking Lot area (Dewatering Site #1). The Contractor shall contact the City of Aurora Police Department (630-256-5000) prior to placing "No Parking" signs. “No Parking” signs only need to be installed in areas of existing parking.
The supply and posting of “No Parking” signs and all other notifications to various local agencies, residents, or businesses shall not be paid for separately, but shall be considered incidental to the project.
Roadway
The Contractor shall notify the ENGINEER twenty-four (24) hours prior to the closure of any road so that the Aurora Police and Fire Departments, the appropriate School District, and the Pace Bus Service can be notified appropriately.
The City of Aurora is exempt, by law, from paying State and City Retailer’s Occupation Tax, State Service Occupation Tax, State Use Tax and Federal Excise Tax (per Illinois Revised Statutes, Chapter 120, Paragraph 44) upon City works and purchases. The City of Aurora’s Sales Tax Exemption Number is E9996-0842-07.
Payment shall be made for services rendered. The City, after inspection and acceptance, and in consideration of the faithful performance by the Proposer, agrees to pay for the completion of the work embraced in this contract, payment shall be made in accordance with the Illinois Local Government Prompt Payment Act (50 ILCS 505/1, et. seq.) upon receipt of the invoice.
Time, in connection with any discount offered, will be computed from the date of delivery to the City or from the date a correct invoice is received by the City of Aurora Purchasing Division, if the latter date is later than the date of delivery.
Prices will be considered NET, if no payment discount is shown.
Invoices MUST contain the Purchase Order Number, as issued by the City.
The successful Bidder shall submit invoices via e-mail to:
or Mail to the following address:
City of Aurora
Attn: Purchasing Division
44 E. Downer Place
Aurora, IL 60507
The City of Aurora offers electronic funds transfer (EFT) payment to our vendors. EFT is fast, simple, safe and secure and is our preferred method of payment!
All material used shall meet the requirements of the Illinois Department of Transportation, the Standard Specifications for Water and Sewer Main Construction in Illinois, the City of Aurora Standard Specifications for Improvements, and as outlined in these specifications.
All materials will be inspected, tested, and approved by the Engineer before incorporation into the work. The Contractor shall provide the City with letters of certification from each supplier when requested.
Any work in which untested and unacceptable materials are used without approval or written permission from the Engineer shall be performed at the Contractor's risk and may be considered as unacceptable and unauthorized and will not be paid for.
Bidders shall promptly notify the City of any ambiguity, inconsistency of error which they may discover upon examination of the bidding documents. Interpretations, corrections and changes will be made by addendum. Each bidder shall ascertain prior to submitting a bid that all addenda have been received and acknowledged in the bid.
Time is of the essence of this bid and if delivery of acceptable items or rendering of services is not completed by the time promised, the City reserves the right, without liability, in addition to its other rights and remedies, to terminate the Bid by notice effective when received by Bidder, as to stated items not yet shipped or services not yet rendered. The City will procure articles or service from other sources and hold the Bidder responsible for any excess cost incurred as provided for in Article 2 of the Uniform Commercial Code.
Materials or equipment purchased are subject to inspection and approval at the City’s destination. The City reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions, specifications, drawings or data of Bidder's warranty (express or implied). Rejected materials or equipment shall be removed by, or at the expense of, the Bidder promptly after rejection.
Bid Proposals must be signed by the Bidder with his/her usual signature. Bid Proposals by partnerships must be signed with the partnership name by all members of the partnership, or an authorized representative, followed by the signature and title of the person signing. Bid Proposals by corporations must be signed with the name of the corporation, followed by the signature and title of the person authorized to bind it in the matter.
When a corporation submits a Bid Proposal, its agent must present legal evidence that he has lawful authority to sign said Bid Proposal and that the corporation has a legal existence. In the event that any corporation organized and doing business under the laws of any foreign state is the successful Bidder, such corporation must present evidence before any Bid is executed that it is authorized to do business in the State of Illinois. Bidders by corporations must be executed in the corporate name by the President or a Vice President (or other corporate officer accompanied by evidence of authority to sign), and the signature must be attested by the Secretary or an Assistant Secretary, along with the corporate seal. The corporate address and state of incorporation must be shown below the signature. Bid Proposals by partnerships must be executed in the partnership name and signed by a partner whose title must appear under the signature, and the official address of the partnership must be shown below the signature. Any corrections to entries made on the Bid Proposal forms shall be initialed by the person signing the Bid Proposal. When requested by the City, satisfactory evidence of the authority of any signature on behalf of the Bidder shall be furnished.
Purpose and Applicability
Under the applicability of the Illinois Department of Commerce and & Economic Opportunity (DCEO), an overall Business Enterprise Program (BEP) Goal of 28% has been determined with 18% of grant dollars going to minority-owned business enterprises (MBEs or WMBEs), and 10% going to women-owned business enterprises (WBEs or WMBEs), or persons with disabilities-owned business enterprises (PBE). This goal is based on the availability of State-certified vendors to perform the anticipated direct subcontracting opportunities of the Utilization Plan (UP).
In accordance with the State of Illinois Business Enterprise Program (30 ILCS 575) and the City of Aurora’s commitment to equitable contracting, this project shall include the above stated participation goal, comprised of the noted enterprises. These goals apply to the total dollar value of the contract and must be met through subcontracting with certified BEP vendors.
Certification Requirements
All subcontractors used to meet BEP goals must be certified by the Illinois Commission on Equity and Inclusion (CEI) under the BEP program and will count toward meeting the utilization goals for this grant. Certification must be valid at the time of bid submission and throughout the contract term.
Utilization Plan
Bidders must submit a BEP Utilization Plan with their bid, identifying:
• Certified BEP vendors to be used
• Scope and dollar value of work assigned to each
• Certification type (MBE or WBE)
Failure to submit a complete Utilization Plan may result in bid rejection.
Good Faith Efforts and Waiver Requests
If a bidder cannot meet the stated BEP goals, they must submit documentation of good faith efforts, including:
• Outreach to certified vendors
• Copies of communications and responses
• Justification for inability to meet goals
Waiver requests will be reviewed by the City of Aurora in consultation with CEI standards.
Compliance and Reporting
The awarded contractor shall:
• Maintain BEP compliance throughout the contract
• Submit quarterly participation reports detailing payments to BEP vendors
• Cooperate with audits or reviews by the City or CEI
Non-compliance may result in penalties, including contract termination or disqualification from future city contracts.
Indemnification and Insurance
Contractors must indemnify and hold harmless the City of Aurora from any claims arising from project performance. Insurance requirements include:
General Liability: $1,000,000 per occurrence / $2,000,000 aggregate
Auto Liability: $1,000,000 Bodily Injury / $500,000 Property Damage
Workers Compensation: Statutory limits
Umbrella/Excess Liability: $1,000,000 per occurrence / $2,000,000 aggregate
The City of Aurora must be listed as primary, non-contributory additional insured on General and Auto Liability policies.
Purpose and Applicability
This project is subject to the Illinois Works Apprenticeship Initiative under 30 ILCS 559/20-20, which mandates that apprentices must perform at least 10% of the total labor hours in each prevailing wage classification for public works projects estimated to cost $500,000 or more and funded in whole or in part by appropriated capital funds.
Apprenticeship Participation Goal
Minimum Requirement: Apprentices shall perform 10% of the total labor hours actually worked or estimated in each prevailing wage classification, whichever is less.
Pre-apprenticeship Graduate Requirement: Of the 10% goal, at least 50% of the apprentice hours must be performed by graduates of one of the following programs:
Contractor Responsibilities
Documentation: Contractors must submit an Apprenticeship Utilization Plan with their bid, detailing:
• The number of apprentice hours planned per classification
• Identification of participating apprenticeship programs
• Certification of pre-apprenticeship graduates
Compliance Monitoring:
• Contractors must maintain records of apprentice hours worked.
• Reports must be submitted quarterly to the City of Aurora and/or the Illinois Department of Commerce and Economic Opportunity (DCEO).
Waiver Requests:
• Contractors may request a waiver or reduction of the apprenticeship goal.
• Waivers must be submitted in writing with justification and evidence of good faith efforts.
• The City of Aurora and DCEO reserve the right to deny waivers and may hold public hearings for review.
Enforcement and Penalties
Failure to meet the apprenticeship goal or to demonstrate good faith efforts may result in:
• Withholding of payments
• Contract termination
• Disqualification from future City of Aurora contracts
Definitions
Apprentice: An individual enrolled in a U.S. Department of Labor Registered Apprenticeship Program.
Pre-apprenticeship Graduate: An individual who has completed a recognized Illinois Works pre-apprenticeship program.
Prevailing Wage Classification: As defined by the Illinois Department of Labor for public works projects.
Additional details regarding this requirement can be found at https://dceo.illinois.gov/illinoisworks/apprenticeship.html. Any further questions regarding this policy should be directed to the Illinois Department of Commerce & Economic Opportunity.
Bidders are required, if requested to do so, to affect a demonstration of the item(s) being Bid if the City feels it has insufficient knowledge of the item’s operations or performance capability. Such demonstration must be at a site which is most convenient and agreeable to the effected City personnel.
Bidder warrants that all goods and services furnished hereunder will conform in all respects to the terms of the solicitation, including any drawings, specifications or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title, and will be free from such defects in design. In addition, Bidder warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly specified in this solicitation.
The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions for the safety of; and shall provide the necessary protection to prevent damage, injury or loss to:
(a) All employees on the work and other persons who may be affected thereby.
(b) All work and materials or equipment to be incorporated therein, whether in storage on or off the site.
(c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction.
The Contractor shall be responsible for complying with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. The Contractor shall be responsible for erecting and maintaining, as required by the conditions and progress of the work, all necessary safeguards for its safety and protection, including tight sheeting or shoring of the trench. He shall notify owners of adjacent utilities when prosecution of the work may affect them. All damage, injury, or loss to any property referred to in paragraph (a) or (b) caused, directly or indirectly, in whole or in part, by any Contractor or Subcontractor or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, shall be remedied by the Contractor. The Contractor's duties and responsibilities for the safety and protection of all work shall continue until such time as all the work is completed and acceptable. Any damages shall be repaired in a timely manner. Any and all interruptions of essential utilities such as water, electricity, or gas shall be corrected that same day and before the foreman leaves the site. (See Guarantee & Maintenance of Work for time of acceptance.)
The Contractor shall be responsible for coordinating with utility companies regarding the bracing or relocating of utility poles, and the relocation of any underground facilities.
The Engineer shall not be responsible for determining the Contractor’s construction means or methods.
Sufficient references of all like public and/or private agencies must be submitted in the Vendor Submission section. Listing must include company name, contact person, telephone number and date purchased. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate City of Aurora personnel to supply all information necessary to complete these investigations. The City of Aurora in its complete discretion may disqualify any Bidder, including low Bidder, and may void any contract previously entered into based on its background investigation.
By signing this bid, the bidder hereby certifies that they are not barred from bidding on this Bid as a result of a violation of Article 33E, Public Bids of the Illinois Criminal Code of 1961, as amended (Illinois Compiled Statutes, 720 ILCS 5/33E-1).
The City reserves the right to cancel the whole or any part of the Bid if the Bidder fails to perform any of the provisions in the Bid or fails to make delivery within the time stated. The Bidder will not be liable to perform if situations arise by reason of strikes, acts of God or public enemy, acts of the City, fires or floods.
The Bidder, before submitting a Bid, shall carefully examine the Proposal, Plans, Details, Specifications, and Special Provisions. The successful Bidder shall inspect in detail the site of the proposed work and be familiar with all the local conditions affecting the proposal and the detailed requirements of construction.
