SLED Opportunity · ILLINOIS · CITY OF AURORA, IL
AI Summary
City of Aurora, IL seeks bids for drainage improvements at 1615 Prairie Street including installation of storm sewer and inlet, with required traffic control, safety, and restoration. Final completion by June 5, 2026. Submission deadline May 13, 2026.
The City of Aurora, IL invites you to bid on the anticipated to improve drainage at 1615 Prairie Street by installing 77 LF of 10" PVC storm sewer and a 2' Diameter Storm Inlet, and other miscellaneous appurtenances all in accordance with the exhibit and specifications.
The City reserves the right to award the project individually or to multiple vendors.
The City of Aurora, IL invites you to bid on the anticipated to improve drainage at 1615 Prairie Street by installing 77 LF of 10" PVC storm sewer and a 2' Diameter Storm Inlet, and other miscellaneous appurtenances all in accordance with the exhibit and specifications.
| Release Date: | April 30, 2026 |
| Question Submission Deadline: | May 7, 2026, 8:00am |
| Response Submission Deadline: | May 13, 2026, 11:00am |
Equivalents must be submitted via the Q&A Tab for consideration. An Addendum will be posted with the "Approved" Equivalents.
Equivalents must be submitted by 8:00 am, Thursday, May 7, 2026. Questions will not be accepted after the due date and time.
Until completion
Notification of the quotation selected will be made by the issuance of a purchase order.
The purchase shall result in the issuance of a purchase order. All properly authorized purchases and services of the City shall be evidenced by the issuance of the same. Please be advised that any invoice received by the City not referencing a purchase order number may not be accepted as a valid City obligation.
Payment shall be made for services rendered. The City, after inspection and acceptance, and in consideration of the faithful performance by the Bidder, 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.)
Time, in connection with any discount offered, will be computed from the date of invoice 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.
The successful Bidder shall submit invoices via e-mail to: PurchasingDL@aurora.il.us 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! Please contact the Purchasing Division office for an authorization agreement form.
The City of Aurora reserves the right at any time and for any reason to cancel this Informal Bid, 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 set forth above. The City may seek clarification from any bidder at any time and failure to respond promptly is cause for rejection. The City further reserves the right to award the bid to the lowest responsible Bidder whose offer best responds in quality, fitness and capacity to the requirements of the proposed work or usage and therefore is in the best interest of the City.
Provision Number Title
ADMINISTRATION
SP A.1 – ALTERATIONS TO PROJECT BY ENGINEER
SP A.3 – RESPONSIBILITY OF WORK
SP A.4 – PUBLIC SAFETY AND CONVENIENCE
SP A.5 – COMPLETION DATE
SP A.6 – PERFORMANCE GUARANTEE OF WORK
SP A.7 – WORK DAYS AND HOURS
SP A.8 – INCIDENTAL WORK
SP A.9 – PRE-CONSTRUCTION MEETING
SP A.10 – NOTIFICATION
SP A.11 – CONTROL OF MATERIALS
SAFTEY
SP S.1 – TRAFFIC CONTROL AND PROTECTION
SP S.2 – RESPONSIBILITY FOR CONSTRUCTION SAFETY, SHORING AND CONSTRUCTION METHODS
SP S.3 – LOCATION OF UTILITIES
HOUSEKEEPING/SOIL EROSION & SEDIMENT CONTROL
SP H.1 – SOIL EROSION CONTROL
SP H.2 – DUST CONTROL AND DIRT ON PAVEMENT
SP H.3 – CLEANING ALL STRUCTURES
SP H.6 – HAZARDOUS SPILL REMEDIATION
GENERAL
SP G.1 – MOBILIZATION
SP G.2 – WATER FOR CONSTRUCTION PURPOSES
SP G.3 – SURFACE RESTORATION
SP G.5 – TRENCH BACKFILL, PIPE BEDDING, AND COVER
SP G.6 – COMPACTION REQUIREMENTS
SP G.7 – PIPE AND PRE-CAST CONCRETE STRUCTURES MATERIAL TESTS
SP G.8 – STRUCTURE TAPS
STORM SEWERS
SP ST.1 – STORM SEWERS
SP ST.5 – INLETS
RESTORATION
SP R.1 – SAW CUTTING
SP R.2 – TEMPORARY DRIVEWAY SURFACE, AND TEMPORARY PAVEMENT SURFACE
SP R.3 – HOT MIX ASPHALT PAVEMENT REMOVAL
SP R.6 – HOT MIX ASPHALT DRIVEWAY PAVEMENT REMOVAL
SP R.7 – COMBINATION PCC CURB AND GUTTER
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.
