Loading...
R-24-07VILLAGE OF DEERFIELD RESOLUTION NO. 2024- R-24-07 A RESOLUTION APPROVING AN AWARD OF CONTRACT FOR THE 2024 STREET REHABILITATION PROJECT TO ALAMP CONCRETE CONTRACTORS, INC. OF SCHAUMBURG, ILLINOIS WHEREAS, the Village of Deerfield ("Village's 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 December 19, 2023, the Village opened seven bids for the award of a contract for 2024 Street Rehabilitation Project ("Contract'); 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] 100120922.11 AYES: Benton, Berg, Jacoby, Metts-Childers, Oppenheim NAYS: None ABSTAIN: None ABSENT: Seiden PASSED: January 16, 2024 APPROVED: January 16, 2024 RESOLUTION NO: R-24-07 Daniel C. Shapiro, Mayor ATTEST: Kent S. treet, Villa e Clerk {00120922.11 EXHIBIT A Contract {00120922.1} Local Public Agency p¢ Formal Contract Proposal GQ1F�R SHEET jai Submitted By: Coftactoes Name A Lamp Concrete Contractors, Inc. Goers Address bade ZipCode 1300 Wri ht Blvd. Schaumburg IL 60193 STATIE OF IWNOIS Local Public X-ie cy _ county Sedien Number 1Villege of Deerfield ! ake Z4-C109 'f -00-PV Rpute{s) (SireeWoad Name- _ _ T of Funds _ :CARIOUS LOCATIONS ❑ Proposal Only xQ Proposal and Plans ❑ Proposal only, plans are separate SubmittediApproved For Local Public Agency; For a County and Road District Pr*ct Submitted/Approved Hl,hhNalCommisslonerSLmature Date Subn tied/Approved Couw Eo .:neer/Su. arintendent of Hluhwaan Date _ for a murncipai m4tei - �� . ; SSD1 , Submitted/Approved/P 4:I Sic;"1atLlr6 �/ N omdal Tee Director of Public Works & Engineering Department of Transportation Released for bid based on Nmited review Regional Engineer SN ature Date J � 2/6/2023 J Note. All proposal documents, Including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Pried I V08M Page 1 of 6 Bt R 12200 (Rov. 01/21/21) Local Public A : cow Sectim Number Routes StreaVRoad Name Village of Deerfield Lake 24-00111-00-PV VARIOUS LOCATIONS NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of the Village Clerk Name of Office 850 Waukegan Road, Deerfield, IL 60015 Address Seated proposals tail be opened and read publicly at the office of the Village Clerk 85D Waukegan Road, Deerfield, IL 60015 Address DESCRIPTION OF WORK Location until 11:00am on 12/19/23 Time Data _ Name of Ofte at 11:01am on 12J19f23 Time Date Pro'ect Lena 2024 Street Rehabllitation Project. Road reconstruction and resurfacing at various locations 11,317 Pm,omW Imarovement The scope of work for the project includes, but is not limited to, complete removal and replacement of concrete curbs, complete removal and replacement of HMA roadway pavement with 12" Storm sewer, and HMA Grind and Resurfacing. The protect also includes Sidewalk Replacement (Mlla..e Wide), and PCC Pavt Patching 1. Plans and proposal farms will be available In the office of Available for download on Village Website www.Deerfiield.il.us Flan set holders must "register as bidder" if you wish to. receive potential addenda. 2. 2) Prequalffcation If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an "Affidavit of Avallabflity" (Form SC 57) in triplicate, showing all uncompleted contracts awarded to them and all low tads pending award for Federal, State, County, Municipal and private work One original shall be Bled 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 $pedal Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The ldlowing BLR Forms shall be retumed 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 riot 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 ornitied as hereinafter provided. B. 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 exernins on. The Awarding Authority will, in no one, be responsible for any costa, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall fake no advantage of any ennr or omission In the proposal and advertised oontracL S. 