When existing structures, services, utilities, pipelines and improvements (both above and below ground) are shown on the plans, the locations shown are approximate only and are not guaranteed. Obstructions and improvements in addition to those shown on the plans may also be encountered in carrying out the work. The Contractor shall be responsible for carrying out all work under this contract without additional compensation for whatever condition is found above or below ground.
The Contractor shall notify all utility companies including the City of Aurora Electrical Department (630) 892-1415, Water and Sewer Department (630) 256-3710, local electric companies, local telephone and communications companies, local natural gas companies, and local cable TV companies, and appropriate school districts, a minimum of two (2) working days (forty-eight hours) prior to beginning any construction or preliminary borings. The Contractor shall have the responsibility to determine from the public utility companies and the City of Aurora Departments the locations of underground pipes, conduits, cables, or other surface or subsurface improvements adjoining or crossing the construction area.
The depth and alignment of the existing water mains and sewers are approximate and may vary in both alignment and depth between manholes and valves. The Contractor shall not be due any additional compensation in the event that the alignment of the sewers and water mains vary from what is shown on the plans. The call outs shown on the plans for the existing water mains are approximate and not guaranteed.
The Contractor shall be responsible for coordinating with utility companies regarding the bracing or relocating of utility poles, and the relocation of any underground facilities.
Complete and detailed brochures and vehicles, equipment, materials, goods, supplies and/or services to be furnished must be included with each Bid.
If the size of the project warrants a Storm Water Pollution Prevention Plan (SWPPP), then the Contractor and their Subcontractors shall sign the necessary certification forms and follow the requirements of the SWPPP. The Contractor shall coordinate with the Engineer on correcting any deficiencies identified during inspections or Incidents of Non-compliance, and shall notify the Engineer of any changes to the SWPPP’s erosion control plans.
This work shall consist of the supply and installation of soil erosion and sedimentation control devices in accordance with Article 280 of the Standard Specification for Road and Bridge Construction, the City of Aurora’s Standard Specifications for Improvements, the Kane-DuPage Soil and Water Conservation District, the Illinois Environmental Protection Agency – Division of Water Pollution Control’s NPDES Permit No. ILR10, and with the details within the construction drawings.
Erosion and Sedimentation Control shall not be paid for separately, the supply and installation of erosion control products shall be paid for per with the following pay items: PERIMETER EROSION BARRIER, TURBIDITY CURTAIN, TEMPORARY DITCH CHECKS, MULCH, METHOD 2 and INLET AND PIPE PROTECTION. See associated specifications for each pay item for more information. All material used for erosion and sedimentation control shall be disposed of off-site along with all debris collected within the control devices. Disposal shall not be paid for separately and shall be considered incidental to the unit prices above.
The successful Bidder shall obtain, at its own expense, all permits and licenses which may be required to complete the contract.
The Contractor shall at all times be responsible for maintaining dust-free conditions. The Contractor shall clean the pavement of all dirt and debris at the end of each day’s operations, and at other times as directed by the Engineer by means of high pressure washing or by mechanical sweeping. The Contractor shall provide for the control of dust as specified in Section 24 of the Standard Specifications for Water and Sewer Construction in Illinois, or by the uniform application of a dust control agent approved by the Engineer.
If City water is used for dust control, the Contractor must have a water meter and hoses on site prior to the start of any excavation.
If the Contractor does not meet the requirement of controlling dust and/or cleaning the pavement, within three (3) hours of notification by the Owner, the Owner shall make the necessary arrangements to control the dust and clean the pavement(s). The cost of such action will be deducted from any monies due or to become due to the Contractor. Additionally, the City will deduct $500.00 per day from monies due, or to become due, for each day that the Contractor fails to comply with this special provision. In addition, the Contractor will pay any penalties resulting from any Illinois Environmental Protection Agency, NPDES for Construction violations issued to the Owner. Such sum to be charged not as a penalty but as liquidated damages. The parties agreeing that actual damages to the City of Aurora would be uncertain and difficult to calculate and the amount of such liquidated damages is a reasonable estimate of the supervision costs likely to be incurred by the City of Aurora as a result of the Contractor’s failure to control dust and clean the pavement(s) as required.
Dust control and pavement cleaning shall be considered incidental to the cost of the contract and will not be paid for separately.
The successful Bidder agrees to indemnify, protect, defend, and save the City of Aurora and its officers and employees, harmless against any demand for payment for the use of any patented material process, article, or device that may enter into the manufacture, construction, presentation or form a part of the Work covered by the contract.
Bidders shall submit all inquiries, including requests for alternates or substitutions regarding this bid, up to, but no later than the designated date and time as specified via the City’s E Procurement System, OpenGov. All answers to inquiries will be posted on the City’s E Procurement System. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted.
No questions will be accepted or answered verbally.
No questions will be accepted or answered after the cut-off date/time.
It is the responsibility of the interested bidder to ensure they have received addenda, if any issued.
Illinois Freedom of Information Act. The Contractor acknowledges the requirements of the Illinois Freedom of Information Act (FOIA) and agrees to comply with all requests made by the City of Aurora for public records (as that term is defined by Section 2(c) of FOIA in the undersigned’s possession and to provide the requested public records to the City of Aurora within two (2) business days of the request being made by the City of Aurora. The undersigned agrees to indemnify and hold harmless the City of Aurora from all claims, costs, penalty, losses and injuries (including but not limited to, attorney’s fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide the public records to the City of Aurora under this agreement.
City water for construction purposes will be available to the Contractor at his cost according to the prevailing rates in effect at the time. Contractors and their sub-contractors will not be allowed to obtain water from private property. The Contractor shall secure a City water meter by presenting a deposit for $1,600.00 in the form of a certified check made out to The City of Aurora to the Water Billing Department on the First Floor of 44 E. Downer Place, Aurora, Illinois. The name of the Contractor and their Tax ID number will be required. The Contractor will take the resulting forms to the Water & Sewer Maintenance Division located at 649 S. River Street where the City water meter shall be provided. The Contractor and/or sub-contractor will be fined, according to ordinance, which will be deduced from moneys due, for each unauthorized use of City water regardless of the amount of water used or the reason for unauthorized use.
The Bidder shall at all times observe and comply with all Federal, State, Municipal and other local laws, ordinances, regulations, and requirements which in any manner affect the conduct of the Work, and with all Federal, State and local laws and policies of non-discrimination, sexual harassment, prevailing wages and others applicable thereto; and all such orders or decrees as exist at the present and which may be enacted later, of bodies or tribunals having jurisdiction or authority over the Work, and no plea of misunderstanding or ignorance thereof will be considered. He shall indemnify and save harmless the City and all its officers, agents, employees and servants against any requirement, claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself or his employees.
This Bid shall be governed by and construed according to the laws of the State of Illinois.
The Contractor shall be responsible for performing any surface restoration required due to damages caused by storing material, machinery and/or equipment outside the work areas. The surface restoration shall be performed in accordance with the plans and specifications or as directed by the Engineer and shall be at the Contractor’s expense. Restoration of dewatering sites shall be paid for under the various SEEDING and EROSION CONTROL BLANKET pay items.
This work shall be performed in accordance with the IDOT Supplemental Specifications and Recurring Special Provisions (SSRSP) – Adopted January 1, 2020, and as directed by the Engineer. This work shall be performed per the Special Provision for Construction Layout Stakes outlined in the SSRSP.
This work shall be measured for payment in LUMP SUM.
This work shall be paid for at the contract unit price per LUMP SUM for CONSTRUCTION LAYOUT which price shall include all materials, labor and equipment to complete the items listed in the SSRSP for Construction Layout Stakes.
At the Bidder’s expense, the Bidder shall secure and maintain in effect throughout the duration of this Bid, insurance of the following kinds and limits to cover all locations of the Bidder’s operations. The Bidder shall furnish Certificates of Insurance to the City before starting or within ten (10) days after the execution of the Bid, whichever date is reached first. All insurance policies shall be written with insurance companies approved by the City of Aurora and licensed to do business in the State of Illinois and having a rating of not less than A IX, according to the latest edition of the A.M. Best Company; and shall include a provision preventing cancellation of the insurance policy unless thirty (30) days prior written notice is given to the City. This provision shall also be stated on each Certificate of Insurance as: “Should any of the above-described policies be canceled before the expiration date thereof, the issuing company will endeavor to mail 10 days written notice to the certificate holder named to the left”. Upon requested, the awardee of this Bid will give the City a copy of the insurance policies. The policies must be delivered to the City within two weeks of the request. The limits of liability for the insurance required shall provide coverage for not less than the following amount, or greater where required by law:
(1) Worker’s Compensation Insurance - Statutory amount.
(2) General Liability Insurance:
(a) $1,000,000 per occurrence and $2,000,000 general aggregate
(b) $500,000 per occurrence for Property Damage
(c) $1,000,000 per occurrence for Personal Injury
(3) Auto Liability Insurance:
(a) Bodily injury with limits not less than $1,000,000
(b) Property damage with limits not less than $500,000
(4) Umbrella excess liability of $1,000,000 per occurrence, $2,000,000 aggregate
The Bidder shall include the City as a primary, non-contributory additional named insured on both General and Auto Liability Insurance policies and indicate said status on any Certificates of Insurance provided to the City pursuant to this project. All insurance premiums shall be paid without cost to the City.
The Bidder agrees to indemnify and save harmless the City of Aurora, their agents and employees from and against all loss and expenses (including costs and attorneys' fees) by reason of liability imposed by law or claims made upon the City of Aurora for damages because of bodily injury, including death at any time resulting therefrom sustained by any person or persons or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this project work, whether such claims or injuries to persons or damage to property be due to the negligence of the Bidder or his Subcontractors. The Bidder shall assume total risk and shall be responsible for any and all damages or losses caused by or in any way resulting from the work and provide all insurance necessary to protect and save harmless the City of Aurora and its employees.
The Bidder further agrees to insure his employees and their beneficiaries and to the employees and the beneficiaries of any subcontractor employed from time to time by him on said Work, the necessary first-aid, medical, surgical, and hospital services and any compensation provided for in the Workers Compensation Act of the State of Illinois that is or may be in force in the State.
Such insurance shall be placed by said Bidder in a company or association (to be approved by the City and to be accepted by the Council thereof) authorized under the laws of the State of Illinois to insure the liability above specified.
Said Bidder hereby further agrees to indemnify, keep and save harmless said City from all action, proceedings, claims, judgments, awards, and costs, loss, damages, expenses, and attorney’s fees which may in any way come against said City by reason of any accidental injuries or death suffered by any of his employees or the employees of any subcontractor employed by him in and about the performance of the Work provided for in the Bid, and any and all liability resulting thereupon; and said Bidder, in case of any suit, action, or proceeding on account of any or all of the foregoing shall defend the same for and on behalf of said City and indemnify the City therefore, and pay the amount of any and all awards and final judgments and orders rendered and entered therein, together with all loss, costs, damages, attorney’s fees, and expenses incurred therein. Said Bidder shall be the sole employer of its employees and workers, and in no way shall the City be considered a joint employer of same under any circumstance.
This work shall be performed in accordance with applicable portions of Section 671 of the Standard Specifications, and as directed by the Engineer. This work shall consist of preparatory work and operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site for the establishment of work areas and other facilities necessary for work on the project and for all other work or operations which must be performed or costs incurred when beginning work on the project. The project is anticipated to require up to two seasons to complete the hydraulic dredging and dewatering. The contractor will need to plan accordingly based on his or her company’s anticipated schedule.
Intermittent re-mobilization to the site after potential temporary shutdowns while the geotextile tube are dewatering shall not be paid for separately and shall be considered incidental to the project. This pay item is intended to compensate the contractor one (1) time as a lump sum for any and all mobilizations including the initial mobilizations to the site at the beginning of the project and/or when returning to the site after a winter shut down.