Revised 01/2026
The following Special Provisions supplement the Instruction to Bidders, the City of Aurora General Specifications, the Illinois Department of Transportation’s Standard Specifications For Road and Bridge Construction (herein after called the Standard Specifications), the City of Aurora’s Standard Specifications for Improvements, the Supplemental Specifications and Recurring Special Provisions, the Standard Specifications for Water And Sewer Main Construction in Illinois, Seventh Edition, the Standard Specifications for Traffic Control Items, Part 890 of the Illinois Plumbing Code (77 IL Admin Code 890.1150) and the latest edition of the Manual on Uniform Traffic Control Devices for Streets and Highways and the Illinois Supplement to the National Manual on Uniform Traffic Control Devices in effect on the date of invitation for proposals. These special provisions apply to and govern the proposed improvement designated as the 1615 Prairie St Drainage Improvements and in case of conflict with any part or parts of said specifications; these Special Provisions shall take precedence and shall govern.
Spoils shall be taken to Public Works at 2100 East New York Street. Proper traffic control shall be provided during the day that work is completed.
SUMMARY OF 2026 MAJOR SPECIAL PROVISION REVISIONS:
SP A.1 – ALTERATIONS TO PROJECT BY ENGINEER
The Engineer reserves the right to alter the Plans and details, extend or shorten the improvement, add such work as deemed 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.
SP A.3 – RESPONSIBILITY OF WORK
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.
SP A.4 – PUBLIC SAFETY AND CONVENIENCE
The Contractor shall maintain driveways, 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 also keep the sidewalk and curb ramps clear of debris and equipment whenever possible. 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/posts in conflict with the proposed improvements and the Contractor will be responsible for the replacement of signs/posts damaged during this process. 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 provided by the Contractor shall be posted and maintained during construction.
This work shall not be paid for separately but shall be considered incidental to TRAFFIC CONTROL AND PROTECTION.
SP A.5 – COMPLETION DATE
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 no 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:
Substantially complete shall mean the completion of all work except for the installation of the final HMA surface and minor punch list items.
Final completion shall be obtained when all the work in all respects has been completed; including the final HMA surface course, punch list work, and landscaping.
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 of the following year if directed by the Engineer.
Deadline extensions shall not affect the underground utility shutdown dates. Underground work to be performed after October 31st shall be postponed until April 1st of the following year. Restoration pertinent to utilities installed prior to October 31st shall be completed November 15th of the same year.
SP A.6 – PERFORMANCE GUARANTEE OF WORK
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 City and in accordance with written directions of the City, 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 City may take steps as it deems necessary to complete or remedy said work and charge the cost thereof to the Contractor.
SP A.7 – WORK DAYS AND HOURS
The Contractor shall not perform any work on City holidays (MLK Day, Juneteenth, & Veterans Day), Saturdays, or outside of regular working hours without prior written approval from the City. No work shall be done on Sundays or federal Holidays.
Regular working hours are between 7:00 AM and 3:30 PM, Monday through Friday.
If work is approved after regular working hours and Saturdays, the allowed working hours need to be agreed upon but shall be between 7:00 AM and 7:00 PM, Monday through Friday and between 8:00 AM and 5:00 PM on Saturdays
Equipment shall not be started before 6:45 AM.
SP A.8 – INCIDENTAL WORK
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.
SP A.9 – PRE-CONSTRUCTION MEETING
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 the time of the meeting, the Contractor shall be required to furnish and/or discuss the following:
Upon receipt of the Notice of 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.
SP A.10 – NOTIFICATION
The Contractor shall notify the Engineer a minimum of seven (7) days 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 area. 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. Temporary parking restriction signs shall be no more than 48 hours after a specific stage of work is completed and the parking restriction is no longer required.
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 Contract.
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.
Water
The Contractor shall notify the Engineer to request a shut-down of existing water supply a minimum of seventy-two (72) hours in advance so that proper notification and maps can be coordinated.
The Contractor shall hand deliver written notices provided by the City to all residences and/or businesses by 5pm two (2) calendar days before the shutdown, except Monday shutdown notices shall be handed out by Friday at 5pm a minimum of forty-eight (48) hours prior to shutting down water mains or affecting continuous water supply.
