Loading...
R-63-07 Waiving Public Bidding Reqs & Authorizing AoC to Pickus CompaniesRESOLUTION A RESOLUTION WAIVING PUBLIC BIDDING REQUIREMENTS AND AUTHORIZING AWARD OF CONTRACT TO THE PICKUS COMPANIES FOR CONSTRUCTION MANAGEMENT SERVICES WHEREAS, pursuant to the provisions of 65 ILCS 5/8 -9 -1 the Village of Lemont may, by a vote of 2/3 of its Trustees then holding office, waive the requirements for public bidding; and WHEREAS, the Village requires coordination of the public and private improvements by a Construction Manager for the River Street/Front Street Improvement Project for efficient and timely completion; and WHEREAS, a proposal was submitted by The Pickus Companies for the required Construction Management Services based on bids solicited from sub - contractors in connection with these improvements; and WHEREAS, the proposal submitted has been reviewed and recommended for approval by the Village staff NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND MEMBERS OF THE BOARD OF TRUSTEES OF THE VILLAGE OF LEMONT, COOK , WILL & DU PAGE COUNTIES, ILLINOIS that: Section 1: Incorporation of Recitals: The foregoing recitals are hereby expressly incorporated into and made a part of this Resolution as if fully set forth herein. Section 2: Waiver of Public Bid Requirements: Pursuant to the provisions of 65 ILCS 5/8 -9 -1 the Village hereby waives the public bidding requirements otherwise applicable to the Construction Management contract in connection with the River Street/Front Street Improvement Project. Section 3: That the Proposal submitted by The Pickus Companies in the amount of $1,548,295.32 is hereby accepted and the Village Administrator is hereby authorized to enter into a contract with The Pickus Companies based upon the proposal submitted. Section 4: Effective Date: This Resolution shall become effective upon passage, approval and publication, in Book and Pamphlet form as provided by law. PASSED AND APPROVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF LEMONT, COOK, WILL AND DU PAGE COUNTIES ILLINOIS on this 246 Day of September , 2007 Debby Blatzer Peter Coules Brian Reaves Clifford Miklos Ronald Stapleton Jeanette Virgilio AYES NAYS PASSED ABSENT V V' 1/ v CHARLENE SMOLLEN, Village Clerk JOIN F. PIAZZA, Villag Pres September 10, 2007 Ben Wehmeier The Village of Lemont 418 Main Street Lemont, IL 60439 THE PICKUS COMPANIES RE: River and Front Street Improvements Lemont, II 60439 Dear Mr. Wehmeier, Attached is our latest spreadsheet, dated September 10, 2007, which includes revised unit quantities and prices. Commercial Building Group 3330 Skokie Valley Rd. Suite 200 Highland Park, IL 60035 847.681.8811 tel 847.681 -4760 fax Mailing Address: P. 0. Box 669 Highwood, IL 60040 -0669 We have again attached a sheet of our Inclusions and exclusions for your review. If you have further questions regarding this work, or wish us to precede with this work, please feel free to contact us at your convenience. Sincerely, The Pickus Companies Kenneth J. Lattanzi Senior Project Manager Cc: Lou Pickus Scott Witikka Patrick Tayfel Chuck Poglayen THE PICKUS COMPANIES Front Street & River Street Improvements August 31, 2007 Inclusions • As -Built Plans • Bonds by Individual Trade Contractors • Construction Manager Fixed Fee. Construction Manager General Conditions and Sub - Contractor Bond fees would need to be adjusted upwards if we are instructed to incur additional work. • Exclusions • Bond by Construction Manager or General Contractor • Unforeseen conditions including but not limited to rock removal, bedrock removal and underground obstructions are specifically excluded. • All soils found onsite are assumed to be suitable for structural use • Unsuitable Soils • Underground Tanks • Contaminated Soils • Permits • Temporary Fencing • Tap / Tie -in Fees • Railroad Insurance • Railroad flagmen • Testing • Underground vaults • Winter Conditions • Utility relocations not shown on plans • Connections to Developers decorative fountain • Quantities beyond those shown in Bidding documents • Work not indicated in Bidding Documents • On -site verification of installed quantities is to be measured by The Village of Lemont or their representing Engineer. Quantities to be reviewed for monthly pay requests by Construction Manager, Sub Contractor and The Village of Lemont. • Landscaping, Light poles, sidewalks and surface course of asphalt to be installed in Spring 2008 • Temporary striping between base course and top course of asphalt Front Street River Street Improvmerlls September 10,2007 ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL .,. ._ . _ �.._. 