2021-2022 SNOW REMOVAL BID

31
2021-2022 SNOW REMOVAL BID Downers Grove Grade School District 58 1860 63rd St Downers Grove, IL 60516 SPECIFICATIONS Optional Pre-Bid Meeting and Walkthrough Tuesday, July 13, 2021 at 9:00 AM CDT To be held at the Administrative Services Center 1860 63rd Street, Downers Grove, IL, 60516 Last day for questions Monday, July 19th at 12:00 PM CDT Deadline for receipt of proposals and public opening is Thursday July 22, 2021 at 2:00 PM CDT

Transcript of 2021-2022 SNOW REMOVAL BID

2021-2022SNOW REMOVAL BID

Downers Grove Grade School District 581860 63rd St

Downers Grove, IL 60516

SPECIFICATIONSOptional Pre-Bid Meeting and Walkthrough

Tuesday, July 13, 2021 at 9:00 AM CDTTo be held at the Administrative Services Center

1860 63rd Street, Downers Grove, IL, 60516

Last day for questionsMonday, July 19th at 12:00 PM CDT

Deadline for receipt of proposals and public opening isThursday July 22, 2021 at 2:00 PM CDT

2

SPECIFICATIONS FOR SNOW REMOVAL

Bids for SNOW REMOVAL are requested by the Board of Education, Downers GroveGrade School District 58

All Proposals must be received at the district office, 1860 63rd Street, Downers Groveby the bid opening. The District does not take responsibility for U.S. mail or anyother deliveries that have not arrived in time. Faxed or emailed bids will not beaccepted.

PROPOSALSBefore submitting your proposal, carefully examine all specifications pertaining to the workand visit each site with permission of the school district. Submission of proposal will beconsidered evidence that the contractor is familiar with local facilities, the requirements ofthe documents and of pertinent State or local codes, State Labor and Material Regulations,and has made due allowance in his/her bid for all contingencies.

SALES TAXBidders shall not include taxes in their quotations, which school districts are not subject to;namely, Retailers Occupation Tax (both State and Local), Sales Tax of any kind, ServiceUse Tax, and any other such applicable tax.

SCHOOL DISTRICT RIGHTSThe Board of Education reserves the right to reject any or all bids, or to waive anyirregularities in the bidding and to make the award in accordance with the best interests ofthe district. In addition to this, the district reserves the right to immediately cancel the snowremoval contract at any time due to repeated or negligent poor performance, failing to meetthe needs of the district, including but not limited to failure to complete necessary workand/or fraudulent billing.

SCOPEThe contractor shall furnish all labor, materials, services, tools, equipment and incidentalsrequired to complete snow removal in scheduled areas as defined. After the bid isawarded, additional meetings will take place to review specific details including where snowis to be piled and other details as needed. Piles are not to exceed three feet near drivewaysand sight lines. Snow should be pushed beyond normal parking areas in anticipation offuture snow events. No loss of parking spaces or drive aisles should be incurred.

3

Pricing will be collected for all locations. Vendors must bid all locations, although the districtreserves the right to reject any or all bids. The base bid will be the cost of each siteindividually, as the District may award some or all locations.

SPECIFICATIONS

SNOW REMOVAL· Snow Plowing includes driveways, parking lots, school drop-off/pick-upaprons, paved playground areas, any other areas of pavement and a few gravelareas on the school properties. Sidewalks and pedestrian walkways includingpublic sidewalks if the alternate is selected by the District.· Snow Plowing is to occur automatically at 1 inch of snowfall without receivinga call from the district on school days. Contractor is responsible to contact adesignee of the Buildings and Grounds Department for direction if the snowfallamount is border‑line to this automatic 1 inch guideline. At certain periods chosenby the District, snow plowing will sometimes be on an as-needed basis. In theseinstances, the contractor will receive a call from a designee of the Buildings andGrounds Department for a list of locations to plow or not plow before a predictedsnowfall. Not all snowfalls and locations will need to be covered every singletime. The use of the contractor will be evaluated on a snowfall-by-snowfall basis.● The 1 inch automatic guideline is defined as the amount of snowfall required

to trigger automatic snow removal services and NOT the interval whichdefines the per push rate. As an example, 3” of snowfall DOES NOTnecessarily constitute 3 pushes.

● The contractor is expected to minimize the number of pushes used and toperform the snow removal as efficiently as possible.

● Weekends, holidays, or breaks typically still require servicing; however,approvals and changes shall be modified by direction from a districtsupervisor

● Any discrepancies on the number of pushes will be addressed as needed tothe favor of the district

· The cost for snow removal PER PUSH is defined as completely plowing theentire property of all snow.· It is the responsibility of the contractor to contact a designee of the Buildingsand Grounds Department after each snow removal occurrence with the totalnumber of pushes. This is critical in order to reconcile services.

