Loading...
HomeMy WebLinkAbout04/02/2024 Motion to accept the Builders Asphalt bid for the 2024 Street Resurfacing Program and award a contract for $7,289,137.87 with an authorized work limit not to exceed $5,892,000.00Subject Meeting Fiscal Impact (Y/N) Dollar Amount Budget Source Category Type Information Item Cover Page Motion to accept the Builders Asphalt bid for the 2024 Street Resurfacing Program and award a contract for $7.259.137.57 with an authorized work limit not to exceed $5,,892,000,00, April 2, 2024 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Y $5,892,000.00 Street Improvement Construction Fund and Motor Fuel Tax Fund. VILLAGE MANAGER'S REPORT Action Item The purpose of the Village's Street Resurfacing Program is to maintain all Village streets on an average 20 -year service life cycle. To meet this goal, at least 6.8 miles of Village streets must be resurfaced on an annual basis. The 2024 Street Resurfacing Program includes 6.2 miles of streets and is being funded through the Street Improvement Construction Fund and Motor Fuel Tax (MFT) Fund. In addition, the Village will be resurfacing 0.5 miles of central Road this summer under a separate contract for a total of 6.7 miles of Village streets to be resurfaced in 2024. Attached is a map and list denoting streets targeted in this year's program. Of the 6.2 miles of streets included in this year's program, 2.2 miles will involve resurfacing the 2024 water Main Replacement streets. Prior to 2023, water main replacement projects included asphalt street resurfacing as part of the contract. Similar to last year, in order to reduce the asphalt cost and allow additional water main to be replaced, staff has included the street resurfacing portion in this bid. Because of the large amount of asphalt in the street resurfacing contract, the unit price per ton of asphalt on the street resurfacing contract tends to be less expensive than the unit price per ton of asphalt on the water main replacement contract. once the water main work is complete this summer, Staff will coordinate to have the street resurfacing contractor install the asphalt soon after. This same approach was taken last year and shown to be successful. A Notice to bidders was posted on the Demandstar website on February 26, 2024, and in the Illinois Department of Transportation Contractors Bulletin on February 29th and March 7th Five (5) general contractors obtained the bid documents. On March 12, 2024, at 1:00 pm, sealed bids for the 2024 Street Resurfacing Program were publicly opened and read aloud. one contractor, Builders Asphalt, LLC, submitted a bid for this project. It was for an amount of $7,,289,,137.87, approximately 32% above the Engineer's Estimate of $5,.481,,675.40. The bid submittal was checked for accuracy. No errors were found. The bidder submitted the required bid bond in the amount of 5% of the total bid. The bidder correctly signed their bid and bid bond. Discussion Builders Asphalt's resurfacing bid is $1,807,462.47 above the engineer's estimate. As evident in many sectors, construction prices rose throughout 2022 and 2023, and the trend continues in 2024. Village staff monitored prices over the past year and anticipated higher material, equipment, and labor costs for this year's project but not to the level reflected in the bid. The Engineer's Estimate was submitted to IDOT in early February 2024 and Volatility in prices continued until the bid opening date. With this year's bid, there is a 27% increase in the cost of sidewalk removal and replacement, 27% increase in the cost of curb removal and replacement, and 14% increase in the cost of asphalt compared to last year's prices. There were also dramatic price increases in storm sewer, traffic control, and driveway related items. Village staff reached out to four surrounding communities who recently opened bids for street resurfacing programs to compare prices. The prices of concrete and other work typically performed by subcontractors they received were like those received for our project. Asphalt prices we received were slightly higher than surrounding communities. The low bidder, Builders Asphalt, has previously provided bids on past street resurfacing projects for the Village but has never been awarded a contract. Arrow Road construction has typically performed the work over the last several years. However, Arrow Road construction was bought by Builders Asphalt over the winter and will no longer operate under the name. Builders Asphalt has several asphalt plants in the Chicago area. They have recently been awarded street resurfacing contracts in 2024 by Palatine, Arlington Heights, Rolling Meadows, and Elk Grove. Builders Asphalt has also been awarded the central Road Resurfacing Project in Mount Prospect scheduled for this summer. For reference, a copy of Builders Asphalt's bid submittal is attached. Staff contacted the four (4) contractors that picked up the bid documents but did not submit a bid. Committed work, scheduling, and high trucking and concrete costs were reasons why they did not submit a bid. In addition, the Village's program is typically larger than other nearby communities and some smaller contractors who do not own their own asphalt plant feel they cannot compete with those that do, particularly when the same company now owns multiple nearby asphalt plants. It is an issue staff will consider when bidding future projects to garner more interest. We do not, however, believe rebidding the project this year will increase the number of bidders or decrease the prices and would delay completion of the work this fall. The Village strives to resurface 6.8 miles of local streets each year to keep pace with the average 20 -year service life cycle. Over the past 10 years, the Village has resurfaced on average 8.9 miles per year. Efficient use of Village funds and the addition of Rebuild Illinois funds (2021 - 2023) have allowed the Village to resurface 21 more miles than necessary to keep pace. In this time, the Pavement Condition Index (PCI) has risen from 70.3 to 75.7 resulting in our streets being in very good condition overall. For 2024, staff designed 7.4 miles of local streets to resurface and miscellaneous patching with this contract based on anticipated prices and funding. This excludes the 0.5 miles of Central Road that is being resurfaced under a separate contract using a Surface Transportation Program (STP) grant. unfortunately, higher than expected costs of this year's bid will prevent the Village from resurfacing the entire 7.4 miles. We will need to reduce the amount of work to 6.2 miles with this contract and no miscellaneous patching. A portion of the Street Resurfacing Program uses Motor Fuel Tax (MFT) funds. The Illinois Department of Transportation (IDOT) administers the funding and must approve the scope of work. IDOT staff confirmed with staff that the amount of work can be reduced to 750I0 of the low bid without having to negotiate with the contractor. IDOT requires the contract to be awarded to the full amount, but the authorized work can be reduced by up to 25%. The bid received from Builders Asphalt is $7,,289,137-87 to resurface 7.4 miles of Village streets. The cost to resurface 6.2 miles based on the unit prices is approximately $5,.615,000 and within the available funding. coupled with the resurfacing of Central Road, 6.7 miles of Village streets will be resurfaced in 2024. This is just 0.1 miles below the Village's objective of 6.8 miles per year, but the work over the past 10 years has kept us ahead of schedule and our streets in Very good condition. For the 1.2 miles of streets that will not be completed this year, they will be moved to the 2025 program. These streets are in fair condition and can last another year without resurfacing. Each of the next 5 years is currently programmed, with less than 6.8 miles, allowing us to integrate the shifted 1.2 miles without greatly affecting future years. Miscellaneous patching will be completed under separate contracts or moved to 2025. Village staff recommends awarding the contract up to the full bid amount of $7.,289,137-87 to satisfy IDOT requirements but issue a purchase order and authorize work to not exceed $5,892,000.00. The total purchase order amount would fully utilize the following funds: Street Improvement Construction $4f442.,000.00 + Motor Fuel Tax $1,450,000.00 = Total Authorized Work: $5,,892,,000.00. This represents the anticipated cost for 6.2 miles of work ($5,615,000) plus 5% contingency for unexpected work during construction ($277,,000). Staff has discussed our intentions to reduce the amount of work with Builders Asphalt, and they have no objections. Alternativp-q 1. Accept the bid from Builders Asphalt for the 2024 Street Resurfacing Program. 