8888 .........- Earthmork and Demolition Work - 0088..- ... 1 Earth Excavation 4436ICY $ - 28.86 $127994.10 2 Perimeter Erosion Samar _ 7209 F00T $ 0000 2..58_1 $3,119.22 8888- 0000_.. .- 3 Inlet and Pipe Protection 29 EA $_ 765.0120 $2 75 00 �( -0088 0088. 4 ICombinabon Curb and Gutter Removal 601 FOOT $ $3 678 72 8888__ - 8800. _ 0000 ... _ 8888_ 5 Concrete Removal 3 8 CY Is 325 00 $7.235.00 _.e 88.00 0000 _- Removal 6 IFire Hydrant Removal 0000_ .0000 L__. 0088.... 0000- 0000___ 77Femoving Inlets 8 Remove Existing light Pole and Foundation 21EA $ 80000 Sl600,00 TEA $ - 42500 6425.00 3EA7 $ 38200 $1,086.00 8008- ,0000 8008 _- -0000_- ,. 0000_ ......._.._ 88.00 9 .Plowable FIE CY t $ _ 20000 $2,000.00 0000 _ ..._.._..... 0000. ...__.. _ ...__.. .0000. ....__.. 0000. ....... ._ 8800_. - . 0000..._ 88.00.. .. 0088. 0088._ 0000 256.CY j $ 75 00 $49200.00 8800- 00.00_. 8888._. 8800. _- 0088 11 Water Mao m Trench Ductile Iron, 6' 10 ±FOOT $ _ 65.00 $850.00 � 0088 0088_ 0088._ 8888- 8888._ _; 261.F00T $ _70000 $26.100.00 12 _water Hydrant m Trench, Dud11e Iron, 10" _ �. ,8,008 _. 13 FkeHydrantto be Adjusted _ _ '_ 8 1EA =$ 80000 $6400.00 14 'Valve Vaults. Type A 5 Diameter, Type 1 Frame. Lin ?1EA_.., „_ I $ 3,00000 $3,000.00 ..- YD 0000 ._- - I 15 ,Valve Vaults to be Adjusted 8iEA • $ 0000_ 470,00 _ $3.760,00 0088...- �..... - 8888.._ _..._.._" $1,750.00 00.00.. 0000 17 FIVI tValve Vaults 11EA 11', _ 500.00 18 Gate Vanes 10' - - -- 0000 1 - _215000 $215000 0088 8888_ 5,.00 t9 rPlpe F$ bngs (Mechanical Jpinls)0uc61e Iron 795 ',EA '$ � 300 $2388.00 00se 00.00_ _ 0000 _ 8,888. II - 0000-., 20 Pdyethyiene Encasement , 271 rFOOT r$ 0,50 $13550 - .0000 -8008 .0000_. 0000._. 8008. � 0000_.... -... .- 8888_ -.0000 10 Selected Granular Backhll Compacted (Water Main) 88.00 be A 10iEA $ 175.00 16 Valve Boxes lobe Ad)usted 0000_ j88.00 0000_ - 8800.... _ 8800. 8008 ,8800. 0000_.. !Sanitary Deafer Wor -- 0000 - _..__.. :88.00. 21 ;Selected Granular Backtiili Compacted (SankanySewer) 1 t41CY a 4500 _ $63000 22 !1M�e Branches, 10"x6' 8008, 0088.,_ 0000.. .- I EA �. .mot. 88.00 ,,,_7,55090. S1,550.00 0000_ 8008_ - .0000. .. ...- 23 Sen4ary Sewe C -900 6' Diameter ; , 35 FOOT 1$_ 0000. 8080 $2,800.00 • 8888 .0000 - �_ ........ 8888.. 81,5tm SeweEWorkp )0088 ! 8888.. 88.00 24 i ?ranch Becket, Compacted (Storm Sewer _ 56 CY S 4D 0f7 $2 240.00 25-Storm Sewers. Class A. Type 1, 12 _0000_ ,0000,_ -0000__ 1_10576 F0OT S -- 60 00 _ S6 42000 26 ,Storm Sewer Removal 12_ 7IFOOT 1$ 25.00 617500 _ -- 27_11rilets Type A Type 11 Frame And Grate � 2 EA IS 1,460.00 $2,920.00 28 :Manholes Iet to b to be aced ed 8800.._ _._..... 88 88_ _ 23 - I_5._.. _. - "- -575.00 0000.._ =$5 750.00 29 Inlets to be Adjusted $5 750.00 .00.00.... -0000.. 0000_. �.. 30 Catch Basins to be Adjusted 0000_ 22{EA S. 0000._. -,0000 575.00 7 $12 650.00 - 0088_ 8888. .. 88.00 0000 0088... 0000 -i- 8008_. 00' ••. . _ I Electrical Wo 16,1 888. 1,.... - 0000- 31 :Electric Serums Installation - - - - t EA A $ 0000_.__ 88,,00 2 309 00 $2309.00 8008. 8800_ _ 8888... 32 Conduit in Trench, Ga vanized Steel 240;FOOT S 29 50 07,080.00 .0000_. 0000 -_ _ ..0000. _� ,._._1,0 • 33 Hendhole ._ 3 EA i $ _., 104200 ,_$312600 _ 0000- ,. 0000 34 Unit Duct 600V 2-1 C NO 10,1/C No 10 Ground (XLP Type USE) 314 Ora. Polyethylene 2151FO0T _j. $ _70 DD • ...- 8888 -8888 35 lUnit Dud 60DV 2.1 C No .4, 1/C No. 6 Ground, (XLP Type USE) 1 Die Polyethylene I 4675 ;FOOT $ 17 40 $53 295 00 :r. ;. s..... -..r C'. 907 ..._L': -. t r0 5 1 ,,CG 88:.00 8, lino 113:n. t f IV J•1 No C liC ht 8 (ro no, (EPR I7on USE 9 Die Pnryothytone rf Ct �500T r:. _ ,0088_ -_ _ 0000 0 is r i (+0 00.00 t iLOCEUL7 •'.23) O.0 "C :Tien n c f ac511I for 5locrncal Wok ,0000 `" _- - - _........_ -.. 0000.. _.__._._. -0000 . 0088 tEA $ 9,029.00 8888 $9.029.00 .. 24071 600 T $ 13680 $32,832.00 ._._..... 88.00 800 O 7!Et- ' $ _ 1,447.00 $10129.00 J $ 2,557.00 62,557.00 8008. 8008. -0000 -_ i IEA 1c -' -. (400 ;,:33.37t ..CO hA 88.00_. 0000_- I 8888_ 8.800.. -- 24;EA i $ _.__3098001 $7435200 24 FA $ 1,452.00 00_534 848.00 _ _ 0000 -8888. 8888. Unit f J 1 C no 2 I'C No 4 (rOtlh 'XLP type U5f 1 1 1/45 Diu Polye hylele 39 Lrgm;rt�Contrdbr. Special -- 40 luight Pole Foundation 24 Diameter. Special_ 47 :Flood Ughtlnp Unit 42 ?Modify Existing t.0109 Controller_ 'Recap (071 Type) with Wtetherprco' Cover 44 ;,Light Pole Ornamental .. 