4

SNOW REMOVAL EQUIPMENT & FLEET REQUIREMENTS· This bid is for snow removal for the locations listed in the bid proposal form.Snow removal is to be done using standard acceptable industry practices.Bidder accepts all responsibility to have proper equipment and manpower toaddress all locations awarded in this bid.· All vehicles must be properly equipped with safety notification equipment(amber lights, back up alarm, etc.). In addition, as much snow removal is doneoutside of official village working hours and nearby residences, considerationshould be given to being as quiet as possible. Proper mufflers and minimaldecibels of noise is to be followed. No horseplay or improper actions withequipment will be tolerated. Please respect our neighbors and adjacentproperties. Do not leave piles on sidewalks, drive on their property or publicsidewalk, etc. Failure to comply with these requirements may result in removal ofthat employee from the District and/or forfeiture of payment for not meeting theseneighborhood expectations.· All vehicles must be marked to properly identify the represented snowremoval company. Please submit a list of all vehicles or equipment that will beused within the scope of this bid.· A request to use storage containers or parked equipment at any locationsshall be submitted in writing to the District.

TIME & SCHEDULE REQUIREMENTSThe District requires that ALL locations under the agreement be cleared of snowdaily and by 6:00 a.m. on weekdays. The requirement is that the District will receivefirst service in the event of snowfall. If snow continues to fall past 6 a.m., it is theresponsibility of the contractor to contact a Buildings and Grounds Departmentdesignee for direction. Also, a District Buildings and Grounds Departmentrepresentative will contact the contractor to communicate the needs for additionalsnow removal anytime during the day. The afternoon/evening start times for snowremoval will vary by building depending on the weather conditions as well asplanned after-school activities. (The deadline of 6:00 a.m. for completion isconsistent with all locations.)

On Call: The District requires a response time of no more than 2 hours for arrivingat a site to plow in case of emergency needs or unforeseen school activities. Thiswould be on an “on-call” basis.

Daytime Snow Removal: In the event where snow falls throughout the day, thecontractor must be available to do driveway or lot cleanup if called to do so. If this isneeded, the District would contact the contractor. Contractor should be aware ofpedestrians and students at locations at all times. A call back charge can not be

5

billed for regular occurrences such as but not limited to: the village clearing theroadway after you’ve already cleared the adjacent sidewalk. The District cannotcontrol the timing of Village snow removal operations. In some locations, multiplepasses along a couple of sidewalks is to be expected.

DISTANCE FOR CONTRACTORTo qualify for this bid and ensure adequate response time, the contractor’sequipment/fleet must be permanently located and centrally dispatched from a streetaddress no more than 50 miles away from the nearest contracted school. This will bebased on street distance as determined by Google Maps or equivalent.

SALT APPLICATIONThe District will provide and apply salt to all parking lots and large pavementareas. The contractor will be responsible for providing and applying the salt for allsidewalks if the appropriate alternates are accepted. Pre-approval from the Districtis required for pre-salting in advance of a snow event for walkways. A submittal ofone 50 pound bag of material selected for application must be submitted prior toOctober 15th. Any changes in the materials throughout the season will also berequired to have a submittal. The contractors shall provide an SDS along with theice melt submittal. Salt should be spread evenly via drop spreader or mechanicalspreader avoiding grass and landscape areas. Areas under building overhangsshould have no salt or minimal applied where wind blown snow is an issue.Excessive applications of salt will result in required cleanup of the material bycontractor at no cost to the District. Snow/ice melt shall be applied when weatherconditions warrant such as sleet, freezing rain, ice, or snow resulting inhazardous or slippery conditions.

SNOW REMOVAL SEASONThe snow removal season for this bid is from October 15, 2021 through April 30,2022. This is a 1 year contract.

SNOW PILESA representative of the District will meet with the winning bidder(s) to discuss theplacement of the piles of snow during removal. This is to ensure that no sidewalks,walking paths, doorways, etc. are obstructed. No snow may be deposited on theroadway or other rights of way not attached to District property. Piles are not toexceed three feet near driveways and sight lines. Snow should be pushed beyondnormal parking areas in anticipation of future snow events. No loss of parkingspaces or drive aisles should be incurred.

6

MEASUREMENTSThe contractor shall verify all areas to be plowed on site. Each school is unique in itsneeds for snow removal. The contractor is responsible to examine the building sitesand ensure the company has full capability to perform the needed job at all locationsin the bid.