The Contractor shall notify the Engineer a minimum of twenty four (24) hours in advance of exposing or disturbing any potential lead water service lines to allow the Engineer to obtain the required risk notification paperwork.
Sanitary
The Contractor shall make every effort to maintain sewer service usage throughout the duration of the project. In the event that a connection will be out of service, the service disruption shall not exceed 8 hours. A public notification program shall be implemented, and shall at a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following:
SP A.11 – CONTROL OF MATERIALS
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 unacceptable and unauthorized and will not be paid for.
SP S.1 – TRAFFIC CONTROL AND PROTECTION
Traffic control shall be in accordance with the applicable sections of the Standard Specifications for Road and Bridge Construction, the Recurring Special Provisions and Supplemental Specifications, the Manual on Uniform Traffic Control Devices for Streets and Highways and the Illinois Supplement to the National Manual on Uniform Traffic Control Devices, and any special details and Highway Standards contained herein and in the Traffic Specifications or Highway Specifications. Special attention is called to Article 107.09 of the Standard Specifications for Road and Bridge Construction.
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.
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 flaggers 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.
The Contractor shall obtain, erect, maintain, and remove all signs, barricades, flaggers, and other traffic control devices as may be necessary for the purposes of regulating, warning, or guiding traffic. The supplying, installation, and maintenance of traffic control and protection shall be paid for at the contract unit price per LUMP SUM (LS) for TRAFFIC CONTROL AND PROTECTION.
Pavement marking removal may be included in the Contract. The Contractor shall coordinate pavement marking removal with the Engineer. Pavement marking removal shall be paid for at the contract unit price per SQUARE FOOT (SF) for PAVEMENT MARKING REMOVAL.
Temporary pavement marking may be included in the Contract. The Contractor shall coordinate temporary pavement marking with the Engineer. Temporary pavement marking shall be 4-inches wide and paid for at the contract unit price per FOOT (LF) for TEMPORARY PAVEMENT MARKING – YELLOW, or TEMPORARY PAVEMENT MARKING – WHITE. Temporary pavement marking for words and symbols shall conform to the sizes and dimensions specified in the Manual on Uniform Traffic Control Devices standards and shall be paid for at the contract unit price per SQUARE FOOT (SF) for TEMPORARY PAVEMENT MARKING – LETTERS AND SYMBOLS.
SP S.2 – RESPONSIBILITY FOR CONSTRUCTION SAFETY, SHORING AND CONSTRUCTION METHODS
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:
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.
SP S.3 – LOCATION OF UTILITIES
The Contractor, 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’s electrical division and water and sewer division, 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. Cassie Evans (cassie.evans@ComEd.com, C: 773-241-0741) should be contacted to arrange for any needed pole bracing.
SP H.1 – SOIL EROSION CONTROL
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 Plan.
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.
Prior to starting any excavation, the Contractor shall be required to place Engineer approved inlet protection such as an inlet basket sized to fit that particular frame, or equal, in all curb structures in accordance with the Soil Erosion and Sediment Control Plan.
Silt fence shall be installed as shown on the Plans in accordance with the details provided.
In the event that ground water is encountered during excavation, the Contractor shall provide dewatering filtration bags for each pump discharge line. The filtration bags shall be as manufactured by Dandy Products or approved equal.
SP H.2 – DUST CONTROL & DIRT ON PAVEMENT
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 $750.00 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.
SP H.3 – CLEANING ALL STRUCTURES
Before final acceptance, all structures and staging areas that were occupied by the Contractor in connection with this work shall be cleaned of all rubbish, excess materials, and other foreign materials deposited or accumulated on or in the structures and areas. Cleaning all structures shall be considered incidental to the cost of the contract and will not be paid for separately.
SP H.6 – HAZARDOUS SPILL REMEDIATION
The Contractor shall be responsible for the cleanup of any hazardous spills on the jobsite including oil, diesel, gasoline, etc. and any spill that enters the sewer system or any bodies of water downstream. The Contractor shall expeditiously work with all requests from the Illinois Environmental Protection Agency (IEPA) to comply with cleaning up any spills. The Contractor will be required to hire a contractor specializing in environmental cleanup, and that contractor shall coordinate directly with the IEPA. Should the Fire Department be involved responding to reports of spills and the resulting clean up and the spill is traced back to the Contractor’s jobsite, the Contractor shall be liable to reimburse the Fire Department any monies incurred for their efforts. The Fire Department efforts includes materials, equipment and labor that they deem necessary to contain or clean up the spill. All costs including coordination, fines and documentation with state and federal agencies, hiring of an environmental cleanup contractor, any environmental cleanup, reimbursement of the Fire Department, or any other costs associated with cleaning up or responding to spills originating from the jobsite shall be paid for by the Contractor. The City will not reimburse the Contactor for any of this work should it occur.