This work shall be measured for payment in LUMP SUM.
This work shall be paid for at the contract unit price per LUMP SUM for MOBILIZATION which price shall include all materials, labor and equipment to complete the items listed in the Standard Specifications.
This Section covers furnishing suitable dredging plant and performing all work required to remove the specified materials from within the prescribed work area limits as indicated, and placement of the dredge material within the prescribed material placement areas.
The Contractor shall submit documentation with his bid for at least two similar projects in which the geotextile tubes were used successfully.
The Contractor is responsible for making their own investigation of submerged, surface, and overhead structures in the work areas and other locations they find necessary to traverse. Attached to these specifications is information related to sediment sampling that was completed in December 2020. Four sediment samples were analyzed. The results of this analysis are available for the Contractor’s review. The bathymetric data depicted in the plans is based on a 2018 bathymetric survey completed by a consultant to the City. The Contractor may field verify this information prior to bidding if they so choose.
The northeast corner of the lake has a pump intake that is used to irrigate the adjacent golf course. The exact location of the intake will be marked for the contractor. Other than the pump intake, the Engineer has no knowledge of cables, pipes, other artificial obstructions, or other material that would necessitate the use of additional equipment for economical removal. Contractors should however exercise due diligence in determining the existence of any obstructions requiring additional equipment within proposed work areas. Should obstructions exist the Contractor shall, before proceeding further with work affecting or affected by such conditions, immediately notify the Engineer which will promptly make an investigation.
The Contractor shall comply with conditions and requirements of all permits. During the life of the contract, provide and maintain environmental protective measures. Also, environmental protective measures required to correct conditions, such as oil spills or debris, that occur during the dredging operations, must be provided. Comply with Federal, State, and local regulations pertaining to water, air, and noise pollution.
The Contractor shall submit the following as a shop drawing for approval by the Engineer prior to the start of work:
• Dredging Operations Plan;
• Discharge Pump Specifications;
• Geotextile Tube Work Plan;
• Geotextile Tube Operation and Quality Control Plan;
Dredging Operations Plan
The Contractor shall submit a Dredging Operations Plan which provides details including, but not limited to copies of any and all permits, the dredging equipment description and specifications, the method and equipment to be used for dredging position control indicating how vertical and horizontal position control will be maintained, summary of proposed dredging procedures and project completion schedule. The schedule should show the actual sequence in which the Contractor proposes to dredge and to grade the individual sites.
The Contractor will be responsible for determining the appropriate chemical flocculant and geotextile material to use for the site conditions. The Contractor shall complete bench testing with supernatant samples to demonstrate that a 15mg/L total suspended solids (TSS) effluent if obtainable with the chosen chemical flocculant and geotextile bag material. This information must be submitted to the Illinois Environmental Protection Agency (IEPA) prior to the start of operations. MSDS data for the proposed flocculants must be provided to the IEPA and the City prior to their use. The dosing rates of flocculants and/or coagulants must be minimized to the extent necessary to achieve solids removal and to meet the TSS effluent requirements.
The Contractor shall monitor the effluent from each dewatering location for TSS, ammonia-nitrogen (as N), pH and temperature. Samples shall be collected once per week and the results shall be submitted to the IEPA once per month by the 15th day of the month following sampling. The monitoring reports will be sent to:
Illinois Environmental Protection Agency
Bureau of Water
Permit Section
1021 North Grand Avenue East
Dewatering
The Contractor shall be responsible for all set up, including the installation of the geotextile tubes, drainage fabric, hoses, pipes, valves, barriers, manifold system and all other items necessary to perform the hydraulic dredging in conformance with the plans, specs and applicable regulations. The Contractor shall prepare the storage and dewatering area by constructing a two feet high berm around the perimeter of the area and a drainage swale lined with impervious geotextile fabric to confine and direct effluent to the designated outfall where it will ultimately flow back into the dredged body of water. Effluent water discharged from the geotextile tubes shall be clear and visibly free of turbidity based on field observations. The outfall location shall be protected from scour. Scour prevention may be in the form of riprap, or other non-erodible materials. The outfall’s temporary scour prevention shall be incidental to this pay item. No additional compensation shall be paid for the temporary scour protection measure.
Sediment core samples are included in the contract bid package. The Contractor shall be responsible for providing the appropriate geo-textile tube and chemical flocculant to effectively remove the sediment from the lake.
Delivery of geotextile tubes shall be in accordance with ASTM D 4873. Each roll shall be packaged in an opaque, waterproof and protective plastic wrapping. Each geotextile tube shall be labeled with the manufacturer’s name, dimensions (length, width, height and gross weight) and date manufactured. Geotextile tubes damaged during shipping shall be repaired or replaced at no additional cost.
The plans include an option to allow for dewatering of materials west of the lake in Dewatering Site 6. This area is separated from the lake by high ground and the decant water will not return to the lake via gravity without grading, piping or pumping being utilized. The contractor shall be responsible at their own expense for determining how to return the decant water to the lake. It is assumed that temporary culvert(s), temporary grading or pumping will be required. Upon completion of dewatering the identified dewatering sites, the ground surface shall be restored to the condition that it was in prior to construction. The total volume of dredged material is 50,000 cubic yards cumulatively. This material may be fully dewatered within the locations identified in the plans giving preference to maximizing the use of Site 7 before using any other site identified in the plans. The City shall provide the approval to utilize dewatering sites other than Site 7 upon request of the contractor.
Geotextile Tubes
The following minimal properties and testing methods must be met or otherwise approved:
Geotextile tubes shall be resistant to deterioration by ultraviolet light, oxidation and heat exposure. The total length of the geotextile tube is restricted by the storage and dewatering area. The tubes shall be delivered with filling ports appropriately spaced at intervals along the crest of the tube. Each fill port shall consist of a geotextile sleeve with a circumference matching the diameter of the discharge pipe. If necessary, pressure relief valves shall be included on each geotextile tube. In addition, loops or straps shall be incorporated along the sides of the geotextile tubes to facilitate deployment and anchoring.
| Property | Test Method | Unit | Minimum Average Roll Value |
| Wide width tensile strength | ASTM D 4595 | lbs/in | 400 |
| Wide width tensile elongation | ASTM D 4595 | percent | 20 |
| Factory seam strength | ASTM D 4884 | lbs/in | 400 |
| Apparent Opening Size (AOS) | ASTM D 4751 | U.S. Sieve # | 40 |
| Mass/Unit Area | ASTM D 5261 | oz/sq. yd. | 15-18 (typ.) |
| Water flow rate | ASTM D 4491 | gpm/sq. ft. | 20 |
| UV resistance (@ 500 hours) | ASTM D 4355 | percent | 80 |
| Puncture Strength | ASTM D 4833 | lbs. | 206 |
Geotextile Drainage Fabric
The non-woven drainage fabric shall be rot proof, mildew proof, insect resistant and have a high dimensional stability when wet, good soil filtration characteristics and a high resistance to tear propagation in all directions.
Polymers, Coagulants and Feed Pump System
Shall consist of a sufficient volume of polymer and coagulant with associated feed pump system to adequately floc and dewater primarily inorganic, fine-grained in-situ sediment from the body of water. The dosage rate shall be sufficient to achieve acceptable water clarity and dewatering efficiency. Polymers and coagulants must be environmentally acceptable. MSDS sheets for all chemical additives must be provide to the IEPA and City prior to their use.
Hoses, Manifold and Valves
The hoses, manifold and inflow control valves shall be designed to facilitate use with dredging equipment, discharge hoses and method of dredging. The option to fill one or multiple geotextile tubes simultaneously shall be included. Flange connections to fill ports must be secure. Manifold and Y-laterals can be rigid or flexible pipe and shall have slip ring or flange connections installed.
Geotextile Tube Work Plan
The Contractor shall submit a Work Plan which includes specific procedures with respect to the geotextile tubes and associated components. The plan shall include, but not be limited to written discussion and sketches describing the sequencing, geometry, orientation, equipment, installation, anchoring and filling procedures. The Engineer will review the plan and provide questions or comments to the Contractor for written or verbal responses until issues and questions are satisfactorily addressed.
Geotextile Tube Operation and Quality Control Plan
The Contractor shall submit an Operation and Quality Control Plan which includes details including, but not limited to inspection and repair or replacement of the geotextile tubes prior to installation for damage and imperfections, height control of the geotextile tubes during filling operations, opening and closing of the fill ports and repair of failed seams or ruptures in the geotextile tubes during and after filling operations.
This work shall be measured for payment in CUBIC YARD.
This work shall be paid for at the contract unit price per CUBIC YARD for HYDRAULIC DREDGING & DEWATERING. Unit price includes, but is not limited to, all machinery, booster pumps, labor and materials necessary to remove and dewater the sediment as well as the removal/disposal of all geotextile tubes and dewatering area materials upon completion of the hydraulic dredging and dewatering. A post-dredge bathymetric survey must be provided by the Contractor to confirm quantity and completion of work. The cost of the bathymetric survey is to be incidental to this pay item.
The Bidder shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and the Bidder shall provide identification of its personnel if requested by the City.
Any Bidder’s employee whose employment is reasonably detrimental or objectionable to the City shall be immediately transferred from the premises upon the City’s request. The exercise of the option shall not be construed as placing the City in charge of the Work or making the City responsible for safety.
All on the road vehicles or equipment shall be identified by the Bidder’s name for purpose of identification.
All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Bidder, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The City reserves the right to inspect the equipment that will be used prior to award of Bid.
If applicable,O20-029 approved April 28, 2020 defines “Local business” to mean a vendor or contractor who has a valid, verifiable physical business address located within the corporate boundaries of the City of Aurora at least twelve months prior to a bid or proposal opening date, from which the vendor, contractor or consultant operates or performs business on a daily basis, including manufacturing production or distribution. The business must disclose the percentage of workforce in the City of Aurora; be registered with the City of Aurora, if applicable; be subject to City of Aurora taxes (inclusive of sales taxes); be current with property tax payments and sales tax payments; not have any outside cited code violations; not have any outstanding debts to the City of Aurora; have adequately qualified and trained staff to service the bid of interest.
This work shall be performed in accordance with applicable portions of Section 202 and 203 of the Standard Specifications, and as directed by the Engineer. This work consists of removing and lake sediment my mechanical means. It is assumed that portions of the lake may be inaccessible to hydraulic dredging. In these locations the contractor may employ mechanical methods of removing the sediment.
Dredged material should be dewatered to the maximum extent practicable and hauled to offsite disposal locations identified by the Contractor. No machinery will be allowed to enter the Lake at any time. Mechanical dredging must take place from the shoreline. No materials will be allowed to be permanently stockpiled within the Special Flood Hazard Area or wetlands.
This work shall be measured for payment in CUBIC YARD.
This work shall be paid for at the contract unit price per CUBIC YARD for MECHANICAL DREDGING which price shall include all of items listed above and in the Standard Specifications including but not limited to trucking, handling, testing, fees and permitting .
This work shall be performed in accordance with Section 202 of the Standard Specifications, and as directed by the Engineer. This work consists of removing and hauling dewatered dredged material from dewatering sites 1 – 6 to dewatering site 7.
Once the geotextile tubes have been sufficiently dewatered, excavate the soil material and haul it off-site. The Contractor will be responsible for the excavation of dewatered material from the geotextile tubes, loading the material into trucks, and transporting it to Dewatering site 7. This work must be completed without any machinery entering the waterway. The dewatered materials must be in condition that they can be handled, loaded and hauled without decant water and dredged materials spilling from trucks onto roadways. If the material is hauled to a non-city owned site, then the Contractor is responsible for determining any and all requirements of the receiving facility and the Contractor is responsible for all fees associated with dumping, testing, permitting or other associated charges with disposing of the materials.