AWARDING BIDSThe bid will be awarded to the lowest responsible and responsive bidder providedthey meet the required specifications and needs of the District. Bid will be awardedto the bidder providing the best price on all chosen locations or best price on alllocations, whichever option is in the best interest of the district. By submitting a bid,the contractor agrees to be responsible for all awarded locations.

There will be a MANDATORY POST-BID WALKTHROUGH AFTER the bidopening with the apparent lowest responsible bidder(s). The date and time ofthis meeting will be communicated in a timely manner shortly AFTER the bidopening. To qualify as a bidder, in order to ensure accuracy of submitted bid(s), thecontractor must attend this mandatory post-bid walkthrough at all awarded locationswith a school district representative and submit a verification letter stating that the bidis accurate and complete as submitted and complies with all bid specifications.

QUALITY ASSURANCEThe contractor agrees that all requirements set forth by the district arecommunicated to workers assigned to each account to ensure consistency betweendrivers. Failure to respond to the District requests of necessary work may result inloss of payment or cancellation of contract

SNOW RELOCATION ON SCHOOL PREMISESIn the event that an extreme amount of snowfall occurs, it may be necessary forrelocation of snow piles. If needed, snow will be relocated from parking lots orplaygrounds to designated open field areas on the same property.

SAFETYContractor is expected to use extreme caution when operating snow removalequipment on school grounds, being aware of the possible presence of childrenparticularly on playgrounds. While the majority of snow removal will be done off ofschool hours, in some events the schedules may overlap if snow removal isnecessary during daytime hours. Concerns on this should be communicated to theDistrict Buildings and Grounds Department.

PROPERTY DAMAGE DURING SNOW SEASON

7

All property damage must be reported immediately. District reserves the final right todetermine the time requirement for the completion of these repairs. Repairs may beperformed by contractors approved by the district that comply with insurance andprevailing wage requirements, or the cost of the repairs may be credited toward theDistrict’s invoices. The details will be determined on a case by case basis with aDistrict representative.

SPRING CLEANUP / RESTORATION AFTER SEASON REQUIREMENTThe awarded Contractor will be responsible for final cleanup / site restoration afterthe snow season has ended. This includes and is not limited to the restoration ofany damaged grass areas, replacement of damaged parking curbs, fencing, signs,posts, or other damage resulting from the snow removal for the season. Allrestoration must be completed no later than April 15th, to the District’s satisfaction.

RESTORATION

o All lawn areas disturbed by snow removal shall be re-graded to form a smoothtransition from the existing lawn to the new sidewalk at a maximum slope of 6:1 andshall be treated by the application of black dirt and seed blanket. This item will beconsidered incidental to the bid and no added compensation shall be allowed.o Provide pulverized topsoil, seed blanket, and care of grass during establishmentperiod for a complete surface restoration or lawns, parkways, and other areasdisturbed as a result of the construction.o Provide watering, replanting and continue as necessary until a close healthy standof specified grasses is established.o Replace lawns not showing a close uniform stand of healthy specified grasses forup to 1 (one) year after acceptance of substantial completion of job by school districtand maintain until acceptance.o Scarify the compacted subgrade to a depth of 3 inches to receive the topsoil.o Provide a mixture of black dirt having at least 90% passing a No. 10 sieve, free oflarge roots, brush, sticks, weeds, stones larger than ¼ inch in diameter, and anyother debris.o Spread at least 4 inches of prepared topsoil in areas of new grading raked smoothand level.o Grade flush with walks, curbs, and pavingo Install erosion control / seeding blanket; submit type of seeding blanket assubmittal prior to installationo Contractor may provide and install wood snow stakes along plow routes at thebeginning of each snow season, and remove them at the end of each season.Placement is at the discretion of the contractor but shall be sufficient to avoiddamage to lawns and structures.

8

o This item will be considered incidental to the bid and no added compensation shallbe allowed.

PAYMENTTo ensure prompt payment, please submit invoices by the following dates, by 2:00P.M. Invoices should be submitted to the Administrative Service Center at 1860 63rdStreet or emailed to [email protected].

· Invoice due November 30th to be paid in December.· Invoice due December 31st to be paid in January· Invoice due January 31st to be paid in February.· Invoice due February 28th to be paid in March.· Invoice due March 31st to be paid in April.· Invoice due April 30 th to be paid in May.

Invoices must list the date, location and number of actions separately to allowreconciliation of service history information for approval.