0000 0088 8888.. 45 (Luminalres Ornamental -0000 .__..__. _........ iGeotec WorkF._- bikza 46 Geotechmoal Fabric fw Grand St20rhzetipn 47 'Sub -Base Granular Material, 4',_ 48 l Apprepate Base Course, Type A, 4" 49 I Hot•Mix Asphalt Base Course 7" 50 t Preparation of Base 51 Aggregate Surface Course Type A 8` 52 !Bituminous Materials (Prime Coat) 53JAgpregale (Prime Coat) 54 Hot Mrs Asphalt Binder Course IL-19.0, N50 55 .Hot Mat Asphalt Surface Course, Mx C N50 56 Portland Cement Concrete Sidewalk 5 ( 19836 SF 57 Detectable Warnings - - _ 6005E . $ ._..,_,,..._ 3027 51210500 r 8888_ 8008._ -.� 366Ed FOOT $_ 1108 ..._$4064144 59 58 Chain Link tion Concrete 6' c 4' D and Gutter Type B_6 12 62 en1 e ■I n a el- y Double' .].- 405!F00T Y$ 317400 53,174.00 60 Sign Panel Type 1 8 800__ _. 0000 _ ..........__�.._ 6 EA t 4 - 5C 00 { $342,00 300 0 _ E 61 Rem ova S Panel Type 1 638 FOOT $ 1 9D $789 75 8888 ._ _ .. ._ 63 Thermoplgsbe Pavement Markmq Line 4` r $ 195 $789.75 0000 0000_ - _ ..� - 8888 64 Thermoplastic Pavement Marking Line 6" $ 2.93 i $1,869.34 1800 65 Thennop asim Pavement Marking line 24' } 27 '007 ! $ �._ 71.70 $31590_ .. 88.00 8888._. .. .- 66 (Limestone Trad Screenings 2" _ - .. -. .. 0000 ...,..... ._ T 348. BY 1 $ 12 50 $4,350.00 67 i Modular Block Retaining. Wall 2645 SF 54 85 _$145 078_25 68 Concrete Pavers - - I 775018E 9.94 I _ -$77 035.00 _ . .1 _ ._ 8888.__ _ ____...__ 8888... .Land aping Work _ _ _ 4._ .$ 0000__ 8008_- ----.. 5 23 $2D 057.05 70 :Sodding 3835JSY $ ._..._........ 35.2803 W 5$2104,057537.0665 14,573.00 ........r._ 1 s t_ 2552SY $ 5290 SY 5 .t_ 5290SY -- ....{,g 1 162'$Y $ 2251TON I $ 609i TON 4571 TON It 1.00 $5,995.00 4 561 526 908.70 4 95 • 612 632.40 19 65 , 5103 948.50 2.30.. -- 512.167.00 9.00 , 0E858,00 200.00 } 0000_ 6450.00 5.00 $33.75 5500 • $33495.00 70.00-! .....53199000 482 $9560952 69 (Topsoil Furnish and Place 4° 38351SY 8800_.. . 71 Ttee. Acer Platanodes Emerald Queen (Emerald Queen Norway Maple) 3" Cakper, Balled And Bunapp> d 12.54 . $ _ 499 43 $5,993.16 72. Tree, Ater X Freeman,' Autumn, Blaze (Autumn Blaze Freemen Maple), 3", Caliper Bailed, And Burlapped 19(EA 0000. 73 ;Tree Gleditsia Triacanthos Inermis (Thornless Common Honeylocust) 3 "Caliper Balled Budapped i _ 7 }EA 0000_ $ .. _.,_,.._. _ 515.43 _ $3,608.01 0000 .._._...._. 74 )Tree Uimus X Patriot (Patriot Elm), 3" Caliper, Tree Form, Belled & Buriapped 1 of 2 i 161EA ! $ 510.42 I $8,166.72 49943 i $9489.17 $ ___.._...- ...,..._.- .- 0088.... Front Street River Street Improvments September 10, 2007 QUANTITY 1 75 LandsoapngGravel li_ IC ICY 2586.0009-i' $28000 76 Wep Gravel • Crushed re le CA-1 10CY $ - - $56000 78 IS�ctural�l (Regular top soil pe Ben Wehmeler .. 422 CY > > --4 �fl 9a ! .., f..ik Mv.c P ) _ -- CY $ 2477 $10452.94 Irr ation S tam 1 LS $ 14,58000 $14,580.00 Seegllaneops Wgrk 79 Pipe Bollard, Concrete Fitted, 6° Diameter r 7.EA I $ 1,50800 610,600.06 80 ;Tree Grate 29 EA 6 -, 1600 00 $46,400.00 9.EA - 5 2,163 00 $19467.00 81 Trash Receptacle __ __ . __: _— ... .... e2 To^sor rry Access prwale Enlrancej NOT REQUIRED per Ben W ehrneier , L ii A `. a,0(C " 0 00 83 Traffic Control and Protection 1 !EA $ 10,300.00 $10,300 00 84 iConstructmn layout 1 i LS 1 $ 20,000.00 I $20.000.00 !insurance Provisions -OCR OE iSpecis1) RAILROAD INSURANCE BY OTHERS per Ben Wehmeer 5, 88 i0CP POLICIES NOT REQUIRED per Ben Wehmeler $ _ 150(10 00 S16,000.00 BIDDERS PROPOSAL FOR MAKING ENTIRE IMPROVEMENT: 1 61035834.84 8 86 Construction Manager General Conditions $42.285.16 87 !Construction Manager OR 8 Fee i . $42,285.18 88 Sub- Contractor Bonds ___ $28,190.12 [Grand Total i ■ $1,548,295.3] ITEM NO DESCRIPTION UNIT PRICE TOTAL 2 of 2 RETURN WITH BID PROPOSAL Owner: Village of Lemont Township: Lemont County: Cook, DuPage & Will Project No. 07042 1. PROPOSAL OF The Pickus Companies 3330 Skokie Valley Road. Suite 200, Highland Park, IL 60035 (Name and Address of Bidder) for the improvement designated in Paragraph 2 below and consists of the construction of storm sewers; manholes; sanitary sewer; water main; PVC conduit for utifiiies; pavement; curbs and gutter; lighting; site furnishing; modular block wall; restoration; and appurtenances. 