Loading...
R-22-24VILLAGE OF DEERFIELD RESOLUTION NO. 2022- R-22-24 A RESOLUTION APPROVING AN AWARD OF CONTRACT FOR THE 2022 STREET REHABILITATION PROJECT TO ALAMP CONCRETE CONTRACTORS, INC. OF SCHAUMBURG, ILLINOIS WHEREAS, the Village of Deerfield ("Village') is a home rule municipality in accordance with Article VII, Section 6 of the Constitution of the State of Illinois of 1970; and WHEREAS, on March 28 2022, the Village opened bids for the award of a contract for 2022 Street Rehab ilitatiolz Project ("Contract's; and WHEREAS, ALamp Concrete Contractors, Inc., of Schaumburg, Illinois ("Contractor's, was the lowest responsible and responsive bidder of the firms that submitted bid packages to the Village for the Contract; and WHEREAS, the Mayor and Board of Trustees have determined that entering into the Contract with Contractor will serve and be in the best interest of the Village and its residents; NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE BOARD OF DEERFIELD, LAKE AND COOK COUNTIES, ILLINOIS, as follows: SECTION 1: RECITALS. The Village Board hereby adopts the foregoing recitals as its findings, as if fully set forth herein. SECTION 2: APPROVAL OF CONTRACT. The Contract by and between the Village and Consultant is hereby approved in substantially the form attached to this Resolution as Exhibit A, and in a final form and substance acceptable to the Village Manager and the Village Attorney. SECTION 3: AUTHORIZATION TO EXECUTE CONTRACT. The Mayor and the Village Clerk are hereby authorized and directed to execute and attest, on behalf of the Village, the final Contract upon receipt by the Village Clerk of at least one original copy of the final Contract executed by Consultant; provided, however, that if the executed copy of the final Contract is not received by the Village Clerk within 60 days after the effective date of this Resolution, then this authority to execute and attest will, at the option of the Mayor and Board of Trustees, be null and void. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. [SIGNATURE PAGE FOLLOWS] {00120922.1) AYES: Benton, Jacoby, Metts-Childers, Oppenheim, Seiden NAYS: None ABSTAIN: None ABSENT: Berg PASSED: April 4, 2022 APPROVED: April 4, 2022 RESOLUTION NO: R-22-24 Daniel C. Shapiro, Mayor ATTEST: k �- /'<�; � Ke t S. Street, Village Clerk {00120922.1 } EXHIBIT A Contract {00120922.1) ffiffillill Local Public Agency IN �'OjOn Formal Contract Proposal COVER SHEET Proposal Submitted By: Contractor's Name A L� am�Concrete Contractors, Inc. it Contrac�a Address Ci State Code 1900 Wright Boulevard _ Schaumburg J IL 160193 _ STATE OF ILLINOIS Local Public A vncy_ _ _ Coun _ Section Number Village of Deerfield Lake VOD-STREET-2022 Routelsl IStreebRoad Name Tie of Funds _ VARIOUS LOCATIONS LOCAL ❑ Proposal Only Ox Proposal and Plans ❑ Proposal only, plans are separate Submitted/Approved For Local Public Agency: For a Municipal Project SubmittedlApproved/Passed Si : nature Official Title Public Works Director Project Funded by the W1111a,ge of Deerfield Date 3/1i1zZ- Note; All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 03/1W2 Page 1 of 6 BLR 12200 (Rev. 01121121) Local Public Ar;ency Count Section Number Routes Street/Road Name Village of Deerfield Lake VOD-STREET-2022 I VARIOUS LOCATIONS NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of the Village Clerk 850 Waukegan Road, Deerfield, IL 60015 Address Sealed proposals will be opened and read publicly at the office of the Village Clerk 860 Waukegan Road, Deerfield, IL 60015 Address DESCRIPTION OF WORK Location Name of Office until 11:00am on 03/28/22 Time Date Name of Office at 1 1:01am on 03/28/22 Time Date 12022 Street Rehabilitation Project. Road reconstruction and resurfacing at various location 11,317 Progosed Improvement The scope of work for the project includes, but is not limited to, complete removal and replacement of 12,976 LF of concrete curbs, complete removal and replacement of 12,948 SY of HMA roadway pavement and 15,197 SY o HMA Grind and Resurfacing. The project also includes the installation of approximately 1,363 feet DIP Water Main 8" and 120 feet of DIP Water Main 6", plus 270of Water service line 2" Poly by means of directional drill. J 1. Plans and proposal forms will be available In the office of Available for download on Village Website www.Deerfield.il.us Bidders must register if you wish to receive potential addenda. 