INSURANCEThe successful bidder shall also provide owner with a certificate of insurance namingDowners Grove Grade School District 58 as an additional insured for the amount specifiedas follows, and such certificate or certificates shall be delivered to the owner prior to thedate for commencement of the work as set forth in the contract:

CONTRACTOR’S INSURANCEThe contractor shall keep in force at all times during the performance of this contractinsurance herein. Contractor shall not commence work under the contract until all therequired insurance has been obtained, approved and until the owner has been furnishedwith certificates of insurance in duplicate stating that such policies will not be canceled,transferred, non-renewed, modified or terminated without thirty (30) days prior written noticeto the owner. The contractor shall not allow any sub-contractor to commence work on anysub-contract until similar insurance required of the sub-contractor as required by thiscontract has been obtained, approved and certificates furnished. All insurance shall be inthe form and substance and issued by companies satisfactory to the owner and shall be ofthe following kinds and with at least the following limits of coverage.

A. Compensation Insurance

Workman’s compensation insurance with limits as prescribed by the laws of theState of Illinois and employer’s liability insurance with minimum limits of $100,000.

9

B. Comprehensive General Liability Including Contractual Liability Insurance:

Contractor shall maintain comprehensive general all-risk liability insurance, includingcontractual liability insurance covering the liability of the contractor under the “HoldHarmless and Indemnification” provision herein, and “explosion, collapse andunderground” insurance in at least the following limits:

Bodily Injury, including Accidental Death:Each occurrence $1,000,000Aggregate $1,000,000

Property Damage Liability:Each occurrence $1,000,000Aggregate $1,000,000

C. Comprehensive Automobile Liability Insurance:

Contractor shall maintain comprehensive automobile liability insurance covering allvehicles incident to the contractor’s work, whether at the site or elsewhere, in at leastthe following limits:

Bodily injury:Each person $1,000,000Each accident $1,000,000

Property Damage Each Occurrence $1,000,000

D. In addition to the minimum limits stated above, the contractor shall increase hislimits with an umbrella policy with at least a $5,000,000 limit.

The contractor shall have the following obligations with regard to insurance coverage for thework under this Contract.

A. All insurance required of the Contractor shall state that it is Primary Insurance asto all additional insureds with respect to all claims arising out of operations by or ontheir behalf. If additional insureds have other applicable insurance coverages, thosecoverages shall be regarded as on an excess or contingent basis.

B. The Contractor shall require that every subcontractor of any tier obtaininsurance of the same character as that required of Contractor, naming the same

10

additional insureds and subject to the same restrictions and obligations as set forthfor the Contractor’s insurance in the Contract Documents.

C. Under no circumstances shall District 58 be deemed to have waived any of theinsurance requirements of this Contract by any act or omission, including, but notlimited to:

1. Allowing work by Contractor or any subcontractor of any tier to start beforereceipt of certificates of insurance

2. Failure to examine, or to demand correction of any deficiency, of anycertificate of insurance received

D. The purchase of insurance by the Contractor under this Contract shall not bedeemed to limit the liability of the Contractor in any way, for damages suffered byDistrict 58 in excess of policy limits or not covered by the policies purchased.

E. The Contractor shall notify District 58, in writing, of any possible or potential claimfor personal injury or property damage arising out of the work of this contractpromptly whenever the occurrence giving rise to such a potential claim becomesknown to the Contractor.

F. The Contractor shall provide insurance in compliance with a best insurancerating of A, 8 or better.

HOLD HARMLESS AND INDEMNIFICATION

The contractor shall assume all liability for, and shall protect, defend, indemnify and holdharmless, the owner, their officers, employees, servants and agents, from and against allclaims, actions, suites, judgments, costs, losses, expenses and liabilities of whatsoever kindor nature including legal fees incurred by owner arising out of:

A. Any infringement (actual or claimed) of any patents, copyrights, or trade names byreason of any work performed or to be performed by the contractor under this contract or byreason of anything to be supplied by the contractor pursuant to this contract.

B. Bodily injury, including death, to any person or persons (includingcontractor’s officers, employees, agents and servants) or damage to or destruction of anyproperty, including the loss of use thereof:

11

- Caused in whole or in part by any act, error or omissions by the contractoror any subcontractor or anyone directly or indirectly employed by any of themregardless of whether or not it is caused in part by a party to be indemnifiedhereunder

- Arising directly or indirectly out of the presence of any person on or aboutany part of the project site or the streets, sidewalks and property adjacentthereto

- Arising directly or indirectly out of the use, misuse or failure of anymachinery or equipment used directly or indirectly in the performance of thiscontract

C. Mechanics lien claims by subcontractors hired by contractor to do work on theproject contracted for between owner and contractor, where owner has madepayments for the work done and said subcontractor is listed in the generalcontractor's affidavit.

PREVAILING WAGEIf applicable to the work outlined in this bid, the contractor is required to comply with allprovisions of the acts of the General Assembly of the State of Illinois related to WageRates, Discrimination and Preference to Illinois workers. For the most current prevailingwage rates, please visit the DuPage County website.