No additional compensation will be provided for the handling, removal and disposal of any non-soil debris including concrete, concrete block, brick, stone, metal, plastic, wood material or other debris encountered during work. Any non-soil debris encountered during dredging or excavation shall be removed from the site and disposed of properly in accordance with State and Federal laws and regulations.
No materials will be allowed to be permanently stockpiled within the Special Flood Hazard Area or wetlands. A permanent stockpile location that can accommodate all dewatered material will be located at Site 7.
This work shall be measured for payment in CUBIC YARDS.
This work shall be paid for at the contract unit price per CUBIC YARD for EARTH EXCAVATION SPECIAL - HAULING which price shall include all of items listed above and in the Standard Specifications. It has been assumed that the wet sediment will reduce in volume by approximately 40% during dewatering. Payment will be measured based upon the volume of dry sediment.
The City of Aurora encourages minority business firms to submit Bidders and encourages the successful Bid Bidder to utilize minority businesses as sub-contractors for supplies, equipment, services and construction.
The Bidder shall begin the Work to be performed under the Bid as specified in the specifications after the execution and acceptance of the Bid, unless otherwise provided. The Work shall be conducted in such a manner and with sufficient materials, equipment and labor as is considered necessary to ensure its completion within the time specified in the Bid.
This work shall be performed in accordance with Section 669 of the Standard Specifications and consists of the items identified in the Standard Specifications and the Special Provisions for Removal and Disposal of Regulated Substances dated January 12, 2024.
Once the geotextile tubes have been sufficiently dewatered, excavate the soil material and haul it off-site. The Contractor will be responsible for the excavation of dewatered material from the geotextile tubes, loading the material into trucks, testing, associated permitting, hauling the material and dumping at acceptable facilities. This work must be completed without any machinery entering the waterway. The dewatered materials must be in condition that they can be handled, loaded and hauled without decant water and dredged materials spilling from trucks onto roadways. The Contractor is responsible for determining any and all requirements of the receiving facility and the Contractor is responsible for all fees associated with dumping, testing, permitting or other associated charges with disposing of the materials.
The contractor shall be responsible for completing testing to meet applicable State and Federal regulations as well as disposal site requirements. This pay item is only to be used with prior approval from the City.
This work shall be measured for payment in CUBIC YARD.
This work will be paid for at the contract unit price for CUBIC YARD for NON-SPECIAL WASTE DISPOSAL which price shall include all work as specified above.
Bidder shall schedule its Work to meet the requirement of the City. Bidder shall perform the Work expeditiously in cooperation with the City’s agents, employees, Bidders and subcontractors. Bidder shall make no claim against City and no claim shall be allowed for any damages which may arise out of any delay caused by City, its agents, employees, Bidder or subcontractors. Bidder’s sole remedy for delay shall be an extension in the Bid time.
This work shall be performed in accordance with applicable portions of Section 203 and 211 of the Standard Specifications, and as directed by the Engineer. This work consists of grading and shaping of a proposed hill in Dewatering Site 7 as depicted in the plans. The hill shall be a permanent stockpile location for the dewatered dredged materials. The grading depicted in the plans can accommodate all of the anticipated dried materials. Prior to performing the earthwork, the contractor must strip the topsoil from the earthwork area and stockpile the material for respread after grading has been completed.
No additional compensation will be provided for the handling, removal and disposal of any non-soil debris including concrete, concrete block, brick, stone, metal, plastic, wood material or other debris encountered during work. Any non-soil debris encountered during earth excavation shall be removed from the site and disposed of properly in accordance with State and Federal laws and regulations.
This work shall be measured for payment in CUBIC YARDS based on the quantity of dewatered material that is graded and shaped on Dewatering Site 7. These calculations do not account for swelling or compaction. Depending on the means and methods of earthwork utilized by the contractor, approximately 10% shrinkage due to compaction may occur. The finished grade of the permanent stockpile areas may vary slightly from the plans depending on swelling or compaction. The contractor shall be responsible for accounting for the impacts of swelling or compaction as it relates to the volume of soil handled. Based on the grading plan it is anticipated that all of the dewatered material can be permanently placed as shown on the plans.
This work shall be paid for at the contract unit price per CUBIC YARD for EARTH EXCAVATION – GRADING AND SHAPING which price shall include all of items listed above and in the Standard Specifications for Earthwork as well as Topsoil Excavation and Placement.
Wherever special conditions are written into the Special Conditions and Specifications which are in conflict with conditions stated in these Instructions to Bidders, the conditions stated in Special Conditions and Specifications shall take precedence.
This work shall be performed in accordance with applicable portions of Section 202 and 211 of the Standard Specifications, and as directed by the Engineer. This work consists of stripping topsoil and temporary site grading necessary to prepare Dewatering Site 7 for hydraulic dredging dewatering. The existing sledding hill, paths and other items within this area may be demolished as part of the site preparation. The City will remove the existing pavilion and hydrant within the limits of Dewatering Site 7. Only Dewatering Site 7 will be compensated for the grading necessary to prepare the grades to complete dewatering operations. This location will be the future permanent stockpile of the dried materials. The final grading and shaping of the dewatered materials will be paid for separately under the EARTHWORK – GRADING AND SHAPING pay item.
This work shall be measured for payment in LUMP SUM.
This work shall be paid for at the contract unit price per LUMP SUM for DEWATERING SITE PREPARATION which price shall include all of items listed above and in the Standard Specifications including but not limited to grading, erosion control measures, disposal fees, and other necessary items required to prepare the area for dewatering operations.
Bidder represents and warrants that the goods or services furnished hereunder (including all labels, packages and container for said good) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services. Bidder shall furnish "Safety Data Sheet(s)" in compliance with the Illinois Toxic Substances Disclosure to Employees Act.
This work shall be performed in accordance with applicable portions of Section 280 of the Standard Specifications, and as directed by the Engineer. The perimeter erosion barrier shall be inspected regularly and repaired if any deficiencies are noted. This work shall be performed within limits shown on the plans.
This work shall be measured for payment in FOOT.
This work shall be paid for at the contract unit price per FOOT for PERIMETER EROSION BARRIER which price shall include all of items, materials, labor and equipment listed in Section 280 of the Standard Specifications.
Bidder represents and warrants that the goods or services furnished hereunder (including all labels, packages and container for said good) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services.
This work shall be performed in accordance with applicable portions of Section 280 of the Standard Specifications, as modified herein, and as directed by the Engineer. The turbidity barrier shall be inspected regularly and repaired if any deficiencies are noted. This work shall be performed within limits shown on the plans.
Turbidity barrier shall be Type 1 DOT Turbidity Curtain (Silt Curtain) as depicted in the Illinois Urban Manual Details included in the plans.
This work shall be measured for payment in FOOT.
This work shall be paid for at the contract unit price per FOOT for TURBIDITY CURTAIN which price shall include all of items, materials, labor and equipment listed in Section 280 of the Standard Specifications and the above specification.
This work shall be performed in accordance with applicable portions of Section 280.04 of the Standard Specifications, and as directed by the Engineer. This work shall be performed in the locations shown on the plans and according to details shown on the plans.
The ditch checks shall be made of rolled excelsior or a commercial product similar to Siltworm erosion control products. The ditch checks shall be staked using wooden stakes at a maximum four (4)’ spacing.
This work shall be measured for payment in FOOT.
This work shall be paid for at the contract unit price per FOOT for TEMPORARY DITCH CHECK which price shall include all of items listed in the Standard Specifications.
It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder except as otherwise herein provided, shall do the Work necessary for such relocation, reconstruction, and repair and shall bear and pay all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as good condition as the same existed at the time of the commencement of any such Work or relocation.
It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Bidder for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the City, upon demand by said owners, or upon demand made by the City upon the Bidder for the payment thereof.
This work shall be performed in accordance with applicable portions of Section 251 of the Standard Specifications for Mulch, Method 2 and as directed by the Engineer. This work shall be performed during construction if a temporary erosion control measure is required by the Owner or Engineer. Upon application of straw mulch, the mulch must be crimped into the soil to ensure it remains in place and is not blown off the site. This pay item will be utilized only if directed by the Owner or Engineer. If temporary erosion control measures are required during construction then Mulch Method 2 shall be the primary method of stabilization.
This work shall be measured for payment in ACRES.
This work shall be paid for at the contract unit price per ACRE for MULCH, METHOD 2 which price shall include all of items, materials, labor and equipment listed in the applicable sections of the Standard Specifications.
Section 2-331(5) of the Aurora City Code requires that bidders for city contracts in excess of $25,000 must participate in active apprenticeship and training programs approved and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training to be considered a responsible bidder. A bidder must affirm such participation in the Bidder’s Certification submitted with any bid. Furthermore, the bidder must submit a copy of each applicable program registration certificate with his/her bid.
If the Bidder sublets the whole or any part of the Work to be done under the contract, with or without the written consent of the City, he shall not, under any circumstances, be relieved of his liabilities and obligations. All transactions of the City shall be with the Bidder; subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. In case any party or parties, to whom any work under the contract shall have been sublet, shall disregard the directions of the City or his duly authorized representatives, or shall furnish any unsatisfactory Work or shall fail or refuse in any way to conform to any of the provisions or conditions of the contract, then in that case, upon the written order of the City, the Bidder shall require said party or parties in default to discontinue Work under the contract. Said Work shall be corrected or made good and shall be continued and completed by the said Bidder or by such other party or parties as are approved by the City, in the manner and subject to all of the requirements specified in the contract.
This work shall be performed in accordance with applicable portions of Section 280 of the Standard Specifications for Temporary Erosion Control Seeding and as directed by the Engineer. This work shall be performed during construction if a temporary erosion control measure is required by the Owner or Engineer. Seeding shall be applied at a uniform rate of 100 pounds per acre. Fertilizer nutrients will not be required. The temporary seed shall consist of Common Oats and Annual Ryegrass.
This work shall be measured for payment in POUNDS.
This work shall be paid for at the contract unit price per POUND for TEMPORARY EROSION CONTROL SEEDING which price shall include all of items, materials, labor and equipment listed in the applicable sections of the Standard Specifications.
The Bidder shall guarantee the Work to be free from defects of any nature for a period of one year from and after the final acceptance and payment for the Work by the City, and the Bidder shall maintain said Work and shall make all needed repairs and/or replacements during this one year period which in the judgment of the Council, may be necessary to insure the delivery of the Work to the City in first-class condition and in full conformity with the plans and specifications therefore, at the expiration of the guarantee period.
This work shall be performed in accordance with applicable portions of Section 280 of the Standard Specifications, and as directed by the Engineer.
The contractor shall provide all necessary equipment, machinery and labor to install the filter baskets prior to disturbing any soil and then removal and disposal upon final stabilization. Geotextile fabric under the inlet grate is not an acceptable form or inlet protection.
This work shall be measured for payment in EACH.
This work shall be paid for at the contract unit price per EACH for INLET AND PIPE PROTECTION which price shall include all of items listed in the Standard Specifications.
The successful Bidder will be required to execute a contract in the form attached hereto (as may be modified and amended by the City) within five (5) days after notice of award and receipt of the contract from the City and sign and deliver to the City all required copies of the contract. Failure on the part of the Bidder to execute the contract within five (5) days and provide the required evidence of insurance at, or before the execution of the contract, will be considered just cause for the annulment of the award of the Bid.