2. ❑ Prequalification 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 triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and two originals with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. Local Public Agency Formal Contract Proposal (BLR 12200) b. Schedule of Prices (BLR 12201) c. Proposal Bid Bond (BLR 12230) (if applicable) d. Apprenticeship or Training Program Certification (BLR 12325) (do not use for project with Federal funds.) e. Affidavit of Illinois Business Office (BLR 12326) (do not use for project with Federal funds) 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor 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 provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case, be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope Is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent 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 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 received after the time specified will be returned to the bidder unopened. 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 opening proposals. Printed 03/17/22 Page 2 of 6 BLR 12200 (Rev. 01/21/21) Local Public Agency County Section Number Routes Stre —oad Name) Ullage of Deerfield Lake ] OD-STREET-2022 VARIOUS LOCATIONS PROPOSAL 1. Proposal of A 1 amp Concrete Contractors, Inc_ _ Contractor's Name 1900 Wright Boulevard Schaumbur ,L IL 60193 Contractor's Address 2. The plans for the proposed work are those prepared bythe Village of Deerfield and approved by the Department of Transportation on NOT APPLICABLE - 100% Locally funded. 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the " Supplemental Specifications and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within _ _ working days or by 09/30/22 unless additional time is granted in accordance with the specifications. 6. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond of check shall be forfeited to the Awarding Authority. 7. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the products of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid may be declared unacceptable if neither a unit price nor a total price is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. 10. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds ill be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond, if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: the Village of Deerdfield Treasurer of the Village Clerk The amount of the check is Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more bid proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual bid proposal. If the proposal guaranty check is placed in another bid proposal, state below where it may be found. The proposal guaranty check will be found in the bid proposal for: Section Number Printed 03/17/22 Page 3 of 6 BLR 12200 (Rev. 01/21/21) Local Public Agency Coun Section Number Routes Street/Road Name EVillage of Deerfield Lake [VOD-STREET-2022 I VARIOUS LOCATIONS CONTRACTOR CERTIFICATIONS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedure established by the appropriate Revenue Act, its liability for the tax or the amount of the tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. Bid -Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5133E-3 or 720 ILCS 5133E-4. A violation of section 33E-3 would be represented by a conviction of the crime of bid -rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense, or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid -rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State of Local government. No corporation shall be bared from contracting with any unit of State or Local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that, it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter or 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. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be canceled. Printed 03/17/22 Page 4 of 6 BLR 12200 (Rev. 01/21/21) Local Public Agency County Section Number Routes Street/Road Name Village of Deerfield I 11-ake IVOD-STREET-2022 VARIOUS LOCATIONS J SIGNATURES (If an individual) Si nature of Bidder Date Business Address city State Zie Code (If a partnership) Firm Name Si nature Date Title Business Address r State Z2 Code Insert the Names and Addresses of all Partners (if a corporation) Insert -Names of Officers Attest: Coraorate Name A Lamp Concrete Contractors, Inc_ J Signature Date `L-3/2-8/2.22 Title President Business Address 1900 Wright Boulevard city State Zip Code haumbt1ra 160193 President Secretary Tracy Lampianano _ 1 Treasurer Vito Lampignano Printed 03/17/22 Page 5 of 6 BLR 12200 (Rev. 01/21121) THE }�LII�GE OF DE�It•FGELD ALL LOCATIONS: 2022 ADDENDUM #1 Version issued 3125/2022 SCHEDULE OF PRICES MUST RETURN WITH BID! Item Number Items Unit Quantity Unit Price Total Cost 202DI200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CY 1778 $20.00 $35,560.00 21001000 GEOTECH FAB F/GR STAB SY 5333 $1.05 $5,599.65 30300001 f AGGREGATE SUBGRADE IMPROVEMENT CY 1779 $20.00 $35,560.00 X2520065 SODDING, SALT TOLERANT SPECIAL SY 4744 $13,50 $64,044.00 28D00510 INLET FILTERS EA 68 $15.00 $1,020.00 351003DO AGGREGATE BASE COURSE, TYPE A, 4.25" SY 12948 $5.25 $67.977.00 35501308 HMA BASE COURSE, 5" BITUMINOUS MATERIALS (TACK COAT) SY 12946 $23.00 $297,804.00 40600290 LB 2420 $1.30 $3,146.00 40603080 HMA BINDER COURSE, IL-9.5, N50 - Per Addendum TON 1369 $83.00 $113,627.00 44000156 PAVEMENT REMOVAL 2.5"4" VARIABLE SY 15197 $4.00 $60,788.00 442009.0 CL B PATCH T2 7 BY 25 $100.00 $25,000.00 44200974 CL B PATCH T3 7 CL B PATCH T4 7 SY 500 $85.00 $42,500.00 44200976 SY 500 $85.00 $42,500.00 XXD0002E SIDEWALK REMOVAL (All Locations including Various) SF 58227 $1.10 $64,049.70 55OA0050 STORM SEWERS, CLASS B, TYPE 1, 12" LF 1411 $116.00 $163,676.00 55100500 STORM SEWER REMOVAL 12" LF 535 $1.00 $535.00 56103000 6" DI WATER MAIN LF 120 $203.00 $24,360.00 56ID3100 8" DI WATER MAIN LF 1363 $158.00 $215,354.00 66104900 j WATER VALVES 6' EA 1 $1,425.00 $1,425.00 56105000 WATER VALVES 8" EA 5 $2,125.00 $10,625.00 DF60260D SAN MH Remove & Replace FOO 8 $900.00 $7,200.00 602DO105 CB, TYPE A. 4'-DIA, TYPE 1 FRAME, OPEN LID EA 3 $4,250.00 $12,750.00 60257900 MH RECON EA 1 $1,500.00 $1,500.00 60218400 MH, TYPE A, 4'-DIA, TYPE 1 FR, CL LID EA 5 $3,950.00 $19,750.00 60221100 MH, TYPE A, 5'-DIA, TYPE 1 FR, CL LID EA 1 $5,550.00 $5,550.00 60234200 INLETS, REM & REP TY A, TYPE 1 FR, OPN LID EA a $1,800,00 $14,400.00 80248900 VALVE VAULTS. TYPE A, 5' DIAMETER, TY1 FRAME, CLOSED LID A 6 $5,325.00 $31,950.00 60240800 CB TY C. 24" REM & REP TY C, TYPE 1 FR. OPN LID EA i5 $2,215.00 $33,225.00 76030030 FRAMES AND LIDS TO BE ADJUSTED (SPECIAL) FRAMES AND LIDS, TYPE 1, OPEN LID (SPECIAL) AE 17 $700.00 $11,900.00 x5040600 AE 13 $450.00 $5,850.00 x6040610 FRAMES AND LIDS, TYPE 1, CLOSED LID (SPECIAL) EA 3D $450.00 $13,500.00 671001110 MOBILIZATION LS I $190,000.00 $190,000.00 X03215 44 FURNISH AND INSTALL CHIMNEY SEAL A 8 $500.00 $4,000.00 X0325225 BRICK PAVT REM & REPL SF 521 $20.00 $10,400.00 X4060310a HMA SURF CRSE, MIX'D', N50 (roadway) CL D PATCH T2 7„ 0 2756 $87.00 $239,946.00 44201789 YD2 120 $70.00 $8,400.00 44201790 CL D PATCH T3 7" D2 340 $70.00 $23,800.00 44201791 CL D PATCH T4 7" YD21 420 $70.00 $29,400.00 XXOD002A PC CONC SIDEWALKS" SF 47819 $6.15 $294,096.95 XX00002B PC CONC SIDEWALK 5" (Village Wide) SF 4000 $8 90 $35,600.00 XX00002C PC CONC SIDEWALK 6" (Driveways) SF 10408 $6.65 $69,213.20 XX00002D PC CONC SIDEWALK 6" (Driveways Village Wide) SF 500 $9.50 $4,750.00 XX000006 DETECTABLE WARNINGS SF 350 $30.00 $10,500.00 XX000007a PAVEMENT REMOVAL II" Y 12948 $9.55 $123,653.40 XX000008 COMB C C&G REM & REPL LF 12876 $26.00 $334,776.00 XX000009 COMB C C&G REM & REPL (Village Wide) LF 100 $45.00 $4,500.00 X7010262 TR CONT & PROT 701501. 701606, 701801 & 701901 LS 1 $117,000.00 $117,000.00 XX000003 FIRE HYDRANT TO BE REMOVED I REPLACE FIRE HYDRANT E 10 $10,600.00 $106,000.00 ASSEMBLY A X6640150 FIRE HYDRANT ASSEMBLY COMPLETE A 2 $8,400.00 $16,800.00 Z0004505 PCC DRIVEWAY PAVT 6" REMOVE & REPLACE Y 665 $74 25 $49,376.25 Z0004510 HMA DRIVEWAY PAVT 3" REMOVE & REPLACE Y 962 $39.82 $39.103.24 XXX00001 STORM SEWER SERVICE 6" PVC LF 690 $77.00 $53,130.00 XXXD0002 STORM SEWER CLEANOUT6"(COMPLETE) AE 23 $675.00 $15,525.00 X56200700 WATER SERVICE LINE 2"DIRECT DRILL LF 270 $55.00 $14,850.00 X5620050 WATER SERVICE LINE 1 1/2" LF 225 $79.00 $17,775.00 X5650080 WATER SERVICE CONNECT & DOMESTIC WATER SERVICE BOXES A 8 $2,325.00 $18,600.00 X0002022 BACKFILL FRONT OF CURB (FLOWABLE FILL) - Per Addendum 1 LF 3836 $2 85 $10,932.60 Bidders Proposal for making Improvements $3,274,842.89