BONDSThe awarded Contractor shall furnish a Performance Bond and Payment Bond (AIADocument A312) prior to the contract start date for each location. The bond surety mustcarry a BEST RATING of A. Such bond shall be in a form and with a surety acceptable tothe Board and shall not include a limitation period shorter than provided by Illinois law. ThePerformance Bond shall guarantee the performance of the duties placed on the Contractorunder this Agreement, the restoration of any property damage and its compliance with anyapplicable laws, and shall indemnify the School District and its Board members, officers,employees and agents (the "Indemnities") from any liability or loss to the Indemnities fromany failure of the Contractor to fully perform each or all of said duties.

A $10,000.00 Bid Bond or Certified Bank Check must be submitted with a bid.

The Contractor shall submit full Performance Bonds BEFORE work is startedfor 100% of the awarded bid. Due to the unknown nature of the total project,$100,000 should be used as the contracted amount.

12

Failure to provide services during the snow removal season as outlined in thisproposal as well as failure to properly restore any property damage within thespecified time frame according to the district's specifications will result in ademand for bond claim and may disqualify the contractor from participating inany future bids or projects with the district.

CONTRACTOR QUALIFICATIONS

SUPPLEMENTAL CONTRACTOR QUALIFICATION STATEMENT

1.1 GENERAL

a. The supplemental documentation outlined in this section shall be requiredand shall be submitted with the submission of the Proposal.

b. Contractors who have successfully completed projects of similar size andscope with the District within the last year of this project’s bid date are exemptfrom the requirements of this section, at the discretion of the District.

c. The Bidder is required to meet the following criteria in order to be considereda responsible bidder by the District. District shall have the right to make suchinquiries as it deems appropriate to verify any of the information provided byBidder to District pursuant to this Section. If as a result of such inquiries,District deems any such information provided by the Bidder unsubstantiated,or if any of the documentation provided by the Bidder as described below isincomplete, District may deem the Bidder to have failed to satisfy said criteria.

d. The District may utilize any available information including but not necessarilylimited to the information submitted as part of this Section to determine thelowest responsible bidder for this project.

e. In the case of a joint venture or partnership, each joint venture or partnermust independently meet all requirements.

f. Bidders must satisfy themselves, upon examination of these specifications,as to the intent of the specifications. After the submission of the proposal, nocomplaint or claim that there was any misunderstanding in regard to the itemslisted for bidding will be entertained from either party.

13

g. Bidders shall not include taxes in their quotations, which school districts arenot subject to; namely, Retailers Occupation Tax (both State and Local),Sales Tax of any kind, Service Use Tax, and any other such applicable tax.

h. Each bid must be accompanied by a Certificate Regarding SexualHarassment Policy certifying that the bidder has a written sexual harassmentpolicy as required by section 2-105 of the Illinois Human Rights Act (775 ILCS5/2-105). The form of the Certificate Regarding Sexual Harassment Policy isincluded within the bid documents. No bid shall be considered responsiveunless accompanied by a Certificate Regarding Sexual Harassment Policy.

i. Each bid must be accompanied by a Certificate of Eligibility to Bid certifyingthat the bidder is not barred from bidding on public contracts due to aconviction for the violation of section 33E-3 (Bid Rigging) or section 33E-4(Bid Rotating) or the Illinois Criminal Code or 1961 (720 ILCS 5/33E-3,5/33E-4). The form for Certificate of Eligibility to Bid is included within the biddocuments. No bid shall be considered responsive unless accompanied bythe signed Certificate of Eligibility to Bid.

j. Each bid from a contractor with 25 or more employees must be accompaniedby a Certificate of Compliance with the Illinois Drug-Free Workplace Actcertifying that the bidder shall provide a drug-free workplace for employeesengaged in the performance of work under the contract and that the bidder isnot barred from bidding on public contracts due to a violation of the IllinoisDrug-Free Workplace Act (30 ILCS 1 et seg.). Each bid from an individualmust be accompanied by the Certificate of Compliance with the IllinoisDrug-Free Workplace Act certifying that the contractor shall not engage in theunlawful manufacture, distribution, dispensation, possession, or use of acontrolled substance in the performance of the contract and that thecontractor is not barred from bidding on public contracts due to a violation ofthe Illinois Drug-Free Workplace Act. The forms of the Certificate ofCompliance with the Illinois Drug-Free Workplace Act are included within thebid documents. No bid shall be considered responsive unless accompaniedby a signed certificate where applicable. The contract award shall be subjectto suspension of payments or termination, or both, if it is determined that thebidder has made false certification or that the bidder has violated thecertification by failing to carry out the requirements of the Illinois Drug-FreeWorkplace Act.

k. The successful bidder must enter into the agreement in the form included inthe Bid Document.