This work shall consist of temporary fencing as shown on the project plans or directed by the Engineer. The temporary fence shall be chain link and a minimum of 6 ft (1.8 m) high with posts placed a maximum of 10 ft (3.0 m) apart. The temporary fence shall be removed in its entirety upon project completion, or as directed by the engineer. The intent of the security fence is to protect the dewatering locations from trespassing during the hydraulic dredging and dewatering process. The dewatering locations may pose a danger to the public while in operation and while dewatering and therefore an exclusionary barrier is proposed.
The contractor shall maintain proper ingress/egress through the temporary fencing for the personal and equipment required for the project. Access points including gates or removable panels required for construction or inspection access shall be incidental to this pay item. All access points and gates shall be closed and secured at the end of each working day.
This work shall be measured for payment in FOOT.
This work shall be paid for at the contract unit price per FOOT for TEMPORARY CHAIN LINK FENCE - SECURITY FENCE, which price shall include all material and work as specified above, including but not limited to labor, equipment, gates, and all hardware required for the work.
This work shall be performed in accordance with applicable portions of Section 550 of the Standard Specifications, and as directed by the Engineer. This work shall be performed within limits shown on the plans. All storm sewers and culverts shall consist of reinforced concrete cylinder pipe (RCCP) as identified in the plans.
The proposed pipe culverts will be installed under an existing submerged causeway. The existing causeway is said to be constructed of concrete panels of unknown thickness and unknown reinforcement. The installation proposed pipe culverts will require the demolition and/or removal of a portion of this concrete causeway. The demolition and/or removal of a section of the causeway will be considered incidental to the installation of the pipe culverts. These culverts will be installed below the normal water level of the Lake.
This work shall be measured for payment in FOOT.
This work shall be paid for at the contract unit price per FOOT for PIPE CULVERTS, TYPE 1 RCCP 24" which price shall include all of items listed above and in the Standard Specifications.
This work shall be performed in accordance with applicable portions of Section 201 of the Standard Specifications, and as directed by the Engineer. This work shall be performed as necessary due to excavations or construction of dewatering sites near existing trees to remain. Tree protection is not identified on the plans and will only be used as directed by the Engineer or the City.
No tree removal will be allowed to facilitate dewatering.
This work will be measured for payment in units of EACH per TREE PROTECTION where EACH referred to each tree regardless of the DBH of the tree.
This item shall be at the contract unit price, per EACH, for TREE PROTECTION shall include all work, equipment, labor and materials to complete the item.
This work shall consist of the construction of a temporary stabilized construction entrance. The entrance shall be constructed of stone, timbers, or another non-erodible material as to minimize the amount of debris and sediment tracked from the work area. The material used in the construction entrance must be approved by the Engineer prior to construction of the entrance. The construction entrance is not shown on the plans. The location of the temporary construction entrances are depicted on the plans but may be relocated at the contractors request. The location shall be coordinated with the contractor and the Engineer prior to installation. The location will depend upon the contractor’s proposed access point.
The materials shall be removed and replaced when half full of sediment to ensure continuous functionality.
This work shall be measured for payment in EACH.
This work shall be paid for at the contract unit price per EACH for TEMPORARY CONSTRUCTION ENTRANCE which price shall include all materials, labor and machinery necessary to construct, maintain, remove and dispose of the temporary stabilized construction entrance.
This work shall consist of all labor, equipment, and materials necessary to install a concrete block revetment mat in the locations identified on the plans as the Canoe Launch and Causeway consisting of a vegetated concrete erosion control mat. The concrete block mats shall be placed as shown on plans or directed by the Engineer. Acceptable manufacturers include Flexamat, Contech Engineered Solutions (ArmorFlex, ArmorRoad or ArmorLoc), or other approved manufacturers.
The vegetated concrete erosion control mat shall be manufactured from individual concrete blocks that are tied together to form an erosion control mat. Each concrete block within the mat will be tapered and uniform. Block connection will occur wither with the use of a high strength biaxial geogrid to ensure that no longitudinal or lateral movement of blocks occur during lifting or installation or through block shape design to ensure uniform placement of each block. The block mat must be able to support vehicular loading and withstand extended durations of being submerged under water as well as freeze and thaw cycles expected at the shoreline of the lake.
The concrete blocks will meet a minimum compressive strength of 5,000 psi at 28 days as per ASTM standards. The concrete blocks will be spaced no further than 1.5 in. apart.
Upon delivery, blocks, rolls or mats should be inspected to ensure that all of the units are free of defects that may hinder either performance or installation of the vegetated concrete erosion control mat. Delivered rolls or mats with UV sensitive materials should not be left exposed for more than 30 days to ensure protection from UV light.
Missing concrete due to chipping or cracking shall not exceed 15% of the average concrete unit weight. If the threshold of 15% is surpassed the material may be rejected by the engineer. Repair, patch, or replacement of the affected area should be done per the manufacturer’s recommendation.
The concrete block mat will resist erosion and scour due to hydraulic forces and will meet the requirements listed in Table 2 when tested with a backing material on a non-vegetated surface.
Table 2: Limiting shear stress testing, ASTM D 6460
Test | Tested value | Bed Slope | Limiting Value |
ASTM 6460 | Shear Stress | 30% | 24 lb./ft.2 |
ASTM 6460 | Velocity | 20% | 30 ft./sec |
The work shall be performed according to the following:
1. Subgrade prep should follow the construction plans submitted either by the engineer or manufacturer. The subgrade should be smooth, firm, unyielding, and free from all debris including sticks, rocks, roots, and other protrusions that would inhibit intimate contact with the subgrade. No individual block should be raised more than ¾ in. above the immediately adjacent block to ensure proper hydraulic performance.
2. The concrete block mats should be installed according to the line and grade shown in the plans that have been provided by the engineer or the manufacturer.
3. Installation of adjacent mat seams perpendicular to the flow should be done with a shingle installation method. The downstream mat should be placed a minimum of 18 in. underneath the upstream adjoining mat and can be fastened together as per the engineer or manufacturer’s recommendation.
4. A minimum toe trench of 18 in. should be dug for the leading edge of the concrete mat that is perpendicular to channelized flow. The leading edge and sides of the mat will be placed in the trenches and backfilled with a non-erodible soil or site-specific soil.
5. In addition to the duckbill anchors, anchoring can be achieved by using the lifting/anchoring loops that are embedded into the concrete blocks at the edges of each mat. Each loop can be used to adjust mats during installation as well as be used for attaching earth anchors to permanently hold the concrete mats in place.
This work shall be measured for payment in SQUARE YARDS.
This work will be paid for at the contract unit price per SQUARE YARDS for CONCRETE BLOCK MAT. The unit price shall include all equipment, materials and labor required to furnish, place and establish the vegetated concrete erosion control mat.
This work shall consist of re-establishing turf grass areas, furnishing and placing 6” of pulverized topsoil, fine grading, fertilizer and sowing of “Aurora Mix” grass seed by hand raking. Stabilization shall be completed by installing loose straw mulch stabilized with hydraulic mulch (Mulch Method 3) at the locations designated by the Engineer in accordance with the applicable portions of Section 250 and 251 of the Standard Specifications for Road and Bridge Construction. Stabilization with hydraulic mulch shall be paid for under the pay items for Mulch, Method 3. Pulverized topsoil shall be furnished in placed as needed and as directed by the Engineer to provide a minimum of 6” of topsoil through the entire Seeding – Aurora Mix area.
Fertilizer nutrients shall be applied to the prepared areas at a 9:18:9 ratio at a rate of 200 pounds per acre.
Aurora Mix:
The City of Aurora grass seed mixture consists of:
24.93% ASAP Perennial Ryegrass
24.46% Caddieshack Perennial Ryegrass
24.33% Goalkeeper Perennial Ryegrass
12.37% Geronimo Kentucky Bluegrass
12.29% Kentucky Bluegrass (variety not stated)
1.34% Inert Matter, 0.28% Crop, 0.00% weed
This mixture shall be sown in such a manner as to produce a growth of grass similar in quality and appearance to the grass of adjoining areas. Grass seed mix shall be proportioned by weight and planted at a minimum rate of eight (8) pounds per thousand (1,000) square feet. Seeds furnished shall be first grade in quality, high in germination, and free from weeds. Seed shall not be sown in high wind, foul weather conditions, or when ground conditions are not proper in the opinion of the Engineer.
Within twenty-four (24) hours from the time seeding has been performed, the seeded area shall be stabilized with Method 3, as identified on the plans.
The Contractor shall notify the Engineer a minimum of 48 hours prior to performing any landscape restoration. The Contractor shall demonstrate to the Engineer seeding and fertilizer applications rates prior to performing this work. Documentation regarding seed mixtures and fertilizer concentrations shall be provided to the Engineer prior to performing this work. In the event that the Contractor fails to adhere to these requirements, the work shall not be eligible for payment.
This work shall not be considered complete until a mowable weed-free stand of grass is obtained.
The work specified herein shall be paid for by the contract unit price per ACRE
This work shall be paid for at the contract unit price per ACRE for – SEEDING which price shall be payment in full for all labor, materials, and equipment necessary, including seed, fertilizer, pulverized top soil, loose straw mulch, and all other appurtenances required to perform this work in accordance with the plans, details, and specifications.
Payment for this item shall not be made until the seed has germinated and a growth of 2” grass strand has been established.
This work shall be performed in accordance with applicable portions of Section 251 of the Standard Specifications, and as directed by the Engineer. Erosion control blanket type NAG S75-BN or approved equivalent shall be used in the locations shown on the plans and as directed by the Engineer.
This work shall be measured for payment in SQUARE YARDS.
This work shall be paid for at the contract unit price per SQUARE YARD for EROSION CONTROL BLANKET, S75-BN which price shall include all of items, materials, labor and equipment listed in Section 251 of the Standard Specifications.
This work shall be performed in accordance with applicable portions of Section 251 of the Standard Specifications for Mulch, Method 3 and as directed by the Engineer. Mulch Method 3 or hydromulch shall be applied in all areas identified to be restored with turf grass.
This work shall be measured for payment in ACRES.
This work shall be paid for at the contract unit price per ACRE for MULCH, METHOD 3 which price shall include all of items, materials, labor and equipment listed in the applicable sections of the Standard Specifications
The plans identify multiple locations around Mastodon Lake where mechanical aeration is proposed. The Contractor will be responsible for furnishing and installing Power Control Centers (PCCs), electrical services where applicable and complete fountains to match the specifications below. Locations of electrical services have been identified in the plans and may be modified by the contractor. Electric service lines must be buried and installed by a licensed electrician.
Aerating Fountain
The aerator shall be a floating, surface spray aerator with a “fan” shaped spray pattern similar to an Otterbine Sunburst. The spray dimensions shall be as depicted in the table below. The primary pumping rate and the secondary circulation rate of the units shall be as depicted below:
Motor | HP | Spray Height (ft) | Spray Diameter (ft) | Pumping Rate (GPM) |
3450 RPM @ 60HZ | 3 | 10 | 30 | 775 |
Float: The float shall be made of seamless, one-piece high-density polyethylene plastic, filled with high density closed cell polyurethane foam. The float shall be capable of providing full floatation if the shell is punctured or cracked. The float shall have protective pockets for lights and handles molded into the bottom for easy handling. Metal floats or those with an internal void for additional ballast are not acceptable.
Impeller: The impeller shall be dynamically balanced and die cast from types 304 stainless steel. A type 304 stainless steel bolt and set-screw shall secure the impeller to the motor shaft. Flexible shaft couplings are not acceptable.
Motor: The motor shall be a 3 HP, 3 phase, oil-cooled, 60 Hz submersible motor operating at 3450 RPM or 50 Hz operates at 2875 RPM. The service factor shall be 1.15 except for 5HP 1Ph which shall be 1.00. The motor shall operate in a reservoir of the manufacturer’s oil for continuous lubrication of bearings and for efficient transfer of heat through the motor housing wall. Top mounted motors and water-lubricated motors are not acceptable. The rotor shall be dynamically balanced. The winding (stator) wires shall be covered with class F rated insulation designed for complete immersion in oil. The motor shall be attached to a thermoplastic motor base plate. The motor shall be protected against oil and water leakage by a combination of rotary seals, stationary seals, and molded rubber “O” rings. Motor shall be serviceable.