SP G.1 – MOBILIZATION
This item consists of transportation and setup of various equipment necessary to any and all locations for the project, as well as the breakdown and removal of the same equipment.
This item shall be considered incidental to the contract and will not be paid for separately.
SP G.2 – WATER FOR CONSTRUCTION PURPOSES
City water for construction purposes will be available to the Contractor at their 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 2185 Liberty Street, Aurora, Illinois 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.
SP G.3 – SURFACE RESTORATION
The Contractor shall be responsible for performing any surface restoration required due to damages caused by storing material and/or equipment outside the areas to be excavated. 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.
SP G.5 – TRENCH BACKFILL, PIPE BEDDING, AND COVER
All select granular material shall meet IDOT gradation specifications and shall be either crushed limestone, 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-6 crushed limestone or CA-6 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.
Compaction Jetting and Water Soaking
The holes through which the water is injected in the backfill shall be placed in a grid pattern at intervals of not more than four feet (4’). Additional holes shall be provided if deemed necessary by the Engineer to ensure adequate settlement. All holes shall be jetted and shall be carried to a point one foot (1’) above the top of the pipe. Drilling the holes by means of augers or other mechanical means will not be permitted. Care shall be taken in jetting to prevent contact with or other disturbance to the pipe.
The water shall be injected at a pressure and rate sufficient to sink the holes at a moderate rate. After a hole has been jetted to the required depth, the water shall be injected until it begins to overflow the surface.
If the Contractor requests and receives approval to perform mechanical compaction in place of jetting all trenches, they shall be responsible for hiring and compensating a third party testing agency to verify that the minimum compaction requirements listed in the Standard Specifications for Water and Sewer Construction in Illinois and the Compaction Requirements special provision shall be met. Mechanical compaction shall be performed in accordance with the Standard Specifications for Water and Sewer Construction in Illinois.
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 SELECT GRANULAR 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.
SP G.6 – COMPACTION REQUIREMENTS
The Contractor shall control soil compaction during construction in order to provide the minimum percentage of maximum or relative density as specified for each area of classification indicated below:
Percentage of Maximum Density Requirements
Compact soil to not less than the following percentages of maximum density for soils which exhibit a well-defined moisture density relationship (cohesive soils) determined in accordance with ASTM D 1557; and not less than the following percentages of relative density, determined in accordance with ASTM D 2049, for soils which will not exhibit a well-defined moisture-density relationship (cohesionless soils).
Pavement, Drives, and Sidewalks
Compact the top twelve inches (12”) of sub-grade and each layer of backfill material at 95% of the materials’ maximum density at optimum moisture content as determined by the modified proctor test.
Lawn or Unpaved Areas
Compact the top six inches (6”) of sub-grade and each layer of backfill material at 85% maximum density for cohesive soils and 90% relative density for cohesionless soils.
Moisture Control
Where sub-grade and each layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of sub-grade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations.
Compaction shall be considered incidental to the project and shall not be eligible for payment.
SP G.7 – PIPE AND PRE-CAST CONCRETE STRUCTURES MATERIAL TESTS
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.
SP G.8 – STRUCTURE TAPS
This work shall consist of connecting proposed sewers to existing manholes, catch basins and inlets in accordance with the Plans, details, and these specifications. This work shall include all excavation, sheeting, shoring, dewatering, supporting adjacent utilities and structures, core drilling and all other appurtenant work. The Contractor shall be responsible for any and all damages to existing utilities. If the Engineer determines an existing structure is to be re-used in lieu of replacement, the cost for connecting the proposed sewer to the existing structure shall be included in the cost for the structure tap.
In the event that the structure tap is to be performed on a sanitary manhole, the work shall include the installation of a rubber boot in accordance with the details and FMWRD requirements. A rubber boot will not be required for connections to storm sewer structures.
This work shall be paid for at the contract unit price per EACH (EA) for STORM STRUCTURE TAP or SANITARY STRUCTURE TAP for the size specified in the contract.