2. Action at the discretion of the Village Board. Staff Recommendation Staff recommends that Builders Asphalt, LLC of Hillside, Illinois, be awarded the contract for the 2024 Street Resurfacing Program in the amount of $7,,289,137,,87 with an authorized limit of $5,892,999. Attachments 1. 2024 Street Resurfacing List 2. 2024 Street Resurfacing M a p 3. Builders Asphalt Bid 4. Bid Tab . . . . ............. .. .. iii. IS I.:l ..iii iii. .... .. .... .. ... .. ... .. .```` II . ..iii . .. ... .. ... .. ... .. TCS .. .. .. .. .. .. ... . . . . . . . 1. . Sd iEl I` LED; .. . .. .. :: .... : ... : ... : .. .. . . A. .. ...... .. .. - AZTEC LN . ::: : LAUREL DR : . .... :: . ARAILA DR . ::....�:: .. 2024 A AZTEC LN ARAILA DR ASPEN DR 2024 A BURNING BUSH LN KENSINGTON RD BOULDER DR 2024 A BURNING BUSH LN BOULDER DR APACHE LN 2024 A BURNING BUSH LN APACHE LN HOPI LN 2024 A COLUMBINE DR CAMP MCDONALD RD LARCH DR 2024 A HOPI LN QUINCE LN BURNING BUSH LN 2024 A HOPI LN BURNING BUSH LN SIOUX LN 2024 A HOPI LN SIOUX LN CHOLO LN 2024 A LARCH DR COLUMBINE DR MAYA LN 2024 A LARCH DR MAYA LN MOHAWK LN 2024 A LARCH DR MOHAWK LN ANDOA LN 2024 A MAYA LN VILLAGE LIMITS LARCH DR 2024 A QUINCE LN HOPI LN BITTERSWEET LN 2024 A SIOUX LN HOPI LN CUL DE SAC 2024 B HACKBERRY LN WHEELING RD BRENTWOOD LN 2024 B NEWBERRY LN KENSINGTON RD IRONWOOD DR 2024 D Business Center Rand H 2024 D E GREGORY ST MARCELLA RD STRATTON LN 2024 D E THAYER ST MARCELLA RD STRATTON LN 2024 d EASTMAN CT HILL ST CUL DE SAC 2024 D MARCELLA RD CENTRAL RD THAYER ST- 2024 d MARCELLA RD THAYER ST THAYER ST 2024 D MARCELLA RD THAYER ST ARDYCE LN 2024 d MARCELLA RD ARDYCE LN GREGORY ST 2024 E BOB 0 LINK RD FOREST AV PROSPECT MANOR 2024 E PROSPECT MANOR AV GREGORY ST MEMORY LN 2024 E W MEMORY LN EASTWOOD DR ELMHURST AV 2024 E W MEMORY LN PROSPECT MANOR EASTWOOD DR 2024 E W MEMORY LN FAIRVIEW AV PROSPECT MANOR 2024 F S EDWAR❑ ST BUSSE AV CENTRAL RD 2024 F S EDWARD ST EVERGREEN AV BUSSE AV 2024 F S EDWARD ST MILBURN AV EVERGREEN AV 2024 F S EDWARD ST LINCOLN ST MILBURN AV 2024 F S EDWARD ST NW HWY LINCOLN 5T 2024 G E LINCOLN ST EMERSON ST MAPLE ST 2024 G E LINCOLN ST MAPLE ST SCHOOL ST 2024 G EMERSON CT EMERSON ST CUL DE SAC 2024 G GOLFHURST AV EDWARD ST GEORGE ST 2024 G GOLFHURST AV GEORGE ST ALBERT ST 2024 G GOLFVIEW PL GOLFVIEW AV CUL DE SAC 2024 G S ALBERT ST GOLFVIEW DR GOLFHURST AV 2024 G S EDWARD ST SUNSET RD GOLFHURST AV 2024 G S EDWARD ST GOLFVIEW DR SUNSET RD 2024 ECTIfJN ........ STREET FROM TU .. ... ... .... CHEC�ULEa ... H CENTRAL ALLEY END OF PAVE WAPELLA 2024 .................................................................................................................................................................................................................................................................................................................................................... H Prospect Ave .....................:.........................................................................:......................................................................:...............................................................:..................................... PINE ...................................... WILLIE . 2024. H Prospect Ave I OKA AV ELMHURST RD 2024 H HI LUSI AV BUSSE AV PROSPECT AV 2024 H HI LUSI AV .....................:.........................................................................:......................................................................:..............................................................:.................................... EVERGREEN AV BUSSE AV 2024 . H HI LUSI AV MILBURN AV EVERGREEN AV 2024 H HI LUSI AV LINCOLN ST MILBURN AV 2024 H W SUNSET RD .....................:.........................................................................:......................................................................:..............................................................:..................................... I OKA AV ELMHURST RD 2024 . H W SUNSET RD HI LUSI AV I OKA AV 2024 I BEVERLY LN LINCOLN ST HATLEN AV 2024 I Leonard 219 ....................................... Cul De Sac 2024 I PRAIRIE AV WHITE OAK ST END OF PAVE 2024 ] CARBOY RD .....................:.........................................................................:......................................................................:...............................................................:.................................... CUL DE SAC NORDIC RD 2024 . ] CARBOY RD NORDIC RD CUL DE SAC 2024 ] COTTONWOOD LN ..............:................................................:...............................................:.. CHESTNUT DR ROBERT DR ........:...................................... 2024 ] COTTONWOOD LN BIRCH DR ................................................................................................................................ CHESTNUT DR 2024 ] COTTONWOOD LN FERN DR BIRCH DR 2024 ] COTTONWOOD LN ..............:.................................................:...............................................:..........................................:...................................... BUSSE RD FERN DR 2024 ] NORDIC RD CARBOY RD ALGONQUIN RD 2024 ] S LANCASTER AV ASH DR GOLF RD 2024 Alternate if Funds Allow H..... .. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .H . .ROB... ... ... ... . ...ERT DR ... ... ................................................................................................... ROBIN LN... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .. LONN. ... ... ... ... ... ... ... ... ... ... ... ...QUIST BLV 2024 ROBERT DR SUNSET RD ROBIN LN 2024 H ROBERT DR GOLF RD GLENN W 2024 H ROBERT DR GREENACRES W SUNSET RD 2024 H ROBERT DR GLENN W GREENACRES W 2024 �V 3`2` os; Cn m O X r0 (+ Ma M L ■ I 0 X M 71 2024 STREET RESURFACING PRC VILLAGE OF MOUNT PROSPECT, COOK CC LOCATION MAP W-3010011IMMIJIM, �V_ ,EUCLID Al 11 ...TR.A-=0R � z, BwLINK RC .................. 6LIMTIMC LN 3• OYF7RGRL r� x � fALEZAL a 4 rr11u I rf {pR ..... fir, w 1............KEN5INGTON RD ........................................................ .�: .... ...........;;;a:. »»,,... , ,. ... c a { N C 0 101TH ANN On w o o � � .......... +i. ............ ........... ����������............. ........... S LVoUOf,,,,,,,,,,,,,,,, ,,,,,,,,,,, . ����������������. ����������������. ����������.. ����������.. ������. ........... ........... a GPEG QP." 51 . ......... l � ........... ......... J 1. ...icA ..SELL '........ .......... ST"........... nrl IrHQRN " 'a N 0 � LII ,,,, ,,,, T ww• lhllll.�' .......... = Z .........xx.. •a. HE NRY... .GT... ',"�1'tN .N;.r...l. .. ».Y ,`.,IL'. N w Y � 1141J I....T...1 �� �. ........................................ ............. ........4 ....... ,,,,,,,,,, {fir[ _ ............................... „ l'. ...................... IIIIII yy CEN RAL RO ...... '�..i., ...r". ylli'E'TE.....�, iJFITEiJ'_TE CT 44414,vd0. a.�. i ..:BU;S'....A.J.. ...1. i a P .... a EUaSE A� n � r 1 � I Ilgl[ y Y f !� II ] !II N y ls' str,aH�L1 r =' Fs ,,,� mw 1... ...I 1... ,fj' ...........'...ALU-fi 'Lf; ...................... ."...�,,,�,! ", "r'`,1.................."�.�' x...:;,BARBEf:f3YLN 4y z .. f' ............................ rfq �p•ii'�i......................................... .............................i ii ii ii i.'.....s ............... ..... iii..........................iii ......................... ir1 �, ' (r .......... .....,,, ,,, ,,,BARE-RRY...Lr`J ,,,d ,,, LN ...a A ............. y ... QU NC ,;;CEUA'; LN" 4¢ r..'z r .+,�,,,,, _ ......................... :;: I r - ....5 RE�EfJ" a w y - T ...pUG'nrnrp'LN � - �.++ 2.. ...0 tt U LU�:: 4 r4 nCy o ...GU.7'Y I ..................... ...,Y. a •� .,, .. } IN7ErFE' 1 1 x r.r „,. :::::: r � .. o LU tLl]tHHtKiY"LN�.,,.,�.