14

1.2 EXPERIENCE

A. A Bidder must have a minimum of five (5) continuous years in businessprior to this project’s bid date, as a Snow Removal Contractor.

Documentation made available upon District request: Shall consist ofcorporate documents, registrations, annual reports, (or, if the Bidder is not acorporation, substantial equivalents) showing continuous existence andoperation for the time stated. If documents relating to a predecessor entityare provided, also provide an explanation of the reason for the dissolution ofthe predecessor and the formation of its successor to the satisfaction of theDistrict. Based on this information provided, the District may deem the bidderto be non-responsive and not qualified for the project.

B. The Project Manager to be assigned to the project must have at least three(3) years of experience working for a Snow Removal Contractor managinginstitutional or commercial projects and at least three (3) public snow removalcontracts of similar scope and complexity in the State of Illinois within the last five(5) years prior to this project’s bid date.

Documentation required: Shall consist of Project Manager’s resumeindicating name, education or training, and a list of projects where hemanaged the work as outlined above, and length of employment with thisBidder.

C. Bidder must have been contracted for at least three (3) public snow seasonremoval contracts within the last five (5) years from this project’s bid date in theState of Illinois as a Snow Removal Contractor.

D. The school district reserves the right to disqualify bidders based on negativeprevious experience from other agencies.

NOTICE TO ALL BIDDERSContractor is aware that the School District is subject to the Illinois Freedom of InformationAct (“FOIA”) and is subject to its provisions. Therefore, if the School District receives aFOIA request for a document or record that is in Contractor’s possession and the SchoolDistrict believes in its reasonable discretion that such document or record is subject torelease under FOIA, Contractor shall release the document or record to the School Districtimmediately upon the request of the School District.

15

All District locations are to be tobacco free areas.

Certifications

The undersigned hereby certifies that the Bidder is not barred from bidding on this contract as aresult of a violation of either the bid-rigging or bid-rotating provisions of Article 33E of theCriminal Code of 1961, as amended.

_____________________________________________________________________________Name of Bidder (Please Print) Submitted by (Signature)

The undersigned hereby certifies that the Bidder is in compliance with the Equal EmploymentOpportunity Clause and the Illinois Fair Employment Practices Act.

_____________________________________________________________________________Name of Bidder (Please Print) Submitted by (Signature)

The undersigned hereby certifies that having submitted in bid proposal to School District 58 thatsame bidder has a written sexual harassment policy in place and is in compliance with P.A.87-1275._____________________________________________________________________________

Name of Bidder (Please Print) Submitted by (Signature)

The undersigned, which has 25 or more employees, does hereby certify pursuant to Section 3 ofthe Illinois Drug-Free Workplace Act (Ill. Rev. Stat. Ch. 127, par. 132.313) that the Bidder shallprovide a drug-free workplace for all employees engaged in the performance of work under thecontract by complying with the requirements of the Illinois Drug-Free Workplace Act.

_____________________________________________________________________________Name of Bidder (Please Print) Submitted by (Signature)

The undersigned hereby certifies he has read, understands, and agrees that acceptance byDowners Grove Grade School District 58 of the Bidder’s offer by issuance of a Purchase Orderwill create a binding contract.

_____________________________________________________________________________Name of Bidder (Please Print) Submitted by (Signature)

16

___________________________________Title

Snow Removal Bid

Attach a list of vehicles and equipment that your company owns and will have available forsnow removal required per this bid for the School District 58 locations.

What is the street address of the permanent location from which equipment will bedispatched to perform snow removal services AND what is the distance from this location tothe farthest school you are bidding on (as determined by Google Maps)?

Street Address______________________________________________ Miles _________

COMPANY NAME: ________________________________________________

PHONE NUMBER: ______________________________

EMAIL: ______________________________

________________________________________Please PRINT name

_________________________________________ ___________________________AUTHORIZED SIGNATURE DATE

________________________________________________TITLE

17

Downers Grove District 58 PRICING SHEET

Snow Removal Bid

Cost includes all equipment, labor, and materials to provide the snow removal per bidspecifications.

1. It is required to itemize the costs.2. Costs are based on a per push rate.3. Bus lane cleanup is defined as providing accessibility for bus and parent

student pickup and drop off on days with daytime snow accumulation.4. If needed, the snowfall totals will be verified based on the total inches

reported per NOAA for the Downers Grove area. This is only for referenceand informational purposes for the district.

5. Bidder agrees that prices submitted represent the total cost for snow removalinclusive of delivery, taxes, permits, fuel surcharges, etc.