SP ST.1 – STORM SEWERS
This item consists of furnishing all labor, material, and equipment necessary to perform the work required under this Special Provision. It shall consist of hauling and distributing all pipes, fittings, bends, wyes, accessories and shall also include the excavation of trenches to the required depth; sheeting, bracing and supporting the adjoining ground, structures, or utilities, both above and below ground as required; tree pruning, providing barricades, guards and warning lights, laying and testing the pipe, backfilling and consolidating the trenches; dewatering the underlying soil stratum; provide flow by-passing; bracing and/or relocation of power poles; relocating existing services; cleaning and restoration of the work site and maintaining the streets or other surfaces over the trenches as required. This work shall not include surface restoration where unit prices are provided in the Contract. All costs associated with time delays due to the relocation of utilities found to conflict with the proposed improvements shall be considered incidental to the Contract.
Any trees, bushes, manmade surface structures, fences, signs, sanitary sewers, culverts, etc. which are close in proximity to the proposed improvements and therefore disturbed, damaged or removed due to construction shall be fully restored to the original condition and to the satisfaction of property owners adjacent to said work and the Engineer. The work, materials and all other appurtenances related to the above-mentioned restoration shall be incidental to the contract, unless a unit price is provided for said work in the contract.
Adjustments to the proposed line and grade may be directed by the Engineer in the field. Any additional work required due to installing the proposed sewer deeper than shown on the Plans shall be considered incidental to the increased quantity of select granular trench backfill.
Any disturbed or exposed lead water services shall be replaced from the water main to the meter and shall be replaced and paid for per applicable sections of the Water Main special provisions.
If unsuitable soil conditions are encountered, the Contractor shall be required to undercut the soil below the proposed sewer. The depth and limit of the undercut shall be determined by the Engineer. The Contractor shall be required to excavate to the depth determined by the Engineer and shall replace the excavated base with CA-1 or CA-7 as directed by Engineer. The excavated material shall be disposed of off-site in accordance with special provision DISPOSAL OF DEBRIS AND EXCAVATED MATERIAL. The costs associated with undercutting the proposed sewer including, excavation, shoring, hauling, dewatering, providing and backfilling with CA-1 or CA-7 shall be included in the bid unit price per CUBIC YARD (CY) for UNSUITABLE SOIL REMOVAL AND REPLACEMENT.
Storm sewers shall be constructed of the following material, unless otherwise noted in the Plans:
Measurement for storm sewers will be made along the centerline of pipe with no deductions for fittings, bends, or wyes. Where the storm sewer ends at a structure, or where there is a change in size, measurement will be made to the inside wall of said structure.
Payment will be made at the contract unit price per FOOT (FT) for STORM SEWER, of the type and size specified and shall include excavation, dewatering and all appurtenances.
SP ST.5 – INLETS
New inlets shall be constructed of pre-cast reinforced concrete in accordance with Standard Specifications for Water and Sewer Main Construction in Illinois, and the details included in the Plans. Non-shrinkable grout shall be required in the opening left around the pipe connections in the manhole wall.
This work shall also include the installation of a Class SI PCC bench in accordance with the details.
The pre-cast reinforced concrete inlet components shall be sealed watertight with 1”x1” butyl rope joint sealant, compressed to the manufacturer’s specifications. The cast iron frame and adjusting rings shall be sealed with M-1 adhesive/sealant and in accordance with the manufacture’s specifications. The inside joints of inlet sections, adjusting rings, and frame shall not be required to be mortared.
Each inlet shall be furnished with the frame and grate as specified in the Plans or approved equal. The structures shall be constructed with a minimum of 2” adjusting rings and allow for a maximum of 10” of adjusting rings. The use of concrete adjusting rings shall not be allowed and composite PRO-RING adjusting rings manufactured by Cretex Specialty Products or an approved equal shall be installed. The grade adjustment rings shall be manufactured from ARPRO Expanded Polypropylene, (EPP), black. 5000 series meeting ASTM D3575 and ASTM D48-1913; B6D7G4L3M24S2T17W7. The rings shall be manufactured using a high compression molding process to produce a finished density of 120 g/l ((7.5pcf). “Grade” adjustment rings may contain either an upper or lower keyway (tongue and groove) for vertical alignment and/or an adhesive trench on the underside with a flat top. The grade adjustment rings shall be capable of supporting the minimum requirements of AASHTO M-306, H-25 and HS-25, be UV stable and be resistant to chemicals and corrosion commonly associated with the sanitary and storm sewer environments. The rings shall be set with M-1 Adhesive/Sealant as recommended by the manufacturer between each ring, frame and/or top of structure. [NS4] Any adjustment to the proposed structure required to match existing or proposed grade, shall be incidental to this item.