�'E4r'Y::;: F ....................1. LPI ... ' "S `� ...LINUtV'LN ..............r'�.7 •".c'"" s m > LIBER i'! ,rr +.......x..... GREENvlOUG pZ ,� ...L �., .... .........................I ...................: �.................,.r PEEG.7 py,........."r F HAChBER;Y LV ❑ Fip CT � ....................r� w c ................... r.v HLHI I ......................IR9.1 W.W.R...9H..., m 1 1'„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, J �................. ..........i w KENSINGTON RU ... oRJ z ...1 CENTEk nR om ...�.... l.l. z '' P E�;r �.� el o................... �✓ ........... ......... . ..;l. (D ¢... . ”{ z '.0, .. ..................... "= Y 'h1tf7' 'I]RY" 'LN "HILL ... .. QST 0� a IIIIIIIIIIIIIIII� n vi 6ti1 s' WILUWUUU LV GREG: RY ST ,,,,,,,,,,,,, ,,,,,,,,,,,,, ,,,,,,,,,,,,, ...................... v� H....... LN ,. I...,................... Lp1•I7EN _N l a .L i,......CAR011JF,LL�. i,,,� ? j 1tFFHtT 111 yG` - a z L.......SM,...1 �............ ...CA ..w a ..pH...� 1. f � � Ij "'ISA BELLA 'ST" "j z k,,,,,,, a „ CR...l. . a z 4911 LHLL (. ...... r ... ............ 11 ......pfi .......... +"......., �......... ....... . - THAYER AftGYC= LN ,,,,,,,,,,,, ,,,,,,,,,,,,,, ,,,,,,,,,,,,,, ,..........,„,,,,,,,,,,,,,,,,,,,,,,,,,.. ,,,,,,, 4 ST MARS THAYE7 5- 'P I ,,,,,,,,,,,,,,,, ,,.1-1 CEVTENN AL GP. H..YL T i H G 'n HLNRY 51 '~ O HLNRY��51 A r ........'. ........:.`.:. ���������..... ............ ..... ............................... ^' u, `Y J N J r AfB��, GRttN LN ................... ..r ............ ............. ............ ............. .............. ...........................1+.i.;, 7 ���� IIIIII �... ,,,I ............ .......... .............. .............. ............. ............. ..+ ............. ...,.......... ........iii. iii........ ........ .. ....... iii u. ..... iiiu`S. iA ..i ....iQ .....v ii........ ii ii ii i ................. ...... - 1:.F.: ....�'�� "EVER EEN .....�. - EPEE RttN A - „r h11LP.IJRV A4� ..� _ ..... ~o ” , 4 .:. j a 1 ... ..1.J................. M LEURN AV,,, I L„ , 'tea.. -........... _ 1.1T 6 1 IL t3U "A A S` 4 1 I �A f Tf - 4... If+r �n ........... ... �� �� a = F � cc ,�•�,� 414 ""'FEIJCI� ETDIJFL ....4J� �,,, f p n ICO_PI �T 4 ........................................1 ......... ����� f 1 .r........... ... ............................... r... ,���� ..... ...N ..0 ... L L IT,. r 4 "'CiYJ 'CBY"17"` "'�i'ri�'a�ri��sr�r N N I,: 1k'A ST F' l 4 I l I U c I l - I 7� li"%Y• -3J ,. ,,,..... nnnnn. 4r44 TR 9 rr . .. ll n .......� ........x... GU'nrA VQC AV. '�'�a AV o SHA DME N1 LHLINQ .0. .I......��♦:OP• w Y n t4 ...r. ads- , ......CD ,,,,,, .. E - A 2 ���nurl ��i�.. [n - TP. , N IS „. +l „ 4 o N 'S 5 n �, a r l� V .1rN rr. „ ..........� .....+ r,.• � .... � �f• - w IIIIIIlWfk � F •""""�i �'� " a�` Q• '� N 111111' � III II� a DR , �. „� k a - UP7ttNUH w LI On 7 mc. �............TP....... I..................I.., :::s w I - ....... .... ... + .....................x........ .�....l... LIiNNUUS 13Lr'U ,.... .....4........ 0 l r o ,,, ROBIN LV y ................. z - G FHJ � q u ,� ""•• ........... SUNSET RD 4 a ...,Gx........x...' ,W.. ¢ v! o ' SUNSET RG '•,,,,,,,,,,,,,, ...... ......... ,,, .L.,, GREEN 1CRESLN ............x...LEFJW LW .................. J.11 a .•r••• Yz 1J" WIZ .......P:..LM..G.......... GOLF RU - a ... ... ..............x.....x.......x.. ..x.... a „THCRNWQGG LN ..� o .o """ •••• o' w FALhI'U... .T� w w" ............ o o w 11III i LOEUST LN lIr............� z �...A.....,k i............................1..1.1........ a L - ABEL"k'IR '6 ... ............. "7�._LCW...:J�..........�:.......,,,.,...,,,,,,,,,, '�' ..............� VfILLQ'N LN LH ..... qp l'... 7H 'ok ... fit;;;,:... „r. a lry CATALPA LN ...,I » •x...............F h ...:::::........1.1.1.'..1. V .......11;...;1...1;1;1........;..1... ........ ..r�J„ �.. E1•'P. LV PHEASANT TR FHQS OF 6.... ...� . r. z . .,..r. r z •••� c = _'z ••••,•••••• I•HLSwC4wGl Ok CMMCsRS RCS Other Work Locations Leonard Av (Cul -de -Sac) Na Wa Ta Av (Lincoln -Go Wando) Business Center (Rand -Harvest) Village Wide Patch (Per Engineer's Direction) I L ■ Cover Sheet Legend & General Notes Pavement Markings Work Items Section A 5 Section A Notes 6 Aztec Ln (Laurel-Aralia) 7 Aztec Ln (Aralia-Aspen ) 8 Burning Bush Ln (Kensingt Boulder) 9 Burning Bush Ln (Boulder-, 10 Burning Bush Ln (Apache -1 11 Columbine Dr (Camp McD( Larch) 12a -12b Hopi Ln (Quince Burning Bi 13 Hopi Ln (Burning Bush -Sial 14 Hopi Ln (Sioux-Cholo) 15a -15b Larch Dr (Columbine -Maya 16 Larch Dr (Maya -Mohawk) 17 Larch Dr (Mohawk-Andoa) 18 Maya Ln (Village Limits -Lai 19 Quince Ln (Hopi-BittersweE 29 Sioux Ln (Hopi -Cul de Sac; Section B 21 _ _ Section B Notes 0 „„„„,.x ......................................... CENTRAL LY............... r..������ - ... PIVUtL pH FREDIA CT ............�.tlidh......... a ,,-RGE GR y........... � V4 "" , v Ffl 0 I c ........... •"•T HATLEN AV 3,, ,,,,,,,,,,,,,,,........... x .......................E1,AVdl' ^. ",,.' .SdT......... ,............... SLU tPtk - ............................. R. ... ,,,,,,,,,,ST,,, ,,,,,,,r HUti71t LN ..... x4. ,,,,,,,, ,,,,,,,; ..r .. ... A •.;';:' ;:;:' ,,,,,,,, ....................... ......11,....,..............�� ' ,,,,,.,,,,,, f "MFRK" LP.'aHtNCt LV �U'LIVAP o w L ��������, N .... ,,,, 4 RUSTY...pR' ,I W ....................................A........ ,`,`,;,;.. ... CT F^" w w w w w � ........... ........... L PR=IJCEZ- .= GAST LN "•�,,,� �• z "MYRTLE 'OR .. iii....'+.............................. - M.'.RTHA LN w ',,,•MARTIN"LN... � � "� """"J"'I •••= m�iJ 'IIIIII � �;dr',JN { 4 ::..................................... ....... .... w •, LONNQUIST BLJG I VILLAGE OF MOUNT PROSPECT, COOK CC LOCATION MAP W-3010011IMMIJIM, �V_ ,EUCLID Al 11 ...TR.A-=0R � z, BwLINK RC .................. 6LIMTIMC LN 3• OYF7RGRL r� x � fALEZAL a 4 rr11u I rf {pR ..... fir, w 1............KEN5INGTON RD ........................................................ .�: .... ...........;;;a:. »»,,... , ,. ... c a { N C 0 101TH ANN On w o o � � .......... +i. ............ ........... ����������............. ........... S LVoUOf,,,,,,,,,,,,,,,, ,,,,,,,,,,, . ����������������. ����������������. ����������.. ����������.. ������. ........... ........... a GPEG QP." 51 . ......... l � ........... ......... J 1. ...icA ..SELL '........ .......... ST"........... nrl IrHQRN " 'a N 0 � LII ,,,, ,,,, T ww• lhllll.�' .......... = Z .........xx.. •a. HE NRY... .GT... ',"�1'tN .N;.r...l. .. ».Y ,`.,IL'. N w Y � 1141J I....T...1 �� �. ........................................ ............. ........4 ....... ,,,,,,,,,, {fir[ _ ............................... „ l'. ...................... IIIIII yy CEN RAL RO ...... '�..i., ...r". ylli'E'TE.....�, iJFITEiJ'_TE CT 44414,vd0. a.�. i ..:BU;S'....A.J.. ...1. i a P .... a EUaSE A� n � r 1 � I Ilgl[ y Y f !� II ] !II N y ls' str,aH�L1 r =' Fs ,,,� mw 1... ...I 1... ,fj' ...........'...ALU-fi 'Lf; ...................... ."...�,,,�,! ", "r'`,1.................."�.�' x...:;,BARBEf:f3YLN 4y z .. f' ............................ rfq �p•ii'�i......................................... .............................i ii ii ii i.'.....s ............... ..... iii..........................iii ......................... ir1 �, ' (r .......... .....,,, ,,, ,,,BARE-RRY...Lr`J ,,,d ,,, LN ...a A ............. y ... QU NC ,;;CEUA'; LN" 4¢ r..'z r .+,�,,,,, _ ......................... :;: I r - ....5 RE�EfJ" a w y - T ...pUG'nrnrp'LN � - �.++ 2.. ...0 tt U LU�:: 4 r4 nCy o ...GU.7'Y I ..................... ...,Y. a •� .,, .. } IN7ErFE' 1 1 x r.r „,. :::::: r � .. o LU tLl]tHHtKiY"LN�.,,.,�.�'E4r'Y::;: F ....................1. LPI ... ' "S `� ...LINUtV'LN ..............r'�.7 •".c'"" s m > LIBER i'! ,rr +.......x..... GREENvlOUG pZ ,� ...L �., .... .........................I ...................: �.................,.r PEEG.7 py,........."r F HAChBER;Y LV ❑ Fip CT � ....................r� w c ................... r.v HLHI I ......................IR9.1 W.W.R...9H..., m 1 1'„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, J �................. ..........i w KENSINGTON RU ... oRJ z ...1 CENTEk nR om ...�.... l.l. z '' P E�;r �.� el o................... �✓ ........... ......... . ..;l. (D ¢... . ”{ z '.0, .. ..................... "= Y 'h1tf7' 'I]RY" 'LN "HILL ... .. QST 0� a IIIIIIIIIIIIIIII� n vi 6ti1 s' WILUWUUU LV GREG: RY ST ,,,,,,,,,,,,, ,,,,,,,,,,,,, ,,,,,,,,,,,,, ...................... v� H....... LN ,. I...,................... Lp1•I7EN _N l a .L i,......CAR011JF,LL�. i,,,� ? j 1tFFHtT 111 yG` - a z L.......SM,...1 �............ ...CA ..w a ..pH...� 1. f � � Ij "'ISA BELLA 'ST" "j z k,,,,,,, a „ CR...l. . a z 4911 LHLL (. ...... r ... ............ 11 ......pfi .......... +"......., �......... ....... . - THAYER AftGYC= LN ,,,,,,,,,,,, ,,,,,,,,,,,,,, ,,,,,,,,,,,,,, ,..........,„,,,,,,,,,,,,,,,,,,,,,,,,,.. ,,,,,,, 4 ST MARS THAYE7 5- 'P I ,,,,,,,,,,,,,,,, ,,.1-1 CEVTENN AL GP. H..YL T i H G 'n HLNRY 51 '~ O HLNRY��51 A r ........'. ........:.`.:. ���������..... ............ ..... ............................... ^' u, `Y J N J r AfB��, GRttN LN ................... ..r ............ ............. ............ ............. .............. ...........................1+.i.;, 7 ���� IIIIII �... ,,,I ............ .......... .............. .............. ............. ............. ..+ ............. ...,.......... ........iii. iii........ ........ .. ....... iii u. ..... iiiu`S. iA ..i ....iQ .....v ii........ ii ii ii i ................. ...... - 1:.F.: ....�'�� "EVER EEN .....�. - EPEE RttN A - „r h11LP.IJRV A4� ..� _ ..... ~o ” , 4 .:. j a 1 ... ..1.J................. M LEURN AV,,, I L„ , 'tea.. -........... _ 1.1T 6 1 IL t3U "A A S` 4 1 I �A f Tf - 4... If+r �n ........... ... �� �� a = F � cc ,�•�,� 414 ""'FEIJCI� ETDIJFL ....4J� �,,, f p n ICO_PI �T 4 ........................................1 ......... ����� f 1 .r........... ... ............................... r... ,���� ..... ...N ..0 ... L L IT,. r 4 "'CiYJ 'CBY"17"` "'�i'ri�'a�ri��sr�r N N I,: 1k'A ST F' l 4 I l I U c I l - I 7� li"%Y• -3J ,. ,,,..... nnnnn. 4r44 TR 9 rr . .. ll n .......� ........x... GU'nrA VQC AV. '�'�a AV o SHA DME N1 LHLINQ .0. .I......��♦:OP• w Y n t4 ...r. ads- , ......CD ,,,,,, .. E - A 2 ���nurl ��i�.. [n - TP. , N IS „. +l „ 4 o N 'S 5 n �, a r l� V .1rN rr. „ ..........� .....+ r,.• � .... � �f• - w IIIIIIlWfk � F •""""�i �'� " a�` Q• '� N 111111' � III II� a DR , �. „� k a - UP7ttNUH w LI On 7 mc. �............TP....... I..................I.., :::s w I - ....... .... ... + .....................x........ .�....l... LIiNNUUS 13Lr'U ,.... .....4........ 0 l r o ,,, ROBIN LV y ................. z - G FHJ � q u ,� ""•• ........... SUNSET RD 4 a ...,Gx........x...' ,W.. ¢ v! o ' SUNSET RG '•,,,,,,,,,,,,,, ...... ......... ,,, .L.,, GREEN 1CRESLN ............x...LEFJW LW .................. J.11 a .•r••• Yz 1J" WIZ .......P:..LM..G.......... GOLF RU - a ... ... ..............x.....x.......x.. ..x.... a „THCRNWQGG LN ..� o .o """ •••• o' w FALhI'U... .T� w w" ............ o o w 11III i LOEUST LN lIr............� z �...A.....,k i............................1..1.1........ a L - ABEL"k'IR '6 ... ............. "7�._LCW...:J�..........�:.......,,,.,...,,,,,,,,,, '�' ..............� VfILLQ'N LN LH ..... qp l'... 7H 'ok ... fit;;;,:... „r. a lry CATALPA LN ...,I » •x...............F h ...:::::........1.1.1.'..1. V .......11;...;1...1;1;1........;..1... ........ ..r�J„ �.. E1•'P. LV PHEASANT TR FHQS OF 6.... ...� . r. z . .,..r. r z •••� c = _'z ••••,•••••• I•HLSwC4wGl Ok CMMCsRS RCS Other Work Locations Leonard Av (Cul -de -Sac) Na Wa Ta Av (Lincoln -Go Wando) Business Center (Rand -Harvest) Village Wide Patch (Per Engineer's Direction) I L ■ Cover Sheet Legend & General Notes Pavement Markings Work Items Section A 5 Section A Notes 6 Aztec Ln (Laurel-Aralia) 7 Aztec Ln (Aralia-Aspen ) 8 Burning Bush Ln (Kensingt Boulder) 9 Burning Bush Ln (Boulder-, 10 Burning Bush Ln (Apache -1 11 Columbine Dr (Camp McD( Larch) 12a -12b Hopi Ln (Quince Burning Bi 13 Hopi Ln (Burning Bush -Sial 14 Hopi Ln (Sioux-Cholo) 15a -15b Larch Dr (Columbine -Maya 16 Larch Dr (Maya -Mohawk) 17 Larch Dr (Mohawk-Andoa) 18 Maya Ln (Village Limits -Lai 19 Quince Ln (Hopi-BittersweE 29 Sioux Ln (Hopi -Cul de Sac; Section B 21 _ _ Section B Notes Bid Request For 2024 Street Resurfacing/Rebuild Illinois Program BID OPENING: March 12th, 2024 — 1:00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for 2024 Street Resurfacing Sealed bids will be received until 1:66 p.m. on March 12th, 2024, in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, g sealed envelope please submit bid clearly marked: "Sealed Bid for 2024 Street Resurfacing Program" The project consists of resurfacing a,pproArr ately 7.36 miles of local streets at various locations throughout the village. The project includes but is not limited to the following bid items: HMA Surface Removal 2" and 3'J, HMA Leveling Binder and Surface Course, Curb and Gutter Replacement, Sidewalk Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings and PVC storm sewer. Illinois Department of Transportation Prequalification is required. Plans and specifications may be obtained at the Village of Mount Prospect's Demandstar website by using the following link: www.rnountprospect.org/bids All work under, this Bid and the resulting contract shall comply with the Illinois Prevailing Wage a Act 820 ILCS 130/0.01 et seq= and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (g0) days after the bid date without the consent of the Board of Trustees. Any Bid, submitted: unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and °lane, will be disqualified and returned to the bidder. g The: Villag e reserves the right in its sole discretion, to reject any and all bids or parts . thereof, to waive an irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Qregarding Questions re ardin this project should be directed to Matt Lawrie, Village Engineer, Village of Mount Prospect, Public Works Department, 847-870-5540. Village Manager Michael Cassady Proposal Submitted By: Contrpctoes Name Builders Raving, LLC Contra.ntoeS Addres II 4401 Roosevelt Rd Local Public Agency Formal Contract PropOsal COVER SHEET PON StateCode. . .... rHillside IL 60162 STATE OF ILLINOIS Cour Section Number Loll Public A enc 2�4- 8�-00-R Cool [Vjlla a of Mount Prospect a f"nds 9 route � Street/ oad lame MFT, Local 2024. Resurfacing Program proposal and Plans � Proposal only, plans are Separate F-1 Pro Proposal Only ® p Submitted/Approved For a ovum and Road Di tr ct P.ro ect Submitted/Approved Hi h ra Commissioner Si..natore Gate Submitted/Approved Count � n f1�Su erintendent of lei hw s Date For a Mnioipalm project Submitted/Approved/Passed ieparent of Transportation Released for bid based on limited review Re Date � ion W Si.C�n �nee�a ire 2/28/2024 ` Bands, should be stapled together to prevent loss including Proposal Gu.1 aranty Checks or proposal Bid Note. All proposal documents, i 9 when bids are processed. Page 1 of 6 Printed 01/30/24 BLR 12200 (Rev. 01121121) Local Public A en Count Section Number Route s0 Street/Road Name g Cook 24-001 80 -00 -RS 2024 Resurfacing Program Vfllage of Mount Prospect NOTICE TO BIDDERS er Mana a Sealed proposals for the project described below will be received at the office of Village g Name of Office 50 S. Emerson Street Mount Prospect 160056 60056 until 1.00 PM on 03/12/24 Address Time Date Sealedro osals will be opened and read publicly at the office of Village Manager p p Name of Office 50 S Emerson Street Mount Prospect IL 60056 at 1:00 PM on 03/12/24 Address Time Date DESCRIPTION OF WORK Locabon Various Streets Throughout The Village of Mount Prospect ........................ Po _r FYI*' q' e�11�1 7.36 Miles p[2p.oseAjMprovLement HMA Surface Removal 2" and 3", HMA Leveling Binder and Surface Course, Curb and Cutter Replacement, Sidewalk Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings, Roadway Patches and PVC storm sewers 1 Plans and Proposal forms will be available in the office of Mount Prospect Public Works Department 1 700 W. Centra! Rd, Mount Prospect IL, 60056 Contact Protect Engineer Brandon Saccone 2. ® Prequalification If checked" p the 2 apparent as read low bidders must: file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57) in , tri licateshowing all uncompleted contracts awarded to thea and all low bids pending award fbr Federal, State, County, Municipal p � andp rvate work., One original shall be filed with the Awarding Authority and two od inals with the IDOT District Office,,, 3. The AwardingAuthority reserves the right to waive tech nicalitit es 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 12.326) (do not use for project with Federal funds) 5. 