6. Contractor must avoid school areas during student arrival and dismissaltimes. Exact times will be provided by district staff.

7. Plowing, sidewalks clearing and salting should all be done before 6:00a.m.

8. Servicing of plowing areas will be automatically initiated as specifiedabove. Permissions or changes will be instituted by the District asnecessary.

9. Snow shall be directed away from buildings and/or areas that allow snowto be properly placed.

10. Heavy snowfall occurring during school hours will require entrances andwalkways to be cleared. Although impossible to totally clear lots anddrives, plowing will occur followed by a complete plowing later in the nightor early the next morning when all cars have exited the areas that need tobe cleared.

11. Winter weather is unpredictable with varying scenarios.Coordination and communication with the Buildings & Groundsdepartment is necessary. Fulfillment of requests in a timely manneris to be expected.

18

Base bid pricing should be submitted as if any particular location were awarded,individually, for plowing only.

● The first alternate (plowing only collectively) should be the total cost if all siteswere to be awarded for plowing only.

● The second alternate (walkways clearing) should be the cost if any particularlocation were awarded, individually, for sidewalk clearing only.

● The third alternate (walkways clearing) should be the total cost if all sites were tobe awarded for sidewalk clearing only.

● The fourth alternate (salting of walkways) should be the cost if any particularlocation were awarded, individually, for sidewalk de-icing.

● The fifth alternate (salting of walkways) should be the total cost of all sites to beawarded for sidewalk de-icing.

Base bid pricing: Services per bid specifications / List cost per occurrence itemizedbelow. Pricing should consider locations as individual bids. All properties may or maynot be chosen. Lowest responsible and responsive bid will be determined bytotaling one occurrence of 1.0” - 4.0”, one occurrence of 4.1” - 7.0”, and oneoccurrence of 7.1” - 10.0” removal at all 14 sites.

00. Longfellow Building – 1435 Prairie Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Longfellow - Total for one occurrence of A + B + C = $_______________

1. Belle Aire Elementary – 3935 Belle Aire Ln, Downers Grove

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plow

19

E Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Belle Aire -Total for one occurrence of A + B + C = $_______________

2. El Sierra Elementary – 6835 Fairmount Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

El Sierra - Total for one occurrence of A + B + C = $_______________

3. Fairmount Elementary – 6036 Blodgett Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Fairmount - Total for one occurrence of A + B + C = $_______________

4. Highland Elementary – 3935 Highland Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plow

20

D 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Highland - Total for one occurrence of A + B + C = $_______________

5. Hillcrest Elementary – 1435 Jefferson Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Hillcrest - Total for one occurrence of A + B + C = $_______________

6. Indian Trail Elementary – 6235 Stonewall Ave &Administrative Services Center – 1860 63rd St

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Indian Trail - Total for one occurrence of A + B + C = $_______________

7. Kingsley Elementary – 6509 Powell St

21

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Kingsley - Total for one occurrence of A + B + C = $_______________

8. Lester Elementary – 236 Indianapolis Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Lester - Total for one occurrence of A + B + C = $_______________

9. Pierce Downer Elementary – 1436 Grant St

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Pierce Downer- Total for one occurrence of A + B + C = $_______________

22

10. Puffer Elementary – 2220 Haddow Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Puffer - Total for one occurrence of A + B + C = $_______________

11. Whittier Elementary – 536 Hill St

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

Whittier - Total for one occurrence of A + B + C = $_______________

12. Herrick Middle School – 4435 Middaugh Ave

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plow

23

F Call backs $_________ per call

Herrick - Total for one occurrence of A + B + C = $_______________

13. O’Neill Middle School – 635 59th St including courtyard

SnowFall Accumulation Price Per Plow

Dusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)A 1.0” – 4.0” $_________ per plowB 4.1” – 7.0” $_________ per plowC 7.1” – 10.0” $_________ per plowD 10.1” – 14.0” $_________ per plowE Per inch over 14.0” $_________ per inch per plowF Call backs $_________ per call

O’Neill - Total for one occurrence of A + B + C = $_______________

Lowest responsible bid will be determined by totaling one occurrence of 1.0” -4.0”, one occurrence of 4.1” - 7.0”, and one occurrence of 7.1” - 10.0” removal atall 14 sites.

What is the total cost for one occurrence of 1.0” - 4.0”, one occurrence of 4.1” -7.0”, and one occurrence of 7.1” - 10.0” removal at all 14 sites?

$_________________

Alternate #1 Pricing Option: Services per bid specifications / List cost peroccurrence itemized below. Pricing should consider locations as one entiregroup.