Motor Housing: The external motor housing shall be a canister formed from deep drawn 316 stainless steel. The motor base plate shall be constructed of 420 Valox thermoplastic. A Valox boss will provide support and protection for the male electrical connector.
Fasteners: All fasteners are to be metric and type 304 or 316 stainless steel.
Electrical Connectors: The electrical connectors shall consist of a receptacle and a plug constructed of non-conductive polymers. The system shall create a vacuum seal when connected and have a threaded nut system as a backup. The plug shall have a keyway and be threaded into the motor base plate. The connector system shall be ETL and UL approved.
Underwater Power Cable: The power cables shall be type SOOW specifically designed for underwater use. The conductors shall be flexible, stranded bare copper 12, 10 or 8 gauge, triple insulated to resist moisture, cracking, and softening. The outer jacket of the cable shall be a black CPE material. All underwater connections shall be vulcanized. Power cable shall be able to be furnished in unspliced lengths up to one thousand feet (305m) if necessary.
Power Control Center: The electrical components shall be mounted in a NEMA 4X rated enclosure with an externally mounted disconnect switch, and a MANUAL - OFF - AUTO selector switch. The electrical system for all units (115, 208-230, 380-415 & 460V) shall include a non-reversing 600V rated Manual Motor Controller (MMC) with thermal overload and short circuit trip and 24hr timer. 115, 208-230 volt, single and three phase units shall include GFCI (Ground Fault Circuit Interrupter) protection. To operate the GFCI and control circuit on 208-230 volt systems a neutral must be present or an optional control transformer may be supplied. The electrical system shall include a lightning arrester, rated for a maximum of 60,000 amperes discharge.
Testing: The aerator system shall be tested and approved as a unit. Separate component testing not allowed. Unit must be tested by ETL, ETL-C, CE, UL or other accredited testing facilities. The unit must have independent performance testing provided by the an accredited testing facility.
Warranty: The warranty shall be five years and include the unit, PCC, installation, anchoring system, cables and all items included in this pay item. The contractor shall provide the owner with a copy of the written warranty and Owner’s Manual.
This work shall be measured for payment in EACH.
This work shall be paid for at the contract unit price per EACH for AERATION FOUNTAIN (COMPLETE) which price shall include furnishing and installing a complete fountain including power supply, PCC, cables, complete fountain, labor, equipment and all associated items as described above.
The plans identify two (2) locations around Mastodon Lake where directional mixing and is proposed. The directional mixers shall be Otterbine Triton Mixers or approved equal. The Contractor will be responsible for furnishing and installing Power Control Centers (PCCs), electrical services where applicable and complete directional mixers to match the specifications below. Locations of electrical services have been identified in the plans and may be modified by the contractor. Electric service lines must be buried and installed by a licensed electrician.
Directional Mixer
The mixer shall be submerged horizontal mixing aspirator. The pumping capacity of each aerator shall be sufficient to influence 1,470,000 cubic feet of water.
Float: The float shall be made of seamless, one-piece high-density polyethylene plastic, filled with high density closed cell polyurethane foam. The float shall be capable of providing full floatation if the shell is punctured or cracked. The float shall have protective pockets for lights and handles molded into the bottom for easy handling. Metal floats or those with an internal void for additional ballast are not acceptable.
Impeller: The impeller shall be dynamically balanced and die cast from types 304 stainless steel. A type 304 stainless steel bolt and set-screw shall secure the impeller to the motor shaft. Flexible shaft couplings are not acceptable.
Motor: The motor shall be as noted in the table above, 60/50 Hz submersible motor operating at 1725 RPM. 50 Hz motors shall operate at 1425 RPM. High speed motors (i.e. 2000+ RPM’s) are not acceptable. The service factor shall be 1.15. The motor shall operate in a reservoir of the manufacturer’s oil for continuous lubrication of bearings and for efficient transfer of heat through the motor housing wall. Top mounted motors and water-lubricated motors are not acceptable. The rotor shall be dynamically balanced. The winding (stator) wires shall be covered with class F rated insulation designed for complete immersion in oil. The motor shall be attached to a thermoplastic motor base plate. The motor shall be protected against oil and water leakage by a combination of rotary seals, stationary seals, and molded rubber “O” rings. Motor shall be serviceable.
Motor Housing: The external motor housing shall be a canister formed from deep drawn 316 stainless steel tube welded with a type 308 stainless steel weld. The frame shall minimize vibration of the unit and allow the angle of discharge to be changed from 20 degrees off horizontal either up or down.
Support Frame: The support frame for the aerator shall be constructed of a type 304 stainless steel tube welded with a type 308 type stainless steel weld. The frame shall minimize vibration of the unit and allow the angle of discharge to be changed from 20 degrees off horizontal either up or down.
Protective Impeller Cage: The protective cage shall be constructed of a type 304 stainless steel 1/4ft or .64 cm welded round-stock.
Mooring Cable Leads: The mooring or anchor cable leads shall be of 1/8 inch diameter by 4ft or 1 meter long, type 300 series stainless steel wire rope.
Fasteners: All fasteners are to be metric and type 304 or 316 stainless steel.
Electrical Connectors: The electrical connectors shall consist of a receptacle and a plug constructed of non-conductive polymers. The system shall create a vacuum seal when connected and have a threaded nut system as a backup. The plug shall have a keyway and be threaded into the motor base plate. The connector system shall be ETL, UL and CSA approved.
Underwater Power Cable: The power cables shall be type SOOW specifically designed for underwater use. The conductors shall be flexible, stranded bare copper 12, 10 or 8 gauge, triple insulated to resist moisture, cracking, and softening. The outer jacket of the cable shall be a black CPE material. All underwater connections shall be vulcanized. Power cable shall be able to be furnished in unspliced lengths up to one thousand feet if necessary.
Power Control Center: The electrical control components shall be mounted in a NEMA 3R or greater enclosure with an externally mounted disconnect switch and a HAND - OFF - AUTO selector switch. The electrical system for units operating on 115, 208-230 volt, single or three phase, shall include a circuit breaker and a GFCI (ground fault circuit interrupter). To operate the GFCI on 208-230 volt systems a grounded neutral must be present or an optional control transformer may be supplied. The electrical system for units operating on 380 50 Hz and 460 volt 60 Hz shall include fuses. Fuses, if used, shall be dual-element type, mounted in three pole fuse blocks, with spring reinforced clips. For all units the motor starter shall be a combination magnetic full-voltage non-reversing type, 600 volts maximum, with bimetallic, ambient compensated overload relays. The electrical system shall include a three-pole lightning arrester, rated for a maximum of 60,000 amperes discharge. The system shall include a 24-hour timer.
Testing: The aerator system shall be tested and approved as a unit. Separate component testing not allowed. Unit must be tested by ETL, ETL-C, CE, UL or other accredited testing facilities.
Warranty: The warranty shall be three years and include the unit, PCC, installation, anchoring system, cables and all items included in this pay item. The contractor shall provide the owner with a copy of the written warranty and Owner’s Manual.
This work shall be measured for payment in EACH.
This work shall be paid for at the contract unit price per EACH for AERATION DIRECTIONAL MIXER (COMPLETE) which price shall include furnishing and installing a complete fountain including power supply, PCC, cables, complete mixer, labor, equipment and all associated items as described above.
All roads shall be kept open to traffic. The Contractor should take particular note of the applicable portions of Article 107.14 of the Standard Specifications. All signs, except those referring to daily lane closures, shall be post mounted in accordance with Standard 701901 for all projects that exceed four-day duration. Construction signs referring to daytime lane closures during working hours shall be removed, covered or turned away from the view of the motorists during non-working hours.
The Contractor shall furnish, erect, maintain and remove all signs, barricades, flaggers and other traffic control devices as may be necessary for the purpose of regulating, warning or guiding traffic. Placement and maintenance of all traffic control devices shall be in accordance with the applicable parts of Section 701 of the Standard Specifications, the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways and the Highway Standard contained herein.
The paved pedestrian path around Mastodon Lake will remain open to pedestrians during dredging operations to the maximum extent possible. During dewatering work, segments of the trail may be temporarily closed with barricades and signage while work is being performed. A temporary detour is encouraged to be marked by the contractor. The temporary closure shall be removed after work on the adjacent shoreline has been completed the pedestrian trail is safe to access by the public.
Special attention is called to Article 107.09 and Section 701 of the Standard Specifications and the following Highways Standards, Supplemental Specifications, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions, and Special Provisions contained herein relating to traffic control. It should be noted that Type I or Type II barricades will be required adjacent to the pavement in areas where a drop off of 3’’ or more occurs in accordance with Article 701.07.
Standards
701006, 701501, 701801, 701901 and BLR 18-5
Special Provisions
General Notes – Traffic Control and Protection
Maintenance of Roadways
Construction and Maintenance Signs (LR 702)
Traffic Control Deficiency Deduction (BDE 08273)
Work Zone Traffic Control (LRS#3)
Flaggers in Work Zones (LRS#4)
The Contractor shall submit to the Engineer a Traffic Control Plan for approval by the Engineer. The Contractor shall adhere to the approved Traffic Control Plan. The Contractor shall obtain written approval from the Engineer forty-eight (48) hours in advance of the implementation of any and all alterations or deviations from the Traffic Control Plan.
The Contractor shall be responsible for providing a proposed scheduling, phasing and traffic control plan. The City will review these plans and provide the contractor with any necessary modifications in writing. The Contractor will then be responsible for incorporating these changes into the proposed scheduling, phasing and traffic control plan.
All orange signs used shall be fluorescent orange in color. Deteriorated, damaged, or signs with non-original material on the front surface will not be allowed.
Prior to the start of work the Contractor shall have a sufficient number of barricades, signs, and flagmen at the jobsite for the scheduled work. If satisfactory traffic control as determined by the Engineer is not in place, the Engineer shall order the work to be halted. Traffic control devices shall not be removed without prior written notice and approval of the Engineer.
At the preconstruction meeting, the Contractor shall furnish the name and telephone number where he may be reached during non-working hours of the individual in his direct employ that is to be responsible for the installation and maintenance of the traffic control of this project. If the actual installation and maintenance are to be accomplished by a subcontractor, consent shall be requested of the Engineer at the time of the preconstruction meeting in accordance with Article 108.01 of the Standard Specifications. This shall not relieve the Contractor of the requirements to have a responsible individual in his direct employ supervise this work.
This work shall be measured for payment in LUMP SUM.
Traffic Control and Protection will be paid for at the contract unit price per LUMP SUM for TRAFFIC CONTROL AND PROTECTION (SPECIAL).
This work shall be in accordance with Section 201 of the Standard Specifications, and as directed by the Engineer. This work shall consist of watering existing plant material to maintain health and vigor during and following construction activity or directed by the Engineer.
During the establishment period of the SEEDING – AURORA MIX, the vegetation will require a minimum of one (1) inch of water per week. If this is not provided through natural rainfall then the contractor shall supply water through irrigation. The Contractor shall provide all mechanical equipment, water and labor to provide irrigation. There are no water services within the project location to provide water.
This work shall be measured for payment in MONTH.
This work shall be paid for at the contract unit price per MONTH for SUPPLEMENTAL WATERING which price shall include all machinery, water, labor, equipment and all associated items as described above.
All select granular material shall meet IDOT gradation specifications and shall be crushed concrete or crushed gravel. Material excavated as part of this project may be processed on site for re-use with approval from the Engineer at an agreed upon unit price.