2. The Plans and Specifications for the proposed improvement are those prepared by FRANK NOVOTNY & ASSOCIATES, INC., 825 Midway Drive, Willowbrook, Illinois 60527, and which Plans and /or Specifications are designated as: Front Street & River Street Improvements — Phase 11 Roadway and Landscape Work 3. The general requirements and covenants that will govern over this project are those prepared by the Illinois Department of Transportation, and included in the "Standard Specifications for Road and Bridge Construction ", adopted and in effect on the date of invitation for Bids. 4. The undersigned agrees to complete the work within working days, or by , 2007 unless additional time is granted in accordance with the Specifications. 5. Accompanying this Proposal is either a Bid Bond or a Proposal guarantee check, complying with the Specifications, made payable to the Treasurer of the Village of Lemont. The amount of the Bid Security is: (In Writing) D -1 (In Figures) RETURN WITH BID PROPOSAL, Cont'd. 6. If this Proposal is accepted and the undersigned shall fail to execute a Contract and Contract Bond, as required herein, it is hereby agreed that the amount of the cash, check, or Bid Bond shall become the property of the Owner, and shall be considered as payment of damages due to delay and other causes suffered by the Owner, because of the failure to execute said Contract and Contract Bond; otherwise, said check, cash, or Bid Bond shall be returned to the undersigned. 7. Each pay item should have a unit price and a total price. 8. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity. 9. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. A bid will be declared unacceptable if there are omissions or irregularities of any kind which may tend to make the Proposal incomplete, indefinite, or ambiguous as to its meaning. 12. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from bidding on this Contract as a result of a conviction for the violation of State laws prohibiting bid rigging or bid rotating. 13. The undersigned submits herewith his "Schedule of Prices ", on the forms included in this section, covering the work to be performed under this Contract; he understands that he must show in the Schedule the unit prices for which he proposes to perform each item of work, that the extensions must be made by him, and that, if not so done, his Proposal may be rejected as irregular. D -2 PROPOSAL, Cont'd. For complete infor IRETURN WITH BID I SCHEDULE OF PRICES ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL Earthwork and Demolition Work 1 Earth Excavation 4435 CU YD 28.86 127,994 10 2 Perimeter Erosion Barrier 1209 FOOT 2 58 3,119 22 3 Inlet and Pipe Protection 29 EACH 75 00 2,175 00 4 Combination Curb and Gutter Removal 601 FOOT 6 12 3,678 12 5 Concrete Removal 3 8 CU YD 325 00 1,235 00 6 Fire Hydrant Removal 2 EACH 800 00 1,600 00 7 Removing Inlets 1 EACH 425 00 425 00 8 Remove Existing Light Pole and Foundation 3 EACH 362 00 1,086 00 9 Flowable Fill 10 CU YD 200 00 2,000 00 Water Main Work 10 Selected Granular Backfill, Compacted (Water Main) 258 CU YD 75 00 19,200 00 11 Water Main in Trench, Ductile Iron, 6" 10 FOOT 85 00 850 00 12 Water Main in Trench, Ductile Iron, 10" 261 FOOT 100 00 26,100 00 13 Fire Hydrant to be Adjusted 8 EACH 800 00 6,400 00 14 Valve Vaults, Type A, 5'- Diameter, Type 1 1 EACH 3,000 00 3,000 00 Frame, Closed Lid 15 Valve Vaults to be Adjusted 8 EACH 470 00 3,760 00 16 Valve Boxes to be Adjusted 10 EACH 175 00 1,750 00 17 Filling Valve Vaults 1 EACH 500 00 500.00 13 Gate Valve, 10" 1 EACH 2,150 00 2,150 OD 19 Pipe Fittings (Mechanical Joints), Ductile Iron 795 LBS 3 00 2,385 00 20 Polyethylene Encasement 271 FOOT 0 50 135 50 Sanitary Sewer Work 21 Selected Granular Backfill, Compacted (Sanitary Sewer) 14 CU YD 45 00 630 00 SUB - TOTAL: $210,172.94 D -3 PROPOSAL, Cont'd. RETURN WITH BID ecifications SCHEDULE OF PRICES ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL SUB -TOTAL BROUGHT FORWARD................,... 