Total for all 14 properties listed: (Longfellow, Belle Aire, El Sierra, Fairmount, Highland,Hillcrest, Indian Trail / ASC, Kingsley, Lester, Pierce Downer, Puffer, Whittier, Herrick, andO’Neill).

24

SnowFall Accumulation Price Per PlowDusting to <1” $__N/A_______ per plow (District 58 will salt at <1”)1.0” – 4.0” $_________ per plow4.1” – 7.0” $_________ per plow7.1” – 10.0” $_________ per plow10.1” – 14.0” $_________ per plowPer inch over 14.0” $_________ per inch per plowCall backs $_________ per call

What is the total cost for one occurrence of 1.0” - 4.0”, one occurrence of 4.1” -7.0”, and one occurrence of 7.1” - 10.0” removal at all 14 sites?

$_________________

Alternate #2 Pricing Option: Services per bid specifications / List cost peroccurrence itemized below. Pricing should reflect snow removal of all pedestrianareas (including public right of way sidewalks). Pricing should consider locationsas individual bids. All properties may or may not be chosen.

00. Longfellow Building – 1435 Prairie Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

1. Belle Aire Elementary – 3935 Belle Aire Ln, Downers Grove

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event

25

7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

2. El Sierra Elementary – 6835 Fairmount Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

3. Fairmount Elementary – 6036 Blodgett Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

4. Highland Elementary – 3935 Highland Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

26

5. Hillcrest Elementary – 1435 Jefferson Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

6. Indian Trail Elementary – 6235 Stonewall Ave &Administrative Services Center – 1860 63rd St

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

7. Kingsley Elementary – 6509 Powell St

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

8. Lester Elementary – 236 Indianapolis Ave

27

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

9. Pierce Downer Elementary – 1436 Grant St

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

10. Puffer Elementary – 2220 Haddow Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

11. Whittier Elementary – 536 Hill St

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event

28

2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

12. Herrick Middle School – 4435 Middaugh Ave

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

13. O’Neill Middle School – 635 59th St including courtyard

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

What is the total cost for one occurrence of ½” - 2”, one occurrence of 2.1” - 4.0”,one occurrence of 4.1” - 7.0”, and one occurrence of 7.1” - 10.0” removal at all 14sites?

$_________________

29

Alternate Pricing Option 3: Services per bid specifications / list cost peroccurrence itemized below. Pricing should reflect snow removal of all pedestrianareas (including public right of way sidewalks). Pricing should considerlocations as one entire group.Total for all 14 properties listed: (Longfellow, Belle Aire, El Sierra, Fairmount, Highland,Hillcrest, Indian Trail / ASC, Kingsley, Lester, Pierce Downer, Puffer, Whittier, Herrick, andO’Neill).

SnowFall Accumulation Price Per Storm

½” - 2” $_________ per event2.1” – 4.0” $_________ per event4.1” – 7.0” $_________ per event7.1” – 10.0” $_________ per event10.1” – 14.0” $_________ per eventPer inch over 14.0” $_________ per inch per eventCall backs $_________ per call

What is the total cost for one occurrence of ½” - 2”, one occurrence of 2.1” - 4.0”,one occurrence of 4.1” - 7.0”, and one occurrence of 7.1” - 10.0” removal at all 14sites?

$_________________

Alternate Pricing #4: Services per bid specifications / list cost per occurrenceitemized below

Salt / ice melt application for all pedestrian and sidewalk areas.Price Per Storm by location

Belle Aire $_________ per eventEl Sierra $_________ per eventFairmount $_________ per eventHighland $_________ per eventHillcrest $_________ per event

30

Indian Trail / ASC $_________ per eventKingsley $_________ per eventLester $_________ per eventPierce Downer $_________ per eventPuffer $_________ per eventWhittier $_________ per eventHerrick $_________ per eventO’Neill $_________ per eventLongfellow $_________ per event

What is the total cost of work at all 14 sites?$_________________ per event

Alternate Pricing #5:

Salt / ice melt application for all pedestrian and sidewalk areas.Price for all locations.

Total for all 14 properties listed: (Longfellow, Belle Aire, El Sierra, Fairmount, Highland,Hillcrest, Indian Trail / ASC, Kingsley, Lester, Pierce Downer, Puffer, Whittier, Herrick, andO’Neill).

$_________________ per event

31

REFERENCESProposals should include three institutions, of similar or the same size, where yourorganization has provided snow removal and ice melt services similar to those beingrequested at District 58.

Reference #1:

Name: _______________________________

Title: _________________________________

Telephone number: _____________________

Email address: _________________________

Reference #2:

Name: _______________________________

Title: _________________________________

Telephone number: _____________________

Email address: _________________________

Reference #3:

Name: _______________________________

Title: _________________________________

Telephone number: _____________________

Email address: _________________________