Loading...
94-0816 IDOT Maintenance c - ®AIB VI Illinois Department of Transportation Division of Highways/District 1 201 West Center Court/Schaumburg, Illinois/60196-1096 LOCAL ROADS AND STREETS CITY MFT Elgin 1994 Maintenance 94-00000-00-GM Kane County August 2, 1994 Dollonna Mecum City Clerk 150 Dexter Ct. Elgin, IL 60120 Dear Madam: The request for quotations for bituminous patch mixture (GPI) for municipal streets was approved by this Department on August 1, 1994 and your file copy is being returned herewith. Very truly yours, ..12.,.... .419:46.0...4„...,,,_ Duane P. Carlson, P.E. District Engineer AC/tk cc: William T. Sunley w/encl. M.F.T. Auditors James L. Kristiansen - Director of Public Works w/encl. 93431/2 Illinois Department of Transportation Municipality Company City of Elgin Request for County Quotations Representative Kane & Cook GROUP I Township Address Elgin & Hanover Date July 21, 1994 Section Telephone 94-00000-00-G.M. • (1) Quotations will be received in the office of the Purchasing Agent, 150 Dexter Ct. , El gin, IL 60120 until 2:30 o'clock P. M. August 16 , 19 94 ,for furnishing materials required during the year 1994 , and that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA) to reject any or all quotations. By Order of City Clerk Dolonna Mecum July 21 , 19 94 (name) The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Agent at least five(5)days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quota- tions and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted accept- able quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Depart- ment shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. BLR 6102(Rev.4/90) MATERIALS QUOTATIONS Delivery Approximate Unit Item Point Quantity Price Amount Bituminous Patching F.O.B. City 2680 Tons Mixture (Group I) Trucks at Source of Supply ** *Total Group I *NOTE: A haul rate of $0.75 ** Source of Supply (Entry by Vendor) per ton mile will be used to determine the low bid- der based on distance from Public Works Garage to Source of Supply. The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current"Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the"MATERIAL QUO- TATIONS". If delivery on the job site is specified, it shall mean any place or place on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official,agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local govern- ment as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted By Date 19 (Local Agency) Approved District Engineer Illinois Department of Transportation Municipality Company City of El qi n Request for County Quotations Representative Kane & Cook GROUP II Township Address Elgin & Hanover Date July 21, 1994 Section Telephone 94-00000-00-G.M. • (1) Quotations will be received in the office of the Purchasing Agent, 150 Dexter Ct. , Elgin, IL 60120 until 2:30 o'clock P. M. August 16 , 19 94 , for furnishing materials required during the year 1994 , and that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency (LA)to reject any or all quotations. By Order of City Clerk Dolonna Mecum July 21 , 19 94 (name) The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Agent at least five (5)days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quota- tions and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted accept- able quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Depart- ment shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. BLR 6102(Rev.4/90) MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching F.O.B. City 428 Tons Mixture (Group II) Trucks at Source of Supply ** *Total Group II *NOTE: A haul rate of $0.7F ** Source of Supply (Entry by Vendor) per ton mile will be used to determine the low bid- der based on distance • from Public Works Garage to Source of Supply. The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current"Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUO- TATIONS". If delivery on the job site is specified, it shall mean any place or place on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official,agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local govern- ment as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted By Date 19 (Local Agency) Approved District Engineer STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS LOCAL ROADS AND STREETS ,BITUMINOUS PATCHING MIXTURES FOR MAINTENANCE USE These specifications cover course graded and fine graded bituminous mixtures for use in maintaining small areas on flexible and rigid type pavement. The materials, control, quality, sampling, testing, inspection and storage of material 'shall conform to the specific requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department of Transportation. - The materials supplier or contractor may furnish any of the following Bituminous Patching Mixtures listed in the individual Group for which the award was made. GROUP I - Bituminous Patching Mixtures "• al No. M-it-/9: tii�tuminous Mixture for MTi-nLenauce Use.....0.0,' Emulsified Asphalt Type. Rev. 4-1, ". Serial -19-81 Bituminous Mixture for Mainten��. '�• Use, Medium Curing Liquid Aspha' `ype. Rev. 1-1, 1981. Serial No. M-48-79 Bituminous Premi Maintenance Use, a.. lsified A HFE-300 or Inverted » EmuuN ;.�:�,.phalt CBAE-2. Rev. 4-1-1979. Serial No. M-126-86 Bit#0 - 000.00,0,.- xes for Maintenance Use, nforced Fl• v Mixture. 3ituminous Patchi ix'" Lure •(Class B): This mixt'► : shall conform :o the materi. 04quirements of Section 405 of the S� . . .rd Specificf . The bituminous material shall be limited .sphalt AC 1 !!p-' 0 or AC 100-120. The aggregate should be limited to . .: ./ aduat•inn. Bituminous Patching Mixture (Class I) : This mixture shall conform to the material requirements of Section 406 of the Standard _ Specifications for Bituminous Concrete Surface Course Mixture C. GROUP II - Bituminous Patching Mixture (Proprietary) Serial No. M-105-73: Tar Premix for Maintenance Use (CROWN- RITE) Issued Oct. 1, 1973. Serial No. M-120-79: Bitumious Premix for Maintenance Use (SYLVAX-UPM) Rev. April 1, 1979. Page 1 of 2 Rev. 5-22-90 B-1 of Bituminous Patching Mixture. All holes and depres ••. in the existing • - which exceed 3/4" in - be repaired by removal of all loose and . • wv- .aterial and replaced with the specified�� Situ.. .