5210,172.94 22 Wye Branches, 10 "x6" 1 EACH 1,550 00 1,550 00 23 Sanitary Sewer, C -900, 6" Diameter 35 FOOT 80 00 2,800 00 Storm Sewer Work 24 Trench Backfill, Compacted (Storm Sewer) 56 CU YD 40 00 2,240.00 25 Storm Sewers, Class A, Type 1, 12" 107 FOOT 60 00 6,420 00 26 Storm Sewer Removal, 12" 7 FOOT 25 00 175 00 27 Inlets, Type A, Type 11 Frame And Grate 2 EACH 1,460 00 2,920 00 28 Manholes to be Adjusted 23 EACH 625 00 14,375 00 29 Inlets to be Adjusted 10 EACH 575 00 5,750 00 30 Catch Basins to be Adjusted 22 EACH 575 00 12,650 00 Electrical Work 31 Electric Service Installation 1 EACH 2,309 00 2,309 00 32 Conduit in Trench, 4" Dia Galvanized Steel 240 FOOT 29 50 7,080 00 44 Handhote 3 EACH 1,04200 3,12600 34 Unit Duct, 600V, 2-1C No 10, 1/C No 10 Ground, (XLP -Type USE) 3/4" Dia Polyethylene 215 FOOT 10 80 2,322 00 35 Unit Duct, 600V, 2-10 No 4, 1/0 No 6 Ground, (XLP -Type USE) 1" Dia. Polyethylene 4675 FOOT 11 40 53,295 00 36 Unit Duct, 600V, 2 -10 No. 2, 1/C No 4 Ground, (XLP -Type USE) 1 1 1/4" Dia Polyethylene 2300 FOOT 13 20 30,360 00 37 Unit Duct, 600V, 3 -1C No 6, 1/C No 8 Ground, (EPR -Type USE), 1" Dia Polyethylene 4000 FOOT 11 40 45,600 00 38 Trench and Backfill for Electrical Work 2600 FOOT 3 20 8,320 00 39 lighting Controller, Special 1 EACH 9,029 00 9,029 00 40 Light Pole Foundation, 24" Diameter, Special 240 FOOT 136 80 32,832 00 41 Flood Lighting Unit 7 EACH 1,447 00 10,129 00 SUB-TOTAL: $463,454.94 D -4 PROPOSAL, Cont'd. For complete info IRETURN WITH BID D -5 SCHEDULE OF PRICES ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL SUB -TOTAL BROUGHT FORWARD $463,454.94 42 Modify Existing Lighting Controller 1 EACH $2,557.00 $2,557.00 43 Receptacle (GFI Type) with Weatherproof Cover 55 EACH 625.00 34,375,00 44 Light Pole, Ornamental 24 EACH 3,098 00 74,352.00 45 Luminaires, Ornamental 24 EACH 1,452.00 34,848.00 Paving Work 46 Geotechnlcal Fabric for Grand Stabilization 5995 SO YD 1 00 5,995.00 47 Sub -Base Granular Material, Type A, 4" 5914 SQ YD 4.55 26,908.70 48 Aggregate Base Course, Type A, 4" 2552 SO YD 4.95 12,632.40 49 Hot -Mix Asphalt Base Course, 7" 5290 SQ YD 19.65 103,948.50 50 Preparation of Base 5290 SQ YD 2.30 12,167.00 51 Aggregate Surface Course, Type A, 8" 762 SQ YD 9 00 6,858.00 52 Bituminous Materials (Prime Coat) 2.25 TON 200.00 450.00 53 Aggregate (Prime Coat) 6.75 TON 5.00 33 75 54 Hot -Mix Asphalt Binder Course, IL -19.0, N50 609 TON 55.00 33,495.00 56 Hol -Mix Asphalt Surface Course, Mix "C ", N50 457 TON 70.00 31,990.00 56 Portland Cement Concrete Sidewalk, 5" 19836 SQ FT 4.82 95,609.52 57 Detectable Warnings 400 SO FT 30.27 12,108.00 58 Combination Concrete Curb and Gutter, Type B -6.12 3668 FOOT 11.08 40,641.44 59 Chain Link Gates, 6' x 24' Double 1 EACH 3,174.00 3,174.00 60 Sign Panel - Type 1 19 SQ FT 18.00 342.00 61 Remove Sign Panel - Type 1 6 EACH 50.00 300.00 62 Metal Post - Type A 13 FOOT 8.00 104 00 63 Thermoplastic Pavement Marking - Line 4" 405 FOOT 1 95 789.75 64 Thermoplastic Pavement Marking - Line 6" 638 FOOT 2.93 1,869.34 SUB-TOTAL: $999,003.34 D -5 PROPOSAL, Cont'd. For complete information covering these items see PI RETURN WITH BID SCHEDULE OF PRICES ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL SUB -TOTAL BROUGHT FORWARD $999,003.34 65 Thermoplastic Pavement Marking - Line 24" 27 FOOT 11.70 315.90 66 Limestone Trail Screenings, 2" 348 SQ YD 12.50 4,350.00 67 Modular Block Retaining Wall 2645 SQ FT 54.65 145,078.25 68 Concrete Pavers 7750 SQ FT 9 94 77,035.00 Landscaping Work 69 Topsoil Fumish and Place, 4" 3835 SQ YD 5.23 20,057.05 70 Sodding 3835 SQ YD 3.80 14,573.00 71 Tree, Acer Platanoides Emerald Queen, (Emerald 12 EACH 499.43 5,993.16 Queen Norway Maple), 3" Caliper, Balled And Burlapped 72 Tree, Acer X Freemanii Autumn Blaze (Autumn Blaze 19 EACH 499.43 9,489.17 Freeman Maple), 3" Caliper, Balled And Burlapped 73 Tree, Gledltsia Triacanthos lnermis (Thornless Common 7 EACH 515.43 3,608.01 Honeylocust), 3" Caliper, Balled And Burlapped 74 Tree, Ulmus X Patriot (Patriot Elm), 3" Caliper, Tree Form, Balled & Burlapped 16 EACH 510.42 8,166.72 75 Landscaping Gravel 10 CU YD 28.00 280.00 76 Dry-Well Gravel - Crushed Aggregate CA -1 10 CU YD 56.00 560.00 77 Shredded Bark Mulch 10 CU YD 32.53 325 30 78 Structural Soil 422 CU YD 24.77 10,452.94 79 Irrigation System 1 L.SUM 14,580.00 14,580.00 Miscellaneous Work 80 Pipe Bollard, Concrete Filled, 6" Diameter 7 EACH 1,500,00 10,500.00 81 Tree Grate 29 EACH 1,600.00 46,400.00 82 Trash Receptacle 9 EACH 2,16300 19,467.00 83 Temporary Access 3 EACH Deleted Deleted 84 Traffic Control and Protection 1 EACH 10,300.00 10,300.00 SUB-TOTAL: $1,400,534.84 D -6 PROPOSAL, Cont'd. For complete information covering these it RETURN WITH BID SCHEDULE OF PRICES ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL SUB -TOTAL BROUGHT FORWARD 31,400,534.84 85 Construction Layout 1 L SUM 20,000.00 20,000.00 86 Insurance Provisions- OCP -OE (Special) 1 L SUM 15,00000 15,000.00 TOTAL BASE BID 1,435,534.84 87 Construction Manager General Conditions 1 L.SUM 42,285.18 42,285.18 88 Construction Manager OH & Fee 1 L SUM 42,285.18 