Frames and Grates shall have the phrase “Dump No Waste Drains to River” cast into them. Existing frames and grates being removed shall be delivered to 2185 Liberty St., Aurora, at the location shown by City personnel.
Payment will be made at the contract unit price EACH for STORM INLET of the diameter indicated, which shall include the cost of all excavation, weep holes, drainage fabric, backfill material and furnishing and installing the specified frame and grate, removal and disposal off site of existing storm structures (if present), sealing pipes with brick and mortar found to be connected to the existing structure being replaced as directed by the Engineer in the field, and connection of new or existing pipes to the new storm structure.
SP R.1 – SAW CUTTING
When called for on the Plans or where directed by the Engineer, the Contractor shall saw-cut existing bituminous concrete and/or Portland cement concrete pavement full depth to penetrate the base and sub-base, so as to completely separate the existing pavement to be removed from that to remain. It is the Contractor’s responsibility to determine the thickness of the existing pavement and whether or not it contains reinforcement.
The work shall be performed in such a manner that a straight, vertical joint will be obtained. The saw cutting shall be done prior to the commencement of removal operations. Care shall also be taken by the Contractor so as not to damage the remaining pavement or surface directly adjacent to the pavement or surface to be removed. Any damage to the existing pavement or surface resulting from removal operations shall be repaired at the Contractor's expense, as directed by the Engineer.
The saw cutting shall be performed on both sides of the trenches for the proposed underground utilities. This work shall be performed prior to the commencement of the installation of the improvements as specified. It shall be the Contractor’s responsibility to lay out the locations for the proposed saw cuts.
This work shall not be paid for separately but shall be considered incidental to the contract unit prices. Saw cutting required for items not listed above or designated elsewhere in the special provisions shall be considered incidental to the contract.
SP R.2 – TEMPORARY DRIVEWAY SURFACE, AND TEMPORARY PAVEMENT SURFACE
Restoration of all improvements on public property is to be done in an expeditious manner. Failure to conform to these requirements will result in the City causing such work to be done. All costs of such work, including administrative costs, will be charged to the Contractor along with a $500.00 penalty for each occurrence on Driveways, Local Roads and Minor Arterials, and $500.00 for each hour per occurrence on Major Collectors and Arterials during the peak traffic hours Monday through Friday between 7 AM to 9 AM and 3 PM to 7 PM, during non-peak hours the penalty shall be $500 per occurrence whereby the City must invoke this provision. 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 temporarily or permanently restore public property as required.
PRIOR TO THE REMOVAL OF ANY PAVEMENT OR DRIVEWAYS, THE CONTRACTOR SHALL HAVE TEMPORARY PAVEMENT ON SITE, IN ORDER TO ENSURE THAT THE TEMPORARY PAVEMENT IS IN PLACE THE SAME DAY THAT THE EXISTING PAVEMENT IS REMOVED.
Where a temporary pavement surface has not been requested by the Engineer, the Contractor is encouraged to cap the surface with HMA grindings. However, HMA grindings will not qualify as a temporary pavement surface and will not be paid for as such.
Driveways
A cold mix temporary surface is required the same day of excavating the drive approach or the curb adjacent to the drive approach. The Contractor shall provide a temporary approach for all driveways across the width of the approach until the final surface is placed. Temporary driveways shall be inspected at the end of all workdays or in a timely manner to ensure the driveway surface remains usable to the satisfaction of the Engineer. Special attention shall be taken for handicapped residents or residents who may need imminent emergency care (expectant mothers, etc.). The Contractor and Engineer will work to identify special-needs residents to assure they have access to traffic or special vehicles at all times.