'The q u a ntrfies appea ring in the bid schedule are approximate and are prepared for the co rn p anison of bids, Payment to the Contractor will be made only fbr 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 ornitted 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 thep erfbrrnance of work. The bidder will be responsible for a I I 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. 6, if a special envelope is supplied by: the Awarding Authority" each. proposal should be submitted in that: envelope furnished by the � p Awarding Agency end the. blank, spaces on the envelope shall be filled in correctly to clearly indicate. its contents. When an envelope g y other than, the special one furnished by the Awarding Authority is used, it: shall be marked to clearly indicate its contents. When sent mail the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the by p p als shall be filed prior to the time and at the place, specified in the Notice to Bidders. Proposals bids are to be received, All propos. received after the time specified will be returned to the bidder unopened. 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 9 opening proposals. Printed 02/27/24 Page 2 of 6 BLR 12200 (Rev. 01/21/21) Local Public A lenc Count. Section Number Routes StreeRoad 1' arnp- Village of Mount Prospect Cook 24-00180-00-RS7., 2024 Resurfacing Program llag p........ PROPOSAL 1. Proposal of Builders Pavi ,LLC Confat;or� l�n�e 4401 Roosevelt Rd, Hillside, IL 60162 Contr c or's Address 2. The plans for the proposed work are those prepared by Mount Prospect Public Works and approved by the Department of Transportation on 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 Specitzcations and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids. 4u 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 10/27/23 unless additional time is granted in accordance with the specifications. d: 6. The successful bidder at the time of execution: of the contract will be required to deposit a contract bond for the full amount o 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 boned 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 prioe 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 un it 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 will 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 Treasurer of The amount of the check is Y 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 f-und. The proposal guaranty check will be found in the bid proposal for: Section Number Printed 02/27/24 Page 3 of 6 BLR 12200 (Rev. 01/21/21) Section Number Route 'o s� Local Public enc Count . . ....... Coo Village of Mount Prospect Cook 24 -00180 -00 -RS 2024 Resurfacing Program �m�wwwwww L........ . . 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. 1. 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 a I I amounts paid to the individual o r entity under the contract in a civil action. 2. 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 1 LCS 5/33E-3 or 720 1 LCS 5/33E-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 a n y person convicted of this offense„ o r any similar offe nse of a n y state or the United Stateswhich co n ta i n s m the same eleents 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 m governental entity with which it seeks to, contract that entity finds that the corpmission of the offensewas neither authonized, 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 feJony 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 barred from contracting with any unit of State or Local government as a result of a conviction Linder 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, comniandedo 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 thefirm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent, or ernpioyeei of t ' he firm oornmitted 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 02/27/24 Page 4 of 6 BLR 12200 (Rev. 01121/21) Limited Liability Company Firm Name ��P Builders Pa�vir�I LLC Si nature Date A. 3112/24 2010: '"!"' ble "IIB Steven Salinas, Vice President Business Address B 4401 Roosevelt Rd cit State ZJ Code Hillside IL 60162 :::: Insert -thee Names and Addresses of all Partners SKEJG, LLC 321 Center Street Hillside, IL 60162 Insert Names of Officers Prsicfent Printed 02/27/24 Page 5 of 6 BLR 12200 (Rev. 01/21/21) Attest: Secretary Treasurer Printed 02127/24 Page 6 of 6 BLR 12200 (Rev. 01121121) wr fin DePaftMent Schedule of Prices of, Transportabon . Contractor's Name Builders Paving, LLC Contractor's Address City......................... State Zip Cade 4401 Roosevelt Road Hillside IL:1 60162 ........ . ..... Local Public Agency County Section Number Village of Mount Prospect Cook 2400180 -00 -RS Route(s) (Street/Road Name) Various Streets Throughout The Village of' Mount Prospect Schedule for Multiple Bids Combination Letter Section Included in Combinations Total ___._............................................ ... Schedule for Single Bid (For complete information covering these items, see plans and specifications.). . .. . . ................................ -- . . . . Item Number .......... . . . -- ................ ................. -- It -- ems Unit Quantity Unit Price Tota 1 Earth Excavation CU YD 200 $ 5.00 $ 15000.00 2 Aggregate For Temp Access CU YD 1480 $ 6.00 $ 8,880.00 3 Agg Base Course, Type B, 4" CU YD 583 $ 6.00 $ 3,498.00 4 Mix„ for Joints, Cracks & Flange Ton 2 $ 2,500.00 $ 51)000.00 5 Class D Patches, Type Ill, 2" SQ YD 1250 $ 21.25 $ 26,562.50 6 Class D Patches, Type IV, 2" SQ YD 3750 $ 21.25 $ 79,687.50 7 Class D Patches, Type 11, 6" SQ YD 1124 $ 17.50 $ 19,670.00 8 Class ❑ Patches, Type IV, 6" SQ YD 1124 $ 17.50 $ 19,670.00 9 Pavement Removal, Special SQ YD 249 $ 20.00 $ 4,980.00 10 HMA Surface Removal, 2.0" SQ YD 1898 $ 6.10 $ 115577.80 11 HMA Surface Removal, 3.0" SQ Y❑ 107519 $ 4.55 $ 489,211.45 12 Bit Material (Tack Coat) POUND 73422 $ 0.01 $ 734.22 13 Level Binder (MM), N50, 1.5" TON 9137 $ 97.85 $ 894,055.45 14 HMA Surf Crse, Mix D, N50 1.5" TON 9137 $ 94.85 $ 866,644.45 15 HMA Surf Crse, Mix D, N50 2" TON 610 $ 93.30 $ 56,913.00 16 Class B Patches, Type ll, 10" SQ YD 300 $ 120.00 $ 36,000.00 17 Class B Patches, Type Ill, 10" SQ YD 400 $ 120.00 $ 48,000.00 18 Class B Patches, Type IV, 10" SQ YD 400 $ 120.00 $ 48,000.00 19 PCC Pavement 10" Jointed SQ YD 249 $ 140.00 $ 345860.00 20 Dowel Bars EACH 112 $ 20.00 $ 25240.00 21 Comb Conc Curb & Gutter FOOT 2450 $ 1 25,.00 $ 611250.00 22 Comb Conc Curb&Gutter R&R FOOT 37349 $ 31.00 $ 1,157,819.00 23 PCC Sidewalk Removal SQ FT 2100 $ 1.25 $ 2,625.00 24 ... ..., --- I- I- PCC Sidewalk 5" ............. I SQ FTI wvwp� $ 7.50 $ 180,450.00 Printed 02127/24 Page 1 of 2 BLR 12201 (Rev. 05107121) Local Public Agency. ............ Section Number Route(s) (Street/Road Name) . . . . . . . . . . . ... fillae ......... . .....County of Mount Prospect Cook. 24-00180-00-RS Various Streets Through Item Number Items Unit Quantity Unit Price Total PCC Sidewalk 5" R & R SQ FT 224134 $ 8.25 1,849,105.50 125 26 Detectable Warnings SQ FT 3680 $ 27.00 99,360.00 27 PCC Driveway R&R 6" SQ YD 5803 $ 82.50 $ 478747.50 28 HMA Driveway R&R 3" SQ YD 1971 $ 75.00 $ 147,825.00 29 Driveway Base R&R 8" SQ FT 948 10.00 9,480.00 30 Trench Backfill CU YD 200 $ 1.00 $ 200.00 31 iStorm Sewer SDR 35, TY1, 8" FOOT 100 $ 78.00 $ 77800.00 32 Storm Sewer SDR 35, TY1, 10" FOOT 100 $ 88.00 $ 8,800.00 33 Storm Sewer SDR 35, TY1, 12" FOOT 50 $ 99.00 $ 4,950.00 34 Structures to be Adjusted EACH 353 $ 450.00 $ 158,850-00 35 Structures to be Reconstructed EACH 22 $ 1,435.00 $ 311)570.00 136 Inlets, Type A, MP Frame &LID EACH 9 $ 1,785.00 761P065.00 :37 Catch Basins, Type C, TY 1 F1L EACH 9 $ 2,055.00 $ 18,495.00 38 Catch Basins, Type A, TY 1 F1L EACH 19 $ 4x72.5.00 $ ... 897775.00 139 Manholes, Type A, TY 1 EACH 5 $ 4,670.00 $ 23,350.00 40 Sodding, Special SQ YD 600 $ 10.00 $ 6,000.00 41 Seeding, Special SQ YD 2275 $ 9.00 $ 20,475.00 42 Erosion Control Blanket SQ YD 200 $ 30.04 $ 67000.00 43 Thermoplastic PM - Line 4" FOOT 1900 $ 1.00 $ 1,900 00 44 il Thermoplastic PM - Line 6" FOOT 1161 $ 1.50 $ 1,741.50 45 Thermoplastic PM - Line 12" FOOT 1798 $ 3.00 $ 5394.44 46 Thermoplastic PM - Line 24" FOOT 124 $ 6.00 $ 744.00 47 Thermoplastic PM - Letter&Sym EACH 16 $ 5.00 $ 84 44 48 TC&P, Standard 701501 L SUM 1 $ 223,000.00 $ 223`000.00 49 TC&P, Standard 701701 L SUM 1 $ 1.00 $ 1.00 50 TC&P, Standard 701801 L SUM 1 $ 1.00 $ 1.00 51 Mount Prospect Brick SQ FT 330 $ 45.00 $ 14p854.00 52 Mount Prospect Brick R&R SQ FT 150 $ 35.00 $ 5,250.40 Bidder's Total Proposal L$ 7,289,137.87 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 product of the unit price multiplied by the quantity, the unit price shall govern. 