42,285.18 8g Sub - Contractor Bonds 1 L SUM 28,190.12 28,190.12 BIDDER'S PROPOSAL FOR MAKING ENTIRE IMPROVEMENT : $1,548,295.32 D -7 (If an individual) Signature of Bidder Business Address Phone Number RETURN WITH BID (0 a partnership) Firm Name Signed By Business Address Phone Number Insert Names and Addresses Of All Partners: (If a corporations Corporate Name Signed By Business Address THE PICKUS COMPANIES. President 3330 Skokie Valley Road, Suite 200 Highland Park, IL 60035 Phone Number (847) 681 -8811 Insert Names of Officers: President Secretary Treasurer Attest: Secretary (SEAL) D -8 RETURN WITH BID CERTIFICATE OF UNDERSTANDING REGARDING HOLD HARMLESS & INSURANCE COVERAGE REQUIREMENTS OWNER: Village of Lemont PROJECT NO.: 07042 PROJECT DESCRIPTION: Front Street & River Street Improvements — Phase II Roadway & Landscape Work THIS 1S TO CERTIFY THAT I, , President/Principal /Partner of (hereinafter referred to as the "Contractor"), have read the "Hold Harmless and Insurance Provisions" incorporated in the attached Proposal Document and possess full authority and power to legally bind said Contractor to same. 1, FURTHER AGREE AND CERTIFY, that if awarded a Contract for the above named project, I will direct our insurance agent or representative to provide any and all required insurance policies outlined in said "Hold Harmless and Insurance Requirements" to afford the required coverage for the Owner, the Village of Lemont, the Engineer, Frank Novotny & Associates, Inc., and any and all other entities so named in said "Insurance Requirements" section, I, FURTHER UNDERSTAND, that all expenses relating to the issuance of said policies of insurance will be solely at the Contractor's expense, and that the Contractor will pay all liability for failure to keep said insurance policies in full force and effect for the duration of the project and as required in said "Insurance Requirements ". Additionally, I will not allow any reduction in any of the "Limits of Coverage" afforded in said policies, I further understand and agree that we, as Contractor, will be totally liable and responsible for any direot and /or indirect consequences arising from our failure to comply with these Insurance Requirements. FINALLY, I UNDERSTAND AND AGREE, that if said Insurance Requirements are not fulfilled, we, the Contractor, will bear full responsibility for paying any and all costs of litigation, including but not limited to, settlement costs and attorney's fees resulting from any and all claims against the Owner and/or Engineer relating to the subject project. Dated this day of , 2007. WITNESS: BY: (SECRETARY /NOTARY) (S E A L) CONTRACTOR'S NAME: ADDRESS: SIGNED BY: (President/Principal /Partner) D -9 (Typed/Printed Name) RETURN WITH BID CONTRACTOR'S BID RIGGING CERTIFICATION As Required Under Article 33E, 'Public Contracts ", of the Criminal Code of 1961 (720 ILCS 5/22E -1 Thru 5/33E -13) a (Print Name of Contractor) (Corporation, Partnership) (Sole Proprietorship) as part of his /its bid on this Contract hereby certifies that the Contractor is not barred from bidding on this Contract as a result of a violation of either Section 5/33E -3 (bid- rigging) or 5/33E -4 (bid - rotating) of Article 33E of Act 5 "Criminal Code of 1961", as amended. Dated: By: (Signature) Title: CONTRACTOR'S TAX DELINQUENCY CERTIFICATION As required under 65 ILCS 5/11- 42.1 -1, provisions require that the Contractor certify that there are no delinquent taxes outstanding that are otherwise due the Department of Revenue unless they are being contested in accordance with established procedures. The undersigned official of the Contractor hereby certifies that there are no violations of the aforementioned act or if violations do exist, they are being contested properly. Dated: Contractor: By: (Signature) Title: STATE OF ILLINOIS ) COUNTY OF ) - SS I, the undersigned, a Notary Public in and for the State and County aforesaid, hereby certify that (Name of Signatory) appeared before me this day in person and, being first duly sworn on oath, acknowledge that he /she executed the foregoing certifications as his /her free act and deed. Dated: (NOTARY SEAL) D -10 (Notary Public) RETURN WITH BID CONTRACTOR'S DRUG -FREE WORKPLACE CERTIFICATION Pursuant to 30 ILCS 580/1, et seq. ( "Drug -Free Workplace Act "), the undersigned Contractor hereby certifies to the contracting agency that it will provide a drug -free workplace by: A. Publishing a statement: 1) Notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance including cannabis, is prohibited in the grantee's or Contractor's workplace. 