Local Streets and Minor Collectors
The Contractor shall place cold mix at street intersections, and/or at other locations as directed by the Engineer the same day of excavating the pavement. Cold Mix shall have a minimum of two inches (2”) thickness. The temporary surface shall be removed prior to placing the permanent pavement the cost of which is included in this temporary pavement surface pay item. The temporary surface shall be maintained so that it will provide a smooth, usable surface with a minimum of distraction to traffic to the satisfaction of the Engineer. The Contractor shall be responsible for coring through the cold patch in order to jet trenches. After the trenches are thoroughly jetted and consolidated, additional cold patch shall be applied. At all locations where cold mix is not installed, the Contractor shall place and maintain a CA-6 crushed limestone surface. Holes shall be backfilled or steel-plated over weekends and holidays. The permanent patch to City specifications must be in place as soon as possible.
Special attention shall be taken for handicapped residents or residents who may need emergency trips to a hospital. The Contractor, as directed by the Engineer, shall work with special-needs residents to assure they have special access to traffic and/or special vehicles at all times.
Arterials and Major Collectors
The Contractor shall place Hot Mix Asphalt (HMA) at all excavated locations within active travel lanes and intersections, and at other locations as directed by the Engineer. The HMA depth shall have a minimum of two inches (2”) thickness. The temporary surface shall be maintained so that it will provide a smooth, usable surface with a minimum of distraction to traffic to the satisfaction of the Engineer. The Contractor shall be responsible for coring through the temporary pavement in order to jet trenches. After the trenches are thoroughly jetted and consolidated, additional temporary pavement shall be applied. As an alternative, the Contractor may use cold mix asphalt. If cold mix is used, the Contractor shall inspect, repair and/or replace cold mix at all actively travelled locations, and at other locations as directed by the Engineer, on a daily basis when the temporary patch exceeds 1-inch of deviation (above or below) from the adjacent pavement or when excessive tracking of material occurs. Cold mix must be compacted with vibratory or heavy equipment – hand tamping shall not be allowed. Tracking of cold mix onto the travelled lanes shall be cleaned on a daily basis during off-peak traffic hours. The Contractor may use steel-plates, secured in place, to cover open excavations during weekends and holidays with appropriate warning signage. The use of CA-6 crushed limestone as a temporary patch is prohibited. The temporary surface shall be removed prior to placing the permanent pavement the cost of which is included in this temporary pavement surface pay item. HMA in good condition may be allowed to remain in place at the Engineer’s discretion. Cold mix shall be removed and replaced with permanent pavement.
Special attention shall be taken for handicapped residents, residents who may need emergency trips to a hospital, and businesses and emergency services needing 24-hour access for public safety. The Contractor, as directed by the Engineer, shall work with special-needs residents, businesses, and services to assure they have special access to traffic and/or special vehicles at all times.
Measurement and Payment
The installation and maintenance of the temporary surface shall be paid for at the contract unit price per SQUARE YARD (SY) for TEMPORARY PAVEMENT, 2” which shall be payment in full for all material, equipment, and labor necessary to perform this work in accordance with the Plans, specifications, and as directed by the Engineer.
SP R.3 – HOT MIX ASPHALT PAVEMENT REMOVAL
This work shall consist of saw cutting, removing, and disposing of the existing roadway pavement and replacement with Hot Mix Asphalt pavement and aggregate base course in accordance with the IDOT Specifications, and as shown on the plan details.
SP R.6 – HOT MIX ASPHALT DRIVEWAY PAVEMENT REMOVAL
This work consists of the removal of existing residential and commercial drive approaches, and replacement with hot-mix asphalt driveways and performing necessary earthwork (such as excavation or embankment) according to the proposed grade.
SP R.7 – COMBINATION PCC CURB AND GUTTER REMOVAL
This work shall consist of the removal of existing combination (Portland Cement Concrete, PCC) curb & gutter of the type and size matching that which exists, or as directed by the Engineer, by method and materials specified in Articles 606 and 1020 of the Standard Specification for Road and Bridge Construction.
Removal of PCC curb and gutter shall include full depth saw cuts.
I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company
Please upload the specification sheet of the product being submitted.
Note: Only approved alternatives will be accepted.
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.
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.
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).
Please download the below documents, complete, and upload.
Certificate of Insurance showing firm is able to meet/match the minimum insurance requirements. A copy showing the City of Aurora, IL as an additional-insured will be requested from the awarded vendor.
Please provide the anticipated
Where are we meeting for the site visit(s)?
Would we like this option?
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.
Any project with LABOR requires prevailing wage!
Exceptions: Snow removal, landscaping maintenance/mowing.
Choose 1-2 options
Are we asking for work to be completed? (ie. sewer repairs, painting, concrete slabs)
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.