Loading...
91-1124 Lamp Inc. � • i t� THE CITY OF ELGIN CONTRACT THIS CONTRACT AND AGREEMENT, Made and entered into this 24th day of October , 1991. by and between- the City of Elgin, Illinois, a municipal corporation of the State of Illinois, hereinafter referred to as the "City" or "Owner' , party of the first part, and Lamp Incorporated hereinafter referred to as the "Contractor' , party of the second part. WITNE TH. Commencing on the 9th day of October , 1991, and for at least IMA•i ►'--ww.“ days the Owner advertised that sealed proposals would be received for furnishing all labor, tools. supplies. equipment, materials and everything necessary and required for the following: State Street Gateway Park Paving, Fountains, and Landscape Improvement Contract WHEREAS. proposals pursuant to said advertisement have been received by the City Purchasing Director. who has recommended that a Contract for said work be made and entered into with the above named Contractor who was the lowest. re- sponsive, qualified bidder therefore. and WHEREAS, said Contractor is now willing and able to perform all of said work in accordance with said advertisement and its proposal . NOW THEREFORE. in consideration of the compensation to be paid the Contractor. the mutual agreements hereinafter contained, and subject to the terms herein- after stated. it is mutually agreed as follows: 1. Contract Documents. It is agreed by the parties hereto that the following list of instruments. drawings and documents which are attached hereto, bound herewith or incorporated herein by reference constitute and shall be referred to either as the Contract Documents or the Contract, and all of said instruments. drawings and documents taken together as a whole consti- tute the Contract between the parties hereto. and they are as fully a part of this agreement as if they were set out verbatim and in full herein: October 8, 1991 Stale Street Gateway Park Page 201 Bid Document City of Elgin r • / r Project Description Notice to Bidders Special Provisions of. the Contract General Conditions Instructions to Bidders Bid Bond Bid Form Contract Performance Bond Notice to Proceed Addenda (if any) I .D.O.T. Standard Specifications for Road and Bridge Construction Technical Specifications specific to this project Plans, drawings, and construction details, sections and/or elevations 2. Scope of Work. The Contractor agrees to and shall furnish all labor, tools, supplies, equipment, materials and everything necessary for and re- quired to do, perform and complete all of the work described, drawn, set forth, shown and included in these contract documents. 3. Terms of Performance. The Contractor agrees to undertake the performance of the work under this Contract within ten (10) days after the contract has been executed and Notice to Proceed is given, in accordance with the IDOT Standard Specifications for Road and Bridge Construction. The Contractor will have the period of time form Notice to Proceed to June 15th, 1992 to complete the construction. The Contractor must leave the site in a clean, safe, accessible and "finished" looking state from December 15th 1991, to spring start-up in 1992. A minimum amount of work described as Phase One in the plans must be completed prior to December 31 1991. 4 . Sales and Use Taxes . In accordance with regulations of the Department of Revenue, State of Illinois, it is agreed that all sales and use taxes due the State of Illinois, not being exempt on tangible personal property built into the project in pursuance of the Contract shall be paid by the Contractor before final payment on the Contract is made by the Owner. In the event that services or material of a subcontractor are used by the Contractor, the Contractor agrees to make the same requirements, contained above, of the Subcontractor. 5. Disputes. Disputes against this Agreement shall be resolved by adminis- trative hearing. Contractor must submit a request for dispute Resolution by the Contractor to the Project Architect, in writing, outlining nature and specifics of the dispute. Submittal to be in accordance with the Standard Specifications. October 8, 1991 State Street Gateway Park Page 202 Bid Document City of Elgin r r • / I I I IN WITNESS WHEREOF. the parties have caused these presents to be signed per- sonally or by their duly authorized officers or agents and their seals affixed and duly attested the day and year first above written. ATTEST: CITY OF ELGIN BY ft)i249144^-11Q - Manager City Clerk PARTY OF THE FIRST PART ATTEST LAMP INCORPORATED Contractor Y al_ - 29/44,11) President Secretarfr October 8. 1991 State Street Gateway Park Page 203 Bid Document City of Elgin '; r , Bond Number 4653401 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Lamp, Incorporated a corporation organized and existing under and by virtue of the laws of the State of Illinois • hereinafter referred to as the "CONTRACTOR" , and Hartfprd Firelnsurance Company . a corporation organized and existing under and by virtue of the laws of the State of Illinois , and authorized to transact business in the State of Illinois, as Surety, are held and firmly bound unto the City of Elgin, a municipal corporation of the State of Illinois, hereinafter referred to as the "Owner' , in the penal sum of Three Hundred Six Thousand and Six Hundred and Three Dollars*** , lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents; THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS, the above bounden Contractor has on the 24th day of October. 199':1, entered into a written contract with the aforesaid Owner for furnishing all labor and tools, supplies, equipment, superintendence, materials and every- thing necessary for and required to do, perform and complete the construction of the State Street Gateway Park Project, in the City of Elgin, and has bound itself to complete the project within the time or times specified or pay liquidated damages, all as designated, defined and described in the said Contract and Conditions thereof, and in accordance with the Plans and Specifications therefore, a copy of said Contract being made a part hereof; NOW THEREFORE, if the said Contractor shall and will , in all particulars well and truly and faithfully observe, perform and abide by each and every Cove- nant. Condition and part of said Contract, and the Conditions, Specifications, Plans, and other Contract Documents thereto attached, or by reference made a part thereof and any alterations in and additions thereto, according to the true intent and meaning in such case, then this obligation shall be and become null and void; otherwise, it shall remain in full force and effect; PROVIDED FURTHER, that if the said Contractor shall satisfy all claims and demands incurred by the Contractor in the performance of said Contract, and shall fully indemnify and save harmless the Owner and Project Architect from all damages, claims, demands, expense and charge of every kind (including claims of patent infringement) arising from any act, omission, or neglect of said Contractor, its agents, or employees with relation to said work; and shall fully reimburse and repay to the Owner all costs, damages, and expenses which it may incur in making good any default based upon the failure of the Contractor to fulfill its obligation to furnish maintenance, repairs or replacements for the full guarantee period provided in the contract documents, then this obligation shall be null and void; ptherwise it shall remain in full force and effect; October 8, 1991 State Street Gateway Park Page 205 Bid Document City of Elgin ► r/.►al ari►.ice r�+ .�i