2) Specifying the actions that will be taken against employees for violations of such prohibition. 3) Notifying the employee that, as a condition of employment on such Contract or grant, the employee will: (a) (b) abide by the terms of the statement; and notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. B. Establishing a drug -free awareness program to inform employees about: 1) the dangers of drug abuse in the workplace; 2) the grantee's or Contractor's policy of maintaining a drug -free workplace; 3) any available drug counseling, rehabilitation, and employee assistance program; and 4) the penalties that may be imposed upon employees for drug violations. C. Making it a requirement to give a copy of the statement required by Subsection A to each employee engaged in the performance of the Contract or grant, and to post the statement in a prominent place in the workplace. D. Notifying the contracting agency within 10 days after receiving notice under page (b) of paragraph 3) of Subsection A from an employee or otherwise receiving actual notice of such conviction. D - 11 RETURN WITH BID CONTRACTOR'S DRUG -FREE WORKPLACE CERTIFICATION, Cont'd. E. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by any employee who is so convicted, as required by 30 ILCS 580/5. F. Assisting employees in selecting a course of action in the event drug counseling treatment and rehabilitation is required and indicating that a trained referral team is in place. G. Making a good faith effort to continue to maintain a drug -free workplace through implementation of this Section. Failure to abide by this certification shall subject the Contractor to the penalties in 30 ILCS 580/6. Dated: Contractor: By: (Authorized Agent of Contractor) Title: STATE OF ILLINOIS ) COUNTY OF ) - SS 1, the undersigned, a Notary Public in and for the State and County aforesaid, hereby certify that (Name of Signatory) appeared before me this day in person and, being first duly sworn on oath, acknowledged that he /she executed the foregoing certification as his /her free act and deed. Dated: (NOTARY SEAL) D -12 (Notary Public) RETURN WITH BID CONTRACTOR'S SEXUAL HARASSMENT POLICY CERTIFICATION ( "Contractor "), having submitted a bid/proposal for Front Street & River Street Improvements - Phase II, Roadway & Landscape Work to the Village of Lemont hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2- 105(A)(4). Dated: Contractor: By: Title: (Authorized Agent of Contractor) STATE OF ILLINOIS ) COUNTY OF ) - SS I, the undersigned, a Notary Public in and for the State and County aforesaid, hereby certify that (Name of Signatory) appeared before me this day in person and, being first duly sworn on oath, acknowledged that he /she executed the foregoing certification as his /her free act and deed. Dated: (NOTARY SEAL) D -13 (Notary Public) CONTRACT THIS AGREEMENT, made and concluded this _ day of , 2007, between the Village of Lemont , acting by and through the Mayor and Board of Trustees, known as the parry of the first part, and The Pickus Companies, his/their executors, administrators, successors or assigns, known as the party of the second part. WITNESSETH THAT, for and in consideration of the payment and Agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents, the party of the second part agrees with said party of the first part at his /their own proper cost and expense to do all the work, furnish all the materials and all labor necessary to complete the work in accordance with the Plans and Specifications hereinafter described, and in full compliance with all of the terms of this Agreement and the requirements of the Engineer under it. AND it is also understood and agreed that the "Notice to Contractors ", Special Provisions, Proposal, and Contract Bond, hereto attached, and the Plans as prepared by Frank Novotny & Associates, Inc., and designated as: Front Street & River Street Improvements — Phase 11 Roadway and Landscape Work are all essential documents of this Contract, and are a part hereof. IN WITNESS WHEREOF, the said parties have executed these presents on the date above mentioned. Party of the First Part: ATTEST: The VILLAGE OF LEMONT By: Charlene M. Smollen, Clerk John F. Piazza, President (S E A L) Party of the Second Part: PICKUS CONSTRUCTION COMPANY (Corporate Name) By: (Secretary) (President) (S E A L) E -1 (CORPORATION) CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS, that we, THE PICKUS COMPANIES, a Corporation organized under the laws of the State of , and licensed to do business in the State of Illinois as Principal, and , a Corporation organized and existing under the laws of the State of , with authority to do business in the State of Illinois, as Surety, certify that we are rated by A.M. Best to be "A -" or better, and are held and firmly bound unto the Village of Lemont, Cook, DuPage and Will Counties, State of Illinois, in the penal sum of One Million, Five Hundred Forty -Eight Thousand, Two Hundred Ninety -Five and 31/100 ($1,548,295.31), lawful money of the United States, well and truly to be paid unto said Village of Lyons, for the payment of which we bind ourselves, our successors, and assigns, jointly, severally, and firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that whereas, the said Principal has entered into a written Contract with the Village of Lyons for the construction of the work for: Front Street & River Street Improvements — Phase II Roadway and Landscape Work which Contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said Contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished to said Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or Corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this Bond shall inure to the benefit of any person, firm, company, or Corporation to whom any money may be due from the Principal, Subcontractor, or otherwise for any such labor, materials, apparatus, fixtures, or machinery so furnished, and that suit may be maintained on such Bond by any person, firm, company, or Corporation for the recovery of any such money. F -1 NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said Contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures, or machinery furnished to him for the purposes of constructing such work, and shall commence and complete the work within the time prescribed in said Contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of performance thereof and until the said work shall have been accepted, and shall hold the Owner and the Engineer harmless on account of any such damages, and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said Contract, and shall remove and replace any defects in workmanship or materials which may be apparent or may develop within a period of one (1) year from the date of final acceptance, then this shall be null and void; otherwise, to remain in full force and effect. AND the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications accompanying the same, shall in any way affect its obligation on this Bond, and it does herein waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work or to the Specifications. IN WITNESS WHEREOF, we have duly executed the foregoing obligation this day of , 2007. ATTEST: (Secretary) (S E A L) Corporate Name THE PICKUS COMPANIES By (President) Surety (Attorney-In-Fact) Address F -2 STATE OF ) COUNTY OF ) S.S. I, a Notary Public in and for said County, in the State aforesaid, do hereby certify that and to me personally known to be President and Secretary, respectively of The Pickus Companies, a Corporation, and also known to me to be the persons whose names are subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that as such President and Secretary respectively, they signed, sealed, and delivered the said instrument as the free and voluntary act of said Corporation for the uses and purposes therein set forth, and that they were duly authorized to execute the same by the Board of Directors of said Corporation. Given under my hand and Notarial Seal this day of , 2007. (Notary Public) STATE OF ) COUNTY OF ) S.S. 1, , a Notary Public in and for said County, in the State aforesaid, do hereby certify that (Attorney In Fact) who is personally known to me to be the same person who signed the above and foregoing instrument as the Attomey In Fact for (Surety Company) appeared before me this day in person and acknowledged that he executed the foregoing instrument under authority given him as the free and voluntary act of said Surety, for the uses and purposes therein set forth. Given under my hand and Notarial Seal this day of , 2007. (Notary Public) Approved this day of A.D., 2007. ATTEST: The VILLAGE OF LEMONT By: Charlene M. Smollen, Clerk John F. Piazza, President (MUNICIPAL SEAL) F -3