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 fed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified wlli 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 12101= Page 2 of 5 BLR 12200 (Rev. 0f121121 j Local Public Agent, count Section Number _ Rou a StreelYRoad Name? !',Rage of Deerfleld J Lake _ "111-W-P1/ ARIOUS LOCATIONS PROPOSAL 1. Proposal of A !..amp Concrete.Contractors Inc. d7 ntzda 's Norm 1900 Wright Blvd., Schaumburg, IL 60193 Con0w1or'sAdd►®ss 2. Tto plans for the proposed work are those prepared bythe Village of Deerfield _ and approved by the Department of Transportation on _ NOT APPLICABLE - pqRlly funded w1MFT & RBI Funds. 3. Thar 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 Street for Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within 60 working days or by 09/29/24 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 Borst of check shall be kufeited 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 M neither a unit price nor a total price Is shown. B. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. g. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, the work shaft 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 guaranly In the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds WIII 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 ft Villa a Clerk The amount of the check Is _51YA —Btd BOW. Attach Cashiers Check or Certified Check Mere to the event that one �proposal guaranty check is Intended to cover two or more bid proposals, the amount must be equal to the super in Proer bid proposal, state below where maybe found. The Printed 12/01/23 Page 3 of 6 BLR 12200 (Rev.01121121) Local PubltcAcranc�r Count Section Number Route s StmetlRoad Name VlilagF a Dot eerfleki Lake �24.0091 t-��-PV VARIOUS LOCATIONS CONTRACTOR CERTIFICATIONS The certiflcatione hereinafter made by the bidder are each a material representation of fact upon which reliance Is placed should the Department eniar into the contract with the bidder. 1. Debt Delinquency. The bidder or contractor or subcontractor. respectively, certifies that it is not delinquent in the payment of any tax adndndstered 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. Maldnng 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. 2. Bidagghhg 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 elther 720 iLCS 5133E-3 or 720 ILCS 5133E-4. A violation of section 33E-3 would be represented by a conviction of the acme of bid -rigging which, In addition to Class 3 felony serdencthg. provides that any person convicted of this offense, or any similar offense of any state or the United Statea 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 authorzed, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. A violation of Section 3SE-4 would be represented by a conviction of the crime of bkl-rotating which, in addition to Class 2 felony - sentencing, prcMdes that any person convicted of this offense or any simgar 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 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 and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the govemmentai entity with which it seeks to contract and that entity finds that the commission of the offense was nelther 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 bean convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of focal govemment, 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 cn behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Sus panslon or Suspension. The bidder or contractor or subcontractor, respectively, certifies that B Is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter Ill Part B 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 maybe canceled. Printed 12101= Page 4 of 5 BLR 12200 (Rev. ot)21/21) Load PubticMane, county SecdonNumber_ Route's iStreetlRoad_Name} l/illage of Deerfield Lake 24-00111-00-PV IVAR110US LOCATIONS SIGNATURES (if an h Mdual) (N a partnership} Insert the Names, and, Addresses of all