- . `a thing Mixture. The ma - •all be _...:.•K•N•ir • • •• - - • • - • • • •n • • ■ ' - • - • �:•�� Basis of Payment. This work will be paid for at the unit price per ton for BITUMINOUS PATCHING MIXTURE (GROUP I) ; BITUMINOUS PATCHING MIXTURE (GROUP II) ; F.O.B. trucks at plant When bids are taken F.O.B. trucks at the mixing plant a hauling differential of $0. 75 per ton mile haul from mixing plant to location designated in the proposal will be used to determine the low bid. • 2 (f) Affirmative action—City contracts. A. The city shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor,maintain any financial relation with any financial institution, or use the services of any labor organization or member thereof, which employs fifteen or more persons,which does not first submit to the city a written commitment to provide equal employment opportunity. However when a con- tractor, vendor, financial institution, labor organization or member thereof is the sole source of the particular work product or service desired by the city of Elgin and such work,product or service is essen- tial for the efficient governmental operations of the city of Elgin such written commitment shall not be required. The written commitment required by this section shall: 1. Set out and agree to maintain specific employment or member- ship practices and policies sufficient to achieve equal opportunity; 2. Set out,specific goals for participation by minority groups and female persons qualified by or for training or through previous work experience. This provision will not infringe upon the right of the employer to determine the need for or qualifications of employees; 3. Agree to submit to the city upon request written evidence of the effectiveness of the above-required practices,policies and goals; 4. Agree to submit to the city upon request statistical data concern- ing employee composition or membership composition on race, color,sex and job description; 5. Agree to distribute copies of the above commitment to all persons who participate in recruitment, screening, referral and selection of job applicants, prospective job applicants or • members; 6. Agree to require any subcontractor to submit to the city a written commitment which contains the provisions required by subdivisions 1 through 5 of this subsection; 7. The written commitment required by this section may also be satisfied by filing a copy of an affirmative action program of the contractor/vendor which is in effect and which has been approved . by any local, state or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the city of Elgin and contractors and vendors for the purchase by the city of Elgin of goods and/or services shall contain the following clauses: "The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin,place of birth,age,or physical handicap which would not interfere with the efficient performance of the job in question'The contractor/vendor will take affirmative action to comply with the provisions-of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those provisions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruit- ment, screening, referral and selection of job applicants, prospective job applicants,members or prospective subcontractors." "The contractor/vendor agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference,as if set out verbatim." CITY OF ELGIN, ILLINOIS AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS Please submit this completed and signed form(s) along with your proposal . No proposal will be accepted without this informa- tion. 1. AFFIRMATIVE ACTION: Pursuant to the attached "Affirmative Action City Contracts" provisions, the following informa- tion is required: A. Number of Employees B. If your offer is more than $10,000 and your number of employees is 15 or more, the following should be submit- ted with your bid: 1. Completion of the attached Bidder' s Employee Utili- zation Form. 2 . A written statement of your Company commitment to provide equal employment opportunity or a copy of your Company's current "Affirmative Action Program" . 2 . The undersigned certifies that the offerer is not delin- quent in the payment of any tax administered by the Illi- nois Department of Revenue unless there is a pending pro- ceeding contesting the tax. 3 . The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a convic- tion for the violation of State law prohibiting bid-rigging or bid rotating. Signature/Title Company Name Address Phone Number FEIN Q I�IZA 0 DEQ S � UPI� QBE STI This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action — City Contracts 1. Name and Address of Bidder Description of Project TOM MCA JOB CATEGORIES gam' 61' MA 'M Y F Y F Y € Y € Y F Y F X X TOTALS • I Signature of Company Official and Title Telephone No. Date Signed Page _of_ 2. Have you ever been awarded a bid by. the City of Elgin? YES [ NO 3. If the answer to #2 is yes. please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. • If the statistical data provided above shows under-- utilization of minority and/or female, please submit. according to the guideline provided in the attached document. a. written commitment to provide equal employment opportunity.. NOTE: In the event that a. contractor or vendor. etc. fails to comply with the fair employment and affirmative action provisions of the City of Elgin. the City. amongst other actions may cancel. terminate or suspend the contract in whole or in. part_ ley. 6/15/92