Pipe Bedding
Pipe bedding shall consist of over-excavation of the trench bottom and refilling to proper grade in accordance with the trench backfill details included in the plans.
The cost of supplying and installing the aggregate bedding shall not be paid for separately, but shall be considered incidental to the project.
Haunching
Pipe Haunching shall consist of compacted aggregate for the full width of the trench to the spring line for the reinforced concrete pipe or ductile iron pipe and to one foot (1’) above the top of the pipe for PVC pipe in accordance with the details included in these plans.
The cost of supplying and installing the aggregate haunching shall not be paid for separately, but shall be considered incidental to the cost of the pipe.
Trench Backfill
Trench backfill shall be placed in accordance with the Standard Specifications for Water and Sewer Main Construction in Illinois and the Trench Backfill Detail as shown on the plans.
Place Trench Backfill material to required elevations, for each area classification listed below:
Under grassed areas:
Satisfactory excavated or borrow material, approved by the Engineer.
Under pavements:
Select Trench Backfill of compacted CA-7 crushed gravel.
Place backfill materials evenly adjacent to structures or piping to required elevations. Take care to prevent wedging action of backfill against structures or displacement of piping by carrying material uniformly around structure of piping to approximately same elevation in each lift.
Surface depressions resulting from backfill subsidence caused by compaction shall be filled and re-compacted by tamping or rolling to the satisfaction of the Engineer.
Measurement and Payment
The cost of supplying and installing the aggregate bedding and haunching shall not be paid for separately, but shall be considered incidental to the contract.
The cost of supplying and installing the initial and final Select Granular Trench Backfill shall be paid for at the contract unit price per CUBIC YARD (CY) for TRENCH BACKFILL. Section 20 of the Standard Specifications for Water and Sewer Main Construction in Illinois shall be used to determine the quantity of Select Trench Backfill that will be eligible for payment. The depth used for the purposes of calculating the quantity of trench backfill that is eligible for payment shall be from the top of the haunching to the bottom of the bituminous pavement patch.
This work shall be performed in accordance with applicable portions of Section 442 of the Standard Specifications, and as directed by the Engineer. This work shall be performed as needed on roadways and paths adjacent to the project that may be damaged by construction. This pay item shall only be used at the direction of the City or the Engineer.
The patching shall consist of 2.5” of Hot Mix Asphalt Binder Course, IL-19.0, N50 and 1.5” Hot Mix Asphalt Mix D, IL-9.5, N50. In addition, all saw cut lines shall be filled in accordance with applicable portions of Section 451.
The road must remain open and driveways accessible at the end of each working day. Areas awaiting patching must be backfilled up to match adjacent grade and allow for access to private properties. If temporary backfill to match existing grade is required it shall be considered incidental to the cost of pavement patching.
This work shall be measured for payment in SQUARE YARDS.
This work shall be paid for at the contract unit price per SQUARE YARDS for PAVEMENT PATCHING – CLASS D PATCHES, FULL DEPTH 4” which price shall include all of items listed above and in the Standard Specifications.
SP S.27 – ELECTRICAL
The proposed aeration equipment requires that an additional electrical service be added at the south EAST end of the lake and modifications to the existing 400amp service at the north end of the lake be completed. This pay item is intended to cover all electrical items required to service the proposed Power Control Centers PCC and aeration equipment. This is including but not limited to low-voltage electrical power conductors and cables, grounding and bonding, hangers and supports, conduits, boxes, identification, low-voltage electrical service entrances, panelboards, handholes, equipment racks, wire, grounding equipment, underground conduits, and all other materials and labor required to provide power to the PCC’s and aeration equipment.
See related electrical specifications for detailed information regarding:
• 260519 - Low-voltage electrical power conductors and cables
• 260526 - Grounding and bonding for electrical systems
• 260529 - Hangers and supports for electrical systems
• 260533.13 - Conduit for electrical systems
• 260533.16 – Boxes for electrical systems
• 260553 - Identification for electrical systems
• 262100 - Low-voltage electrical service entrance
• 262416 - Panelboards
This work will be measured for payment as LUMP SUM
This work shall be paid for at the contract unit price per LUMP SUM for ELECTRICAL which price shall include all material, machinery, labor, equipment and all associated items as described above.
This work shall also be in accordance with the additional Specifications for Electrical Items document that is posted with this RFB.
The Owner shall have the right to accept or deny the completion of this work.
Fountains located at sites 5, 6 and 7 as identified in the plans shall be outfitted with a low voltage (12 volt) LED lighting system consisting of 4 lights. The light housing shall be 304 stainless steel.
The light sources shall be ultra-bright ultra-compact 40 watt, 4-channel MCPCB RGBW (Red, Green, Blue, White) LED emitters with a high efficiency/high uniformity color mixing lens with TIR optics made of UL-rated optical grade PMMA. Lamps produce a 32 degree (flood) discharge with potential to exceed 70,000 hours under normal operation. The watertight seal shall incorporate a molded silicon “O” ring.
The quick disconnect shall consist of a male receptacle with a threaded nylon shell and a molded female cable connector with neoprene coupling nut. The male and female connectors shall be keyed to provide proper alignment when mated and provide an environmentally sealed electrical connection to exceed NEMA 6P/IEC IP68 ratings. The connector system shall be ETL, CE and UL approved.
The electrical system for RGBW LED light systems shall include GFCI (Ground Fault Circuit Interrupter) protection, 24hr timer, 3-channel selector switch for factory programmed sequences, and DC Power Supply rated to 240W and UL508 approved. The lighting control components shall be mounted in a NEMA 4X rated fiberglass enclosure.
The enclosure at the aerator shall be made of NEMA 4X fiberglass and be UL-50 listed for coastal and marine applications. Jumper cables from controller box to light housings to be protected by ultra-abrasion-resistant expandable 304 stainless steel sleeving.
The power cable shall be type SOOW specifically designed for underwater use. The conductors shall be flexible, stranded copper in 12 or 10 gauge, insulated to resist moisture, cracking, and softening. The outer jacket of the cable shall be a black CPE material.
The electrical system for LED light systems shall include GFCI (Ground Fault Circuit Interrupter) protection, 24hr timer, and DC Power Supply rated to 100W and UL508 approved.
The lighting system shall comply with UL standard UL1838.
The warranty shall be one year. The acceptable product shall be Otterbine Fountain Glo 40W model or approved equivalent.
This work shall be measured for payment in EACH
This work shall be paid for at the contract unit price per UNIT for AERATION FOUNTAIN LIGHTING which price shall include all material, machinery, labor, equipment and all associated items as described above.
This item is to provide for additional budget in the contract for additional scope of work that may be required but not specifically included in the contract plans and specifications and/or work that may be included in the contract plans and specifications but not covered by a contract pay item prior to the bidding process.
All furnished material shall conform to appropriate articles of the Standard Specifications, City ordinances, City details and specifications that are considered industry standards or standards set forth by a governing body (i.e. IDOT, City, etc.) for the furnishing, fabrication, installation or removal of the included items.
All work shall conform to appropriate articles of the Standard Specifications, City ordinances, City Details and specifications that are considered industry standards or standards set forth by a governing body (i.e. IDOT, City, etc.) for the furnishing, fabrication, installation or removal of the included items.
All materials resulting from this extra work shall be disposed of at the contractor's expense, outside the limits of the job, at locations acceptable to the Engineer and in accordance with Section 107.01 of the Standard Specifications, as amended by Public Act 90-761.
This item shall be measured for payment in the appropriate dimensions for the work performed
The Contractor will include in his/her bid a EACH of 200,000 units at $1.00 per unit for a total of $200,000.00 for miscellaneous additions to the project at the Engineer’s Discretion. Only additional work, as approved by the Engineer, will be eligible for payment. Additional work may consist of construction items that may be deemed necessary by the Engineer to add to the project and not otherwise identified as a bid item.
All pipe and pre-cast concrete structures shall be tested and inspected for compliance with the appropriate A.S.A., A.S.T.M., and Manufacturer's Specifications by a reputable Testing Company approved by the Engineer. Prior to delivering pipe and pre-cast concrete structures to the job site, all approved pipe and pre-cast concrete structures shall be marked by the testing company and two (2) copies of the satisfactory test reports shall be provided to the Engineer if requested. Any pipe or pre-cast concrete structure delivered to the site without proper markings or without test reports in the possession of the Engineer will be rejected for use.
Tree trimming may be required to allow room for construction equipment to move and swing overhead. In the event tree trimming is needed, the homeowner where the tree is located shall be notified that their tree will require trimming and the date that the trimming is scheduled to occur. Tree trimming required for construction shall not be paid for separately, but shall be considered incidental to contract.
Bid Deposit MUST be uploaded electronically with submission through the City’s E Procurement System, OpenGov. Upon notification from the City, Bidder’s must deliver ORIGINAL Bid Deposit within three (3) business days.
Please download the below documents, complete, and upload.
Include Municipality, Address, Phone Number, Contact Person, Date of Project for each reference
Please provide the following information for each subcontractor. If you do not have subcontractors, please write "N/A"
Company:
Address:
City, State, Zip:
Phone Number:
Contact Person:
By signing this Proposal, the Proposer hereby certifies that they are not barred from bidding on this Proposal as a result of a violation of Article 33E, Public Bids of the Illinois Criminal Code of 1961, as amended (Illinois Compiled Statutes, 720 ILCS 5/33E-1).
The Bidder's Executing Officer, being first duly sworn on oath, deposes and states that all statements made herein are made on behalf of the Bidder, that this despondent is authorized to make them and that the statements contained herein are true and correct.
Bidder deposes, states and certifies that Bidder is not barred from contracting with any unit of local government in the State of Illinois as result of a delinquency in payment of any tax administered by the Illinois Department of Revenue unless Bidder is contesting, in accordance with the procedures established by the appropriate statute, its liability for the tax or the amount of the tax, all as provided for in accordance with 65 ILCS 5/11-42.1-1.
I/We hereby certify that:
A. A complete set of bid papers, as intended, has been received, and that I/We will abide by the contents and/or information received and/or contained herein.
B. I/We have not entered into any collusion or other unethical practices with any person, firm, or employee of the City which would in any way be construed as unethical business practice.
C. I/We have adopted a written sexual harassment policy which is in accordance with the requirements of Federal, State and local laws, regulations and policies and further certify that I/We are also in compliance with all other equal employment requirements contained in Public Act 87-1257 (effective July 1, 1993) 775 ILCS 5/2-105 (A).
D. As applicable, I/We are in compliance with the most current “Prevailing Rate” of wages for laborers, mechanics and other workers as required by the State of Illinois Department of Labor.
E. I/We operate a drug free environment and drugs are not allowed in the workplace or satellite locations as well as City of Aurora sites in accordance with the Drug Free Workplace Act of January, 1992.
F. The Bidder is not barred from bidding on the Project, or entering into this contract as a result of a violation of either Section 33E-3 or 33E-4 of the Illinois Criminal Code, or any similar offense of “bid rigging” or “bid rotating” of any state or the United States.
G. As applicable, I/We will submit, for all contracts in excess of $25,000.00, a certificate indicating participation in apprenticeship and training programs approved and registered with the United States Department of Labor.
H. I/We will abide by all other Federal, State and local codes, rules, regulations, ordinances and statutes.
Please download the below documents, complete, and upload.
Please provide verification letter like sample attached.
Please download the below documents, complete, and upload. If applicable.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Upload IDOT prequalification as described in Check Sheet LRS6 in the “Supplemental Specifications and Recurring Special Provisions” in the categories appropriate for the type of work
proposed for this project.