PaMms (d a corporatlon) t s� APAnt: ti- Secretary Printed 12/01/23 St nature of Bidder � Date Bu tnes reee —�� 85o W�v state 111- Zgtgode 015 nrm Name Si .nature _ Date Tide T Business Address P Simt Zip Code Co orate Name A Lamp Concrete Contractors, Inc. St nature Date 12/19/2023 Title Jeff Moyer, Vice President Business Address 1900 Wright Blvd. chv State Zi Code Schaumburg IFIL 60193 Insert Names of Officers President Tiziana Lampignano J Tracy Lampignano Treasurer Tragy Lampignano Page 5 of 5 BLR 12200 (Rev. 01/21/21 ) SUMMARY OF QUANTITES F[:Dl��IA=W7� ADDENDUM 01 VERSION 2024 Street Rehabilitation Project '"*MUST BE USED TO SUBMIT BID VILLAGE OF DEERFIIELD Section# 24-00111-00-PV Item Number Items Unit Quantity Unit Price Total Cost Z0201200 REMOVALAND DISPOSAL OF UNSUITABLE MATERIAL Cy 2868 $ 10.00 $ 28,680.00 0001000 GEOTECH FAB F/GR STAB SY 14703 $ 1.05 $ 15,438.15 30300001 AGGREGATE SUBGRADE IMPROVEMENT CY 2868 $ 10.00 $ 28,680.00 (2520065 SODDING, SALT TOLERANT SPECIAL SY 11307 $ 5.00 $ 56,535.00 Z8000510 INLET FILTERS EA 129 $ 15.00 $ 1,935.00 35100300 AGGREGATE BASE COURSE, TYPE A, 4.5" SY 15537 $ 7.50 $ 116,527.50 35501308 HMA BASE COURSE, 5" SY 15537 $ 23.25 $ 361,285.25 t06OO290 BITUMINOUS MATERIALS (TACK COAT) LB 12072 $ 0.01 $ 120.72 40603080 HMA LEVEL BINDER COURSE, IL-19, N50 TON 681 $ 88.75 $ 60,438.75 44000156 PAVEMENT REMOVAL2.5"A' VARIABLE SY 12124 $ 3.65 $ 44,252.60 44200970 CL B PATCH T2 7 SY 100 $ 148.00 $ 14,800.00 44200§74 CL B PATCH T3 7 SY 350 $ 228.00 $ 44,800.00 44200976 CL 8 PATCH T4 7 SY 600 $ 111.00 $ 66,600.00 KX00002C SIDEWALK REMOVAL SF 58081 $ 0.90 $ 52,272.90 55OA0050 STORM SEWERS, CLASS B, TYPE 1, 12" LF 1606 $ 124.00 $ 199,144.00 55100500 STORM SEWER REMOVAL 12" LF 565 $ 1.00 $ 565.00 60257900 MH RECON EA 11: $ 1,800.00 $ 19,800.00 60257901 MH 48" R&R TYPE 1 FR, CLSD LID EA 18 $ 5,300.00 $ 95,400.00 60Z34700 INLETS, REM & REP TY A, TYPE 1 FR, OPN LID EA 12 $ 2,750.00 $ 33,000.00 60240800 C8 TY C, 24" REM & REP TY C, TYPE 1 FR, OPN LID EA 13: $ 2,900.00 $ 37,700.00 60300305 FRAMES AND GRATES TO BE ADJUSTED EA 31. $ 625.00 $ 29,375.00 60300306 FRAMES AND GRATES TO BE ADJUSTED- New Frame & Lid EA 38 $ 1,100.00 $ 41,800.00 671601DO MOBILIZATION LS 1. $ 245,000.00 $ 245,000.00 X0325225 BRICK PAVT REM & REPL SF 684 $ 15.00 $ 10,260.00 X4060310a HMA SURF CRSE, MIX "D", N50 (roadway) TON 3002 $ 82.00 $ 246,164.00 44201790 CL D PATCH T3 5" SY .300 $ 53.00 $ 15,900.00 44201791 CL D PATCH T4 5" SY 2618 $ 38.00 $ 99,484.00 XX00002A PC CONC SIDEWALKS" SF 45736 $ 6.75 $ 308,718.00 XX00002C PC CONC SIDEWALK 5" (Various Locations Village Wide) SF 3000 $ 9.00 $ 27,000.00 XXOD0029 PC CONC SIDEWALK 6" (Driveways) SF 13D28 $ 7.50 $ 97,710.00 XX00002D PC CONC SIDEWALK 6" (Driveways various Locations Village SF Soo. $ 10.50 $ 5,250.00 XX000006 DETECTABLE WARNINGS SF 1610 $ 25.00 $ 40,250.00 XX000007a PAVEMENT REMOVAL II" SY 14703 $ 16.50 .$ 242,599.50 XX000008 COMB C ­C&G REM & REPL LF 14709 $ 35.00 $ 514,815.00 XX000009 COMB CC&G REM & REPL(Village Wide) LF 200 $ 46.00 $ 9,200.00 X7010262 TR CONT & PROT 701501, 701606, 701801 & 70190 LS 1 $ 335,000.DO $ 335,000.00 Z0004505 PCC DRIVEWAY PAVT 6" REMOVE & REPLACE SY 788 $ 92.00 $ 72,496.00 Z0004810 HMA DRIVEWAY PAVT 3" REMOVE & REPLACE SY 1218 $ 50.50 $ 61,509.00 56103000 6" DI WATER MAIN LF 423 $ 200.00 $ 84,600.00 56103100 8" DI WATER MAIN LF 60 $ 270.00 $ 16,200.00 56104900 WATER VALVES 6" EA 4 $ 3,200.00 $ 12,800.00 56105000 WATER VALVES 8" LS 2 $ 4,600.00 $ 9,200.00 60248900 VALVE VAULTS. TYPE A, V DIAMETER, TYl FRAME, CLOSED LID EA 8 $ 5,900.00 $ 47,200.00 XXO003 OO FIRE HYDRA14TTO BE REMOVED / REPLACE FIRE HYDRANT EA 16 $ 10,000.00 $ 160,000.00 X56401SO FIRE HYDRANT ASSEMBLY COMPLETE EA 1 $ 9,200.00 $ 9,200.00 XXX00001 STORM SEWER SERVICE 6" PVC LF 180 $ 120.00 $ 21,600.00 XXX00002 ISTORM SEWER CLEANOUT 6" (COMPLETE) EA 9 $ 1,750.00 $ 15,750.00 Bidder's Proposal for making improve en $ 4,047,005.31