3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 4. A bid may be declared unacceptable if neither a unit price or total price is shown. Printed 0212712.4 Page 2 of 2 BLR 12201 (Rev. 05/07/21) Apprenticeship and Iftois E s 9• N Oftion T Training Program Certification Local Publi County . . . ...... Street Name/Road Name Section Number Village of Mount Prc��ac �-�� Cook ........................... �4 Resurfacing Program MQQ180-00-RS All contractors are required to complete the following certification ® For this contract proposal or for all bidding groups in this deliver and install proposal. For the following deliver and install bidding groups in this material proposal,, .................................... . . . . Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidder's subcontractors to disclose participation ation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: 1. as Except provided in paragraph 4 below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a groupram, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with program, its own employees. 2. The undersigned bidder further certifies, for work to be performed by subcontract, that each of its subcontractors either A) is at the time of such bidsP articipati.ng in an approved, applicable apprenticeship or training programo or, (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. 3. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a Participant and that will be performed with the bidder's YP employees.Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate anv tune of work or craft iob cateaory for which there is no applicable apprenticeship or training Program available. International Union of Operating Engineers Local 150 Laborers District Council of Chicago and Vicinity _._____..... 4. Except Y t for an work identified above, if any bidder or subcontractor shall perform all or Part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages P P � would be required, check the following box, and identify the owner/operator workforces and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or afterward may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of q Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsors A pntly taking or that it will take applications for apprenticeship, training or employment during the performance of the work of thi^� and install proposal Bidder Si nater. Date Builders Paving,LLC Title -, 3112124 IS Steven Salinas, Vice President 20 Address -1 060 YCit State Z.i Code• 4401 Roosevelt Rd 10��,� � �1Iside L. 60152 Printed 01126/24 Page 1 of 1 BLR 12325 (Rev. 01/21/21) C� C Affidavit of Illinois Business Office Of oti. Local Public Agency Count Street Name/Road Name Section Number lVillage of Mount Prospect Cook 112024 Resurfacing Program I 24 -00180 -00 -RS I,, Steven Salinas of Hillside IL Name of Affiant City of Affiant State of Affiant being first duly sworn upon oath, state as follows: 1. That I am the Vice President of Builders Pavin LLC Officer or Position Bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under the proposal described above, Builders Paving, LLC , will maintain a business office in the Bidder, State of Illinois, which will be located in Cook County, Illinois. County 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(T of t e Illinois Procurement Code. ............................... ........."I"...., .............. n a.t.0 / .......b Date X ��, �� °� 3112124 AW �a 1. ,Nol`S Print ame of Affiant A L 1 4 2010 Steven Salinas, Vice President * 10 0100 Notary Public State of IL County Cook Signed (or subscribed or attested) before me on 3112124 by (date) Steven Salinas, authorized agent(s) of ............. . . . . ............. . . . . . . ..................... . (namels o perso s Builders Paving, LLC Biddr ITA ICIAL S LYNN BROWN [N (0) Ek;UTATE OF ILLINOIS n, ExO A� u t 23 t 2025 Si nat ,re of NotaEy Public My commission expires 123/2:5 Printed 01/26/24 Page 1 of 1 BLR 12325 (Rev. 01121121) 1 Contractor Certification Statement Prior to conducting any professional services at the site covered by this contract, the Contractor and every subcontractor must complete and return to the Resident. Engineer the following certification. A separate certification rnust be submitted by each firm, Attach to this certification all items required by Section II.G of the ,Storm 'mater Pollution Prevention Plan (SWPPP) which will be handled by the Contractor/subcontractor completing this form. Route. Marked Route Section Number 1202g g4 ResurfacinPro ram N/A 24 -00180 -00 -RS .................. Pro"ect iurcber ot��. Contract Number N/A Cook This certification statement is a part of SWPPP for the project described above, in accordance with the General NPDES Permit No. 1LR10 issued by the Illinois Environmental Protection Agency. certify under penalty of law that I understand the terms of the Permit No. ILR 10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. Additionally, I have read and understand all of the information and requirements stated in SWPPP for the above mentioned pro I have received copies of all appropriate maintenance procedures; and, I have provided all dooumentat.'on required to be in compliance with the Permit. ILRI9 and SWP'PP and will provide timely updates to these documents as necessary. 0 Contractor E] Sub -Contractor 8`inature 'k%4404 5 I �% ate fZ!5 ILLINOIS 3112124 lop 2010 Pant Larne' .................., ............... . A Title Steven Salinas " s•ato o#o` �w Vice President Name of Firm Phone Builders Paving, LLC 9 847-419-9990 71 Street Address Cit. State od� 4491 Roosevelt Rd Hillside IL nL PPP Items which this Conti t f contractor will be res onsible for as re ire in Section II.Gw of S v Printed 01/30/24 BIDE 2342A (07119119) ADDENDUM NO, 1 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2024 STREET RESURFACING PROGRAM DATE: March 1, 2024 BID OPENING: March 12th, 2024 at 1:00 pm To: All Prospective Bidders. All BIDDERS for the above contract shall carefully read the enclosed • addendum and consider its impact in the preparation of their bid. Project Manual: N #These are the roadways for the 2024 'Village of M(,wnt Prospect Street Resurfacing ote. "T"he lengths and widths are shown in the table above. Lengths are measured from rogranimL center of intersectlion. to center of intersection. These lengths may vary due to existing conditions at the limits of each street. . ... .. .... . .. . ............................. in ECT1 i F%'IW=E . . . ..... . ...... . ... . .. . .. . . .... . .... . FROM . ..TO . . ... ....... ..... it A ..... .... . . .. .. ... .. . . .. ............ Mimi ................ . . . . . ...... ... . . ..... ANDOA LN . ... ............. LARCH DR SEMINOLE LN 780 24 AAZTEC LN LAUREL DR ARAILA DR mmmm440 A AZTEC LN ARAILA DR ASPEN DR 345 . . .... -.23.9 A BURNING BUSH LN KENSINGTON BOULDER DR 405 32 RD A BURNING BUSH LN BOULDER DR APACHE LN 320 32 A BURNING BUSH LN APACHE LN HOPI LN 295 32 A COLUMBINE DR CAMP MCDONALD RD LARCH DR 240 - -- 32 ­-- A HOPI LN QUINCE LN BURNING BUSH LN 968 24 A HOPI LN BURNING BUSH SIOUX LN 277 24 LN A HOPI SIOUX LN CHOLO LN 304 24 A LARCH DR COLUMBINE DR MAYA LN m 1060 24 A LARCH DR MAYA LN MOHAWK LN 825 24 A LARCH DR MOHAWK LN ANDOALN 300 24 A LAUREL DR MAYA LN AZTEC LN 1282 24 A MAYA LN VILLAGE LIMITS LARCH DR 200 24 A MAYA LN BUCKTHORN AV ONEIDA LN 350 24 A MAYA LN ONEIDA LN BURNING BUSH LN 345 24 A 1 QUINCE LNHOPI LN BITTERSWEET LN 555 24 ...... . ..... . ...... A SIOUX LN HOPI LN CUL DE SAC 290 30 B HACKBERRY LN WHEELING RD BRENTWOOD LN 1025 24 B LINDEN LN SYCAMORE LN I END OF PAVE 634 24 B NEWBERRY LN KENSINGTON IRONWOOD DR 574 24 RD D E GREGORY ST MARCELLA RD STRATTON LN 323 . . . .......... 1. 28 D E THAYER ST MARCELLA RD STRATTON LN 310 24 D .................... EASTMAN CT HILL ST EAS . . ....... ...... . . . . ............................... . ...... .............. . . . . . . . . ... ........ .... . ... ... .. . . . . . . . .......... ........... . . . UL DE SAC il ................. . . . . . . ............ . . ....... . .. ......... . .. . . ............. ... 655 t .. ..... ........... . .... 24 . . ......... ........... ADDENDUM NO. I DATE: March 1, 2024 . . .......... .... ... . . . ...... ................ . . .. . . ........ ......... .. .... . . . . . . . . . . . .. ... .. ... .... . .............. ........... . . . ... ... ..... ... ... th Width. $TR TQ 2 (1 D . . ........... ..... ........ . ..... MARCELLA RD CENTRAL RD THAYER ST- . . . ........... 1190 22 D MARCELLA RD THAYER ST THAYER ST 142 28 D MARCELLA RD THAYER ST MR ARDYCE LN 178 28 D MARCELLA RD MARI ARDYCE LN GREGORY ST - - - ---- - ­­- - - 1110 -28 E BOBOLINK RD FOREST AV . ..... PROSPECT MANOR 605 24 E PROSPECT MANOR AV GREGORY ST MEMORY LN . ..... --663 24 E W MEMORY 1EMORY LN EA STWOOD DR ELMHURST AV 300 24 E W MEMORY LN PROSPECT MANOR EASTWOOD DR 350 24 E W MEMORY LN FAIRVIEW AV m_: -�PROSPECT MANOR 3.23 24 F S EDWARD ST BUSSE AV CENTRAL RD 605 24 F S EDWARD ST EVERGREEN AV L BUSSE AV--....--, . .... . 650 24 ...... F S EDWARD ST MILBURN AV EVERGREEN AV 670 24 ...... S EDWARD ST LINCOLN ST F. ..... MILBURN AV 675 24 ..... ...... S ED F WARD ST .. . . . NW H\AlY LINCOLN ST 130 50 G :LE LINCOLN ST EMERSON ST MAPLE ST 373 28 G E LINCOLN ST MAPLE ST SCHOOL ST 756 28 G EMERSON CT EMERSON ST _­ CUL DE SAC J C! 330 36 G GOLFHURST AV EDWARD ST GEORGE ST GEORGE 112 28.5 G GOLFHURST AV GEORGE ST ALBERT ST ....... 535 28.2 . . . ....... G EW PL GOLFVIEW AV GOLFVIEW CUL DE SAC 710 28.5 G S ALBERT ST GOLFVIEW DR GOLFHURST AV 785 28.2 mm-- G S EDWARD ST SUNSET RD GOLFHURST AV 355 28.2 G S EDWARD ST GOLFVIEW DR SUNSET RD 540 28.4 G S MAPLE ST LINCOLN ST PROSPECT AV . .... . 930 28.1 H. CENTRAL ALLEY END OF PAVE WAPELLA ...... 160 16 H HI LUSI AV BUSSE AV PROSPECTAV 550 22 H HI LUSI AV EVERGREEN AV BUSSE AV 657 22 H HILUSIAV MILBURN AV EVERGREEN AV 667 22 H HI LUSI AV LINCOLN ST MILBURN AV 564 22.5 H ROBERT DR ROBIN LN LO NN IST BLV 337 30 H ROBERT DR SUNSET RD ROBIN LN 300 28 ROBERT DR GOLF RD GLENN LN 172 28 ...... H ROBERT DR . .. . ..... SUN GREENACRES LN SET RD 320 28 H ROBERT DR GLENN LN GREENACRES LN 440 28 H W SUNSET RD I OKA AV ELMHURST RD �,µ 360 22.4 H W SUNSET RD HI LUSI AV Nmm I OKA AV 350 22.4 BEVERLY LN LINCOLN ST HATLEN AV 695 24.4 PRAIRIE AV WHITE OAK S7 END OF PAVE .650 24 ST CECILIA DR 1PRENDERGAST LAWRENCE LN 584 30 3 LN CARBOY RD CUL DE SAC NORDIC RD 650 30 3 CARBOY RD NORDIC RD CUL DE SAC 675 30 mm 3 COTTONWOOD LN C CHESTNUT DR ROBERT DR 290 28.4 . . . ........... 3 .. .. ... . . COTTONWOOD LN COTTONWOOD BIRCH DR CHESTNUT DR 305 28.4 COTTONWOOD LN COTTONWOOD FERN DR BIRCH DR 300 28.5 3 COTTONWOOD LN COTTONWOOD BUSSE RD FERN DR 295 28.6 3 NORDIC 0 NORDIC RD CARBOY RD ALGONOUIN RD 932. 28 . PALM DR PALM ROBERT DR BEECHWOOD DR 307 28 3 PALM DR BEECHWOOD GRACE ST G� 267 29 DR 3 S LANCASTER AV ASH DR GOLF RD ... .......... .............. 1035 28 . ......... ...... . .. ..... .. . ...... . . .............. . . . . ...... ........ ....... . . . . ........ . ........ .. .. . . . ........... . ..... . .... ........ .......... . .. ......... . ...... Page 2 of 3 ADDENDUM NO. 1 DATE: March 1, 2424 General: I. Responses to questions from Bidders: Q: What are the lengths and widths of streets being resurface in this year's program? A: The lengths and widths are shown in the table above. Lengths are measured from center of intersection to center of intersection. These lengths may vary due to existing conditions at the limits of each street. BIDDER'S ACKNOWLEDGMENT OF RECEIPT ADDENDUM NO. 1 VILLAGE OF MOUNT PROSPECT, ILLINOIS 2024 STREET RESURFACING PROGRAM BIDDER hereby acknowledges receipt of Addendum No. 1 Company Name.......,.. Builders Paving, LLC 11 Byan N I..•.WWF0 Print Name �. �........ ��� : Nick Eichenold PositionlTitle. M W N� Po k dK W N k VP of Estimating Date .W. �W��Bkk.MOtlsWWHN�WWNMOAAW � 31'f12024 Note: This Addendum shall be included with and is considered part of the bid documents. Failure to return this form may result in disqualification of the BIDDER. Include this original in your bid. Page 3 of 3 R. . . . . . . . . . A March 12, 2024 Re: Affidavit of Availability, Letting 3/12/2024 To Whom This May Concern: Per the Illinois Department of Transportation Rules f6r, Prequalification of Contractors, Builders Paving, LLC is requesting to forego the fifing of an Affidavit of Availability (BC -57), under Section 650,310 Sub D, based upon our Super Unlimited Financial rating and Unlimited HMA Pant Mix rating as shown on the aftached Ii' C-ertifitate of Eligibility. Sincerely, Builders Paving, LLC Steven Salinas Vice President s alines ;builders aurin lloWcorn thehalldepsc ww. Au 1,62 Ar 047) 419 -MIN Ar x.- 047) 419-9blY Ar w. o.cam 44 1/ A gas, 6 Yelt road, Hillside. & 9, 9 r. ❑ LL mono r, Z 0 $ � �. U) U? ma CY W< a� N w�❑ Z 0 2 w< a.UW • awwwwwww L :D W a p W0 Cf = z Cc> U WHA U) WZ❑❑1 w U ❑� W U) I Z > Z t} �-- ❑ U 10 0 w 2 U) W W � W~ _ J ❑ � v 14)aW Z Z Z 0) LL�m W W •- �= ❑ Cl) � W C/)W � Z�_ _ > WW U W 4)WQJ ❑ I-(nU) Q U Q Z toz 0 � C) z� U Z LL :0 I% W U > U) Cl)�LLJ o � L) < a� WW=LU 00� a.❑Q W Z = aWWL) ce,a 00 LL W o � 0 Zz 1w 0 z Q¢ H W C) = o v COD ~ LL UnF- LD •E v LD ti a. 2 C � � LU � 0 Q~J Z❑W� LL Cl) J_ W ❑ ❑ N H�F-0 ~ � W ZJ,a� Z ❑ Wd0J m Z) � Z W 0 J M >- �¢W = [/3 = a. W❑ zZi `J � U) LL Z ❑0 WDLL - 0 D J J � Q ❑W0 W � ~� S �w w =QH< - +! gz zQ 0zL❑L~HZi°gym UL _ u� ❑ Z F. W O z �- Q < CL •� p W - -� � LL, � W a- m o J U � � � � U ❑ � LL U] a' � J LL C/< Z L)) _j � � D Q � � L d W 2 U C] Q W LL Z❑ 0) = U z U LL W OW Z= Q W ❑ �� LU CD q7:z0 vvvov =Wm: CO ��H cD v U H U) m Co C) 4 rn J fflCI ,Oe�. Ment indsDe. Local Public Agency p.µ,, c T�,��,, partm � Proposal Bid Bond Local Public 64 eracCounty Section Number Ivinage of Mount ProspectlCook 1124 -00180 -00 -RS ................. WE, Builders Pavin ,LLC as PRINCIPAL, and Fidelity and Deposit Company of Maryland as SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids, whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LPA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LPA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LPA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formai contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LPA determines the PRINCIPAL has failed to eater into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all cou rt costs, all attorney fees, and a ny other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 12th of March, 2024 --- Day on and Year Principal Com an Name t erne Builders PAying,l�� � � ������������� 1. . ,�0. -0 0 Date Si natur.......... .0........ . ... �^ Date " �` i a .. .... .... .......... . . . . . . ........................ . . . . . . ALBy:ell „ww �" E . J. NOIS March 12, 202 I L.I1 ; Title Steven Salinas, Vice President (If Principal is a joint venture of two or more contractors, the company non" + + prized signatures of each contractor must be affixed.) Surety Nance of Suret Si nature March 12, 2024 of Attorney- Dates. Fidelity and Deposit Company of Maryland By: STATE OF I L Jam s I oore COUNTY OF DUPAGE k .H I Karen A. OConnell , a Notary Public in and for said county do hereby certify that Steven Salinas and James 1. Moore nseCIM names o in i ua s signing --- on e a o RI who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth, Given under m hand and notarial seal this 12th day of March, 2024 y on an ear day OFFlCLAL SEAL (SEAL) KAMAOCONNELL NOTARY PUBLIC, SrAM OF WNCIS COOK Cly My COMWISWN EXPM QM5MW6 Printed 01/26/24 Page 1 of 2 Nota Pu lie Si nature Date commission expires February 1 5, 2026 BLR 12230 (Rev. 01121121) Local Public. Agency . . . ............... Count Section Number . .............. - - ------ - - Village of Mount Prospect Cook 24-001 So -O0 -RS . . . . ........ . . . ........................... ....... . . ..... . ................................ . ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LPA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form, By providing an electronic bid: bond ID code and signing below, the Principal is ensuring the identified electronic bid bond h as been executed a n d t h e Principal and Surety are firmly bound unto the LPA, under the conditions of the bid bond as shown above. (If PRINCIPAL, is, a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code Coni andder Name .................. ..... ..... -------------- . . ........ Ll................... . . . . . . ........ . .... ..................... ... .. I . . ..................... [ ---------- Signature Date Title L� Printed 01/26/24 Page 2 of 2 BLR 12230 (Rev. 01/21/21) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New 'York, div COLONIAL, AMERICAN CAStAIA"Y'AND S[J1tE1"Y COMPANY,, a cotporallon of the State of 1111nols, arld the FIDUrry 4 "Companies "), by Robeft AND DEPOSIT COMPA'NYOF MARYI., AND a corporation of the State of (hereirl collectively called the: D. Murray,. Vice President, in ptIrsuance ofauthority granted by Article V,: Section 9, of the BOANVS" Of sald (,'on'ipanies, which are. set l'ofth on. the reverse, side hereof and are hereby certified to he in full force. and effect on the date, hereof, do hereby norninate,. constitute, and appoint Kelly A. GARDNER, Sherry BACSKAI, Stephen T. KAZMER, Jennifer J. MCCOMB, Diane M. RUBRIGHT, James I. MOORS, Melissa SCHMIDT all of Downers Grove, Illinois, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, fior, and on iuq behalf as surety, and, as its act �uid deed: any and all bonds and undertakings, and the: execution of such bonds or undertaking;; s in purstiance of these prye. senLs, shall be as binding Upon said Conipanies, as ftilly and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers ofthc ZL.JRI(','('I,l AMERICAN INSURANCE COMPANY at its office In New York, New York., the regularly elected, officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of July, A.D. 2023. C INN N N' �* 0 SEAJ_ SEAL SEAL ry,��in�. 1" N.w..� 4W' IX^LI' yM 11, fff ot ATTEST; ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND rrrrrBy: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 27th day; of'Juty, A,R, 2023, bef'Ore Oie suhscribcr, a Notary 1,lublic of the Stere of Maryland, duly commissioncd and qualified, Robert 1). - Murray, Vice, President and 1)awn E., Brown, Secretary of the Companies, to me personafly known to be die individuals M,,id officers describL d in and who executed the preceding instrument, and acknowledged the executio'l of unie, and being 1)y me d sworn, deposeth and sa.ith, that he/she is the said officer of the Comimny aforesaid, and that the seals affixed to the preceding in-sirunient are the Cor mate Seals: of said Companies, and that the said Corp.�orate Seals and the signature as st0i officer- Mere duy affilxcd and subscribed to thew id instrument by the authority arra dire tion ofthe said Corporations, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 fq fj ..... IM�nH�e_. Iva thea Notary Public My Commission Expires September 30, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES ident or Vice President H', I ficer, the Pres"dent, or any Executive Vice Pres e Chief Executive Of 4A 11g, 1h "Article V, Section. 8,AVL(&VSy_$ fna),q. by written in tri under ": the aucsted corporate, seal, appoint, attorneys-in-hict with authority, to cxecutc bonds, pollicies, e s recognizances, stipulations, undertakings, or other like itistruinents on. behalf'ofthe Conipany, and may authariIzally 0fricer or any uch attomey-infact to affix the torpor seal thereto; and niay N"'th (,,)r without cause in(Wify or revoke any such appointnient or authority at any - time." CERTIFICATE L the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 12th day of ____March 2024 . ..... . . ............. P*j 6. lot 0 EAL SEAL SEAL Ile, 040 011 9 a4.&�Lk_, By: Mary Jean Pethick NM Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 fqvj m _ li Lam, 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurl*chna.com or 410-559-8790 VILLAGE OF MOUNT PROSPECT 2024 STREET RESURFACING PROGRAM BID TABULATION BID DATE: March 12 2024 Engineer's Estimate Builders Paving Item Description Unit Qty. Unit Cost Total Cost Unit Cost Total Cost 1 Earth Excavation CU YD 200 $ 12.25 $2,450.00 $5.00 $1,000.00 2 Aggregate for Temporary Access CU YD 1,480 $ 6.05 $8,954.00 $6.00 $8,880.00 3 Aggregate Base Course, Type B, 4" TON 583 $ 11.10 $6,471.30 $6.00 $3,498.00 4 Mix. for Joints, Cracks, & Flangeways TON 2 $ 192.05 $384.10 $2,500.00 $5,000.00 5 Class D Patches, Type III, 2" SQ YD 11250 $ 26.20 $32,750.00 $21.25 $26,562.50 6 Class D Patches, Type IV, 2" SQ YD 3,750 $ 24.75 $92,812.50 $21.25 $79,687.50 7 Class D Patches, Type 11, 6" SQ YD 11124 $ 31.00 $34,844.00 $17.50 $19,670.00 8 Class D Patches, Type IV, 6" SQ YD 1,124 $ 28.20 $31,696.80 $17.50 $19,670.00 9 Pavement Removal, Special SQ YD 249 $ 15.70 $3,909.30 $20.00 $4,980.00 10 Hot Mix Asphalt Surface Removal, 2.0" SQ YD 1,898 $ 2.80 $5,314.40 $6.10 $11,577.80 11 Hot Mix Asphalt Surface Removal, 3.0" SQ YD 1071519 $ 3.20 $344,060.80 $4.55 $489,211.45 12 Bit. Material (Tack Coat) POUND 73,422 $ 0.65 $47,724.30 $0.01 $734.22 13 Leveling Binder (Machine Method), N50, 1.5" TON 91137 $ 79.00 $721,823.00 $97.85 $894,055.45 14 Hot Mix Asphalt Surface Course, Mix "D", N50, 1.5" TON 9,137 $ 50.00 $730,960.00 $94.85 $865,644.45 15 Hot Mix Asphalt Surface Course, Mix "D", N501 2.0" TON 610 $ 85.00 $51,850.00 $93.30 $56,913.00 16 Class B Patches, Type 11, 10" SQ YD 300 $ 120.00 $36,000.00 $120.00 $35,000.00 17 Class B Patches, Type 111, 10" SQ YD 400 $ 110.00 $44,000.00 $120.00 $48,000.00 18 Class B Patches, Type IV, 10" SQ YD 400 $ 100.00 $40,000.00 $120.00 $48,000.00 19 PCC PVT, 10", Jointed SQ YD 249 $ 100.00 $24,900.00 $140.00 $34,860.00 20 Dowel Bars EACH 112 $ 9.90 $1,108.80 $20.00 $2,240.00 21 Comb. Conc. Curb & Gutter FOOT 21P450 $ 2.75 $6,737.50 $25.00 $61,250.00 22 Comb. Conc. Curb & Gutter Removal & Replacement FOOT 37,349 $ 20.35 $760,052.15 $31.00 $1,157,819.00 23 Sidewalk Removal SQ FT 21100 $ 1.00 $2,100.00 $1.25 $2,625.00 24 PCC Sidewalk, 5" SQ FT 24,060 $ 4.90 $117,894.00 $7.50 $180,450.00 25 PCC Sidewalk Removal & Replacement, 5" SQ FT 2241134 $ 6.15 $1,378,424.10 $8.25 $1,849,105.50 26 Detectable Warnings SQ FT 3,680 $ 22.00 $80,960.00 $27.00 $99,360.00 27 PCC Driveway Removal & Replacement, 6" SQ YD 51803 $ 60.00 $3481p180.00 $82.50 $478,747.50 28 HMA Driveway Surface Removal & Replacement, 3" SQ YD 1,971 $ 59.00 $116,289.00 $75.00 $147,825.00 29 Driveway Base Removal & Replacement, 8" SQ YD 948 $ 12.95 $12,276.60 $10.00 $9,480.00 30 Trench Backfill CU YD 200 $ 16.45 $3,290.00 $1.00 $200.00 31 Storm Sewer, PVC SDR 35, Type 1, 8" FOOT 100 $ 56.10 $5,610.00 $78.00 $7,800.00 32 Storm Sewer, PVC SDR 35, Type 1, 10" FOOT 100 $ 51.75 $5,175.00 $88.00 $8,800.00 33 Storm Sewer, PVC SDR 35, Type 1, 12" FOOT 50 $ 71.15 $3,557.50 $99.00 $4,950.00 34 Structures to be Adjusted EACH 353 $ 250.20 $98,910.60 $450.00 $155,850.00 35 Structures to be Reconstructed EACH 22 $ 1,121.25 $24,667.50 $1,435.00 $31,570.00 36 Inlets, Type A, MP Frame & Lid EACH 9 $ 1,276.15 $11,485.35 $1,785.00 $16,065.00 37 Catch Basins, Type -C, MP Frame & Lid EACH 9 $ 1,449.45 $13,045.05 $2,055.00 $18,495.00 38 Catch Basins, Type -A, MP Frame & Lid EACH 19 $ 2,790.75 $53,024.25 $4,725.00 $89,775.00 39 Manholes, Type -A, MP Frame & Lid EACH 5 $ 2,862.70 $14,313.50 $4,670.00 $23,350.00 40 Sodding, Special SQ YD 600 $ 8.50 $5,100.00 $10.00 $6,000.00 41 Seeding, Special SQ YD 21275 $ 3.95 $8,986.25 $9.00 $20,475.00 42 Erosion Control Blanket SQ YD 200 $ 5.00 $1,000.00 $30.00 $6,000.00 43 Thermoplastic Pavement Marking - Line 4" FOOT 11900 $ 0.90 $1,710.00 $1.00 $1,900.00 44 Thermoplastic Pavement Marking - Line 6" FOOT 1,161 $ 1.25 $1,451.25 $1.50 $1,741.50 45 Thermoplastic Pavement Marking - Line 12" FOOT 11798 $ 2.55 $4,584.90 $3.00 $5,394.00 46 Thermoplastic Pavement Marking - Line 24" FOOT 124 $ 5.25 $651.00 $6.00 $744.00 47 Thermoplastic Pavement Marking - Letters & Sym. SQ FT 16 $ 5.30 $84.80 $5.00 $80.00 48 Traffic Control & Protection, Standard 701501 L. SUM 1 $ 124,939.45 $124,939.45 $223,000.00 $223,000.00 49 Traffic Control & Protection, Standard 701701 L. SUM 1 $ 5,333.70 $5,333.70 $1.00 $1.00 50 Traffic Control & Protection, Standard 701801 L. SUM 1 $ 1,038.65 $1,038.65 $1.00 $1.00 51 Mount Prospect Brick SQ FT 330 $ 18.00 $5,940.00 $45.00 $14,850.00 52 Mount Prospect Brick Remove & Replace SQ FT 150 $ 19.00 $2,850.00 $35.00 $5,250.00 Total j j $5,4811675.40 $7,2891137.87