COA General Specifications and the IDOT Employment Special Provisions
Where are we meeting for the site visit(s)?
This includes but not limited to: plumbing licenses, industry certifications, proof of safety training, IDOT Prequal., etc
This will be added by purchasing in the Vendor submissions in the next stage.
Would we like this option?
Please provide the anticipated
Q (Question): We respectfully request a three-week extension to the current bid submission deadline of March 11, 2026, to April 1st. This additional time will allow us time to conduct a site visit and properly investigate and understand the existing site conditions.
A: The due date for bids to be received has been extended to April 1, 2026.
Q (Question): We respectfully request a two-week extension to the current question deadline of February 25, 2026.
A: The due date for questions to be received has been extended to March 16, 2026.
Q (Question): We are requesting permission to collect representative samples from the Lake, which is necessary for preparing a comprehensive and accurate proposal. Who do we contact to make arrangements to schedule a site visit?
A: Bidders may, at their own expense, collect any information and/or samples obtainable from shore or by allowable boat as long as the sampling means and methods result in no disturbances to the lake or pubic and no permits are required. Mastodon Lake is accessible to the public via several points of entry, so no arrangements with the City are necessary.
Q (Question): Will the City consider accepting mechanical dewatering as an alternative to the geotextile Geotube dewatering method?
A: The City is willing to consider an alternative approach to completing the dredging. However, due to the profile of the lake, park, and neighborhood, any proposed alternatives must be submitted for pre-approval with sufficient detail and far enough in advance of the deadline for questions that the City and Engineer will have sufficient time for review. If acceptable, it will be approved as an alternate via addendum. Requests for Substitution should be submitted via the Question and Answers.
Q (Mechanical Dewatering): I would like to formally request mechanical dewatering be an alternate method. There is plenty of room within site 7 to set up a dewatering pad and then store the material with proper ES controls. This is related to a following question.
A: Please upload the pertinent information regarding substitution via the Q&A Request for Substitution. You can upload all information via a file. Please include the following information: We would need more information about the proposed alternative method in order to make a determination on it’s acceptance. Please provide additional details for our review, including (but not limited to): What equipment (size and type) are you proposing to perform the mechanical dewatering? How loud is this equipment? Would the water removed from the sediment via the proposed mechanical dewatering be returned to the Lake or would the dewatering result in the lowering of the final water level/volume within the Lake? Aside from the dewatering, would the dredging itself also be mechanical? If so, please describe in detail the methodology and equipment to be used, including impacts related to noise, landscaping, etc. Note that per section 5.23 of the RFB (SP S.4 Mechanical Dredging ), which applies to select locations deemed inaccessible to Hydraulic Dredging – “No machinery will be allowed to enter the Lake at any time. Mechanical dredging must take place from the shoreline.”
Q (Site 6 and Site 7): Please outline the right of way for the hydraulic dredging pipelines to and from site 7. If there's going to be tough pipeline positioning/approval, site 6 would make an alternative dewatering area and then the material could be trucked to site 7 for final placement.
A: The proposed pumping route is generally shown on page 20 of the project plans, which notes the exact route is "to be determined by the contractor and approved by the city prior to set up".
Q (Request for Substitution): Follow up to mechanical dewatering alternate. Please find attached the information requested from response 5. In addition, the answers to your questions, the water would be returned to the lake and the areas requiring mechanical dredging would of course be performed that way per spec, the rest would be hydraulic dredging.
A: The City is willing to consider the use of mechanical dewatering in lieu of the hydraulic dewatering method described in the plans and specifications. Any bidder proposing mechanical dewatering must provide a detailed description of the proposed process and should include the cost as part of the pay item titled "Hydraulic Dredging & Dewatering". The City will not allow the lake to be drained as part of the dredging operations and the bidder's mechanical dewatering process must meet all requirements of the IEPA permit (decant TSS requirements, etc.) and the City of Aurora (noise levels, working hours, etc.). The City reserves the right to reject any bids that include mechanical dewatering based on the detailed description provided regardless of low bidder status.
Q (Pipe Crossing): Yes a proposed pump route is shown but can you specify the requirements for both the open/closed road crossing and walking path crossing please.
A: The contractor will be required to maintain currently available access at all roads and walking paths during construction. This can be achieved by any combination of excavation/burial/pavement patching or use of properly rated drive over pipe protectors/ramps
Q (No subject): we are requesting a copy of the Utilization Plan form we should be submitting for this project
A: Form has been added in Vendor Submissions Area.
Q (Apprenticeship Utilization Plan): Where can I find the Apprenticeship Utilization plan that we need to submit with our bid? Can it be added to the Vendor Submissions area?
A: This requirement is based on the Illinois Works Apprenticeship Initiative, which is detailed at https://dceo.illinois.gov/illinoisworks/apprenticeship.html Per the requirements stated in the Illinois Works Apprenticeship Program Requirement specification in this bid request (SP A.12), bidders must submit an Apprenticeship Utilization Plan with their bid, detailing: • The number of apprentice hours planned per classification • Identification of participating apprenticeship programs • Certification of pre-apprenticeship graduates There is no official state or city document on which this information should be entered, so this information can either be added to the BEP Utilization Plan (which has been added to the Vendor Submissions Area) or summarized as a stand alone, contractor created document. Note that bidders are also provided the opportunity to submit for a waiver or reduction of the apprenticeship goal per SP A.12.
Q (No subject): The bid documents state that “Site 6 is no longer a bid alternative but can be used at the contractor's discretion for dewatering only. While bidders can assume that this location will be available for dewatering, the City is currently finalizing negotiations for it's use with the school district and therefore reserves the right to eliminate this location altogether.” This is confusing for bidding purposes. Will site 6 be guaranteed to be available for dewatering purposes or not?
A: Since the release of this rebid, the City has received official confirmation that site 6 will be available for dewatering.
Q (No subject): Is a Illinois General Contractors License or any other type of license required to bid this project?
A: The lone license required is a City of Aurora General Contractor's License
Q (No subject): What is the budget or engineer’s estimate for this project?
A: The City is not publicly sharing the EOPC at this time.
Q (No subject): Are all of the dewatered dredge material to remain on Site 7 or just temporarily stockpiled at Site 7? No material is being taken off site to a landfill for disposal?
A: A permanent stockpile location that can accommodate all dewatered material will be located at Site 7, no material will be taken offsite
Q (No subject): Can the owner please clarify where the 10,000 of earth excavation, special hauling is coming from? Is that material being moved to Site 7?
A: Yes, this work consists of removing and hauling dewatered dredged material from dewatering sites 1 – 6 to dewatering site 7, if necessary.
Q (No subject): In the bid form, is 500 CY of material suppose to go to a disposal site in pay item 20201200?
A: Yes, this is an allowance for taking any materials that were tested and found to contain materials not suitable for placement on site to be properly disposed of a a proper offsite facility. The contractor shall be responsible for completing testing to meet applicable State and Federal regulations as well as disposal site requirements.
Q (No subject): Please provide more information on where in the park the shoreline stabilization project will be while the dredging project is occurring.
A: The stabilization project will be performed around the perimeter of the lake and the awarded contractors for the two projects may be required to work concurrently onsite
Q (No subject): The bid form states (Sites 1-5) in bid item Special - Hydraulic Dredging and Dewatering. Isn’t all of the material suppose to be dewatered in Site 7?
A: The cost of dewatering operations for hydraulically dredged material should be included in this line item. This material may be fully dewatered within the locations identified in the plans giving preference to maximizing the use of Site 7 before using any other site identified in the plans. The City shall provide the approval to utilize dewatering sites other than Site 7 upon request of the contractor.
Q (No subject): Is the contractor suppose to use Sites 1-5 for dewatering?
A: Dredged material may be fully dewatered within the locations identified in the plans giving preference to maximizing the use of Site 7 before using any other site identified in the plans. The City shall provide the approval to utilize dewatering sites other than Site 7 upon request of the contractor.
Q (No subject): What is the size of the culvert on Sheet 20, going from the lake to the Site 7 dewatering area?
A: 12" RCP as shown on sheet 5
Q (Request for Alternate - Dewatering and Stockpile Location): In addition to the mechanical dredging alternate method that we requested in a different question. We would like to formally request approval to use an alternate off-site dewatering and stockpile location for the dredging spoils. We have already identified and secured a suitable off-site disposal location that fully complies with all environmental regulations and permitting requirements (at no cost to the project owner). Having an off site dewatering & stockpile location eliminates the need for the 8 on-site dewatering locations and any earthwork, preparation, and restoration needed for those dewatering locations. This will drastically reduce the disruption to the park operations during the project and will reduce time and cost for the project.
A: The City will allow bidders to submit pricing based on alternative means and methods as long as sufficient detail is provided with the bid for review. The City reserves the right to disqualify any bidder that proposes alternatives that are deemed not to be in the best interest in the City for any reason.
Q (Clarification on Apprenticeship and Training Program Qualification): Regarding the responsible bidder requirement in Section 2-331(5) of the Aurora City Code—which mandates that bidders on contracts over $25,000 participate in a U.S. Department of Labor-approved apprenticeship and training program and submit the applicable registration certificate(s) Our company (as prospective prime contractor) does not currently sponsor its own registered program. However, all of our proposed subcontractors participate in such approved programs, and we are prepared to fully meet (or exceed) any apprenticeship labor percentage or utilization requirements through their workforce. Could you please clarify whether the City would deem the prime contractor responsible under this provision if subcontractor participation satisfies the requirement in full, including submission of their registration certificates as needed?
A: The prime contractor must participate in an apprenticeship and training program
Q (Power System Studies): Regarding the Power System Studies (Short-Circuit and Arc Flash) required in Section 26 0573, is the contractor responsible for performing these studies solely for the newly installed electrical services, transformers, and Power Control Centers, or does the required scope extend to the existing utility distribution equipment throughout Phillips Park?
A: The contractor will only be required to do these Power System Studies for the newly installed electrical services, transformers and PCCs.
Q (City Water): The special provisions state a $1,600 deposit is required for a City water meter. Beyond this initial deposit, will the contractor be billed at standard City utility rates for the actual volume of water used for dust control and polymer mixing, or is the usage cost waived for this City project?
A: The contractor will be responsible for the cost of water used (cost of water not waived for city projects).
Q (Good Faith Effort for Apprenticeship Program): We anticipate pulling labor from local union halls. If the local unions do not have a sufficient number of apprentices who specifically graduated from the mandated pre-apprenticeship programs available for dispatch, what exact documentation will the City and the DCEO require to approve a waiver based on "good faith efforts"?
A: This scenario would likely qualify or a waiver of this requirement. While no specific documentation is requested, correspondence from the union halls indicating insufficient availability would likely suffice.
Q (Fountain Lighting): The electrical plans label the fountain lighting for sites 5, 6, and 7 as Bid Alternate #1, but the Pricing Table includes this item in the Base Bid. Should bidders include the cost of the LED lighting in their Base Bid total, or will a revised pricing sheet be issued that separates this into an Alternate line item?
A: Bidders should include the cost of the LED lighting in their Base Bid
Q (Request for Substitution): We would like to formally request approval to use mechanical dredging methods for the Mastodon Lake Dredging project as an alternate to the hydraulic dredging plan defined in the project specifications. Based on our pre-bid site visit and 30+ years of experience on similar projects, we have determined that this method will be most efficient, cost effective, and timely to complete this project. The mechanical dredging process will meet all of the requirements of the IEPA permit and the City of Aurora. The lake does not need to be drained to perform mechanical dredging.
A: The City will allow bidders to submit pricing based on alternative means and methods as long as sufficient detail is provided with the bid for review. The City reserves the right to disqualify any bidder that proposes alternatives that are deemed not to be in the best interest in the City for any reason.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.