My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
R2024-29 Resolution Accepting the Bid and Authorizing the Execution of a Contract with Reyhan Bros., Inc. dba Sangamo Construction Company and Appropriating Motor Fuel Tax Funds for the West Mound Road Bridge over Stevens Creek
COD
>
City Clerk
>
RESOLUTIONS
>
2024
>
R2024-29 Resolution Accepting the Bid and Authorizing the Execution of a Contract with Reyhan Bros., Inc. dba Sangamo Construction Company and Appropriating Motor Fuel Tax Funds for the West Mound Road Bridge over Stevens Creek
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
2/26/2024 11:52:20 AM
Creation date
2/8/2024 3:56:54 PM
Metadata
Fields
Template:
Resolution/Ordinance
Res Ord Num
R2024-09
Res Ord Title
R2024-09 Resolution Accepting the Bid and Authorizing the Execution of a Contract with Reyhan Bros., Inc. dba Sangamo Construction Company and Appropriating Motor Fuel Tax Funds for the West Mound Road Bridge over Stevens Creek
Department
Public Works
Approved Date
2/5/2024
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
88
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
Local Public Agency Count/ Section Number Routes Street/Road Name <br /> ' City of Decatur Macon 19-00935-00-BR Mound Road (FAU 7359) <br /> NOTICE TO BIDDERS <br /> Sealed proposals for the project described below will be received at the office of Purchasing Division <br /> Name of Office <br /> #1 Gary K. Anderson Plaza, Decatur, IL 62523 until 10:00 AM on 01/12/2024 <br /> Address Time Date <br /> Sealed proposals will be opened and read publicly at the office of the City Engineering <br /> Name of Office <br /> #1 Gary K. Anderson Plaza, Decatur, IL 62523 at 10:00 AM on 01/12/2024. <br /> Address Time Date <br /> DESCRIPTION OF WORK <br /> Location Pro'ect Length <br /> Mound Road over Stevens Creek 137.5' (.026 mi) <br /> Proposed Improvement <br /> Substructure concrete repairs to abutment, slope-walls and piers <br /> 1. Plans and proposal forms will be available in the office of <br /> Decatur Blueprint Inc (IDOT Certificate of Eligibility Required) <br /> 230 W. Wood St, Decatur, IL 62523 <br /> 2. ® Prequalification <br /> If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an"Affidavit of Availability"(Form BC 57) in <br /> triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal <br /> and private work. One original shall be filed with the Awarding Authority and two originals with the IDOT District Office. <br /> 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special <br /> Provision for Bidding Requirements and Conditions for Contract Proposals. <br /> 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: <br /> a. Local Public Agency Formal Contract Proposal(BLR 12200) <br /> b. Schedule of Prices(BLR 12201) <br /> c. Proposal Bid Bond(BLR 12230)(if applicable) <br /> d. Apprenticeship or Training Program Certification(BLR 12325)(do not use for project with Federal funds.) <br /> e. Affidavit of Illinois Business Office(BLR 12326)(do not use for project with Federal funds) <br /> 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor <br /> 1 will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract.The scheduled quantities of work to be done and materials to be furnished may be increased,decreased or omitted as hereinafter <br /> provided. <br /> 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements <br /> for the performance of work.The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an <br /> in depth examination. The Awarding Authority will, in no case, be responsible for any costs,expenses, losses or changes in <br /> anticipated profits resulting from such failure or neglect of the bidder. <br /> 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. <br /> 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the <br /> Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope <br /> other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent <br /> ' by mail,the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the <br /> bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals <br /> received after the time specified will be returned to the bidder unopened. <br /> 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for <br /> opening proposals. <br /> tCompleted 08/11/23 Page 2 of 6 BLR 12200(Rev.01/19/23) <br />
The URL can be used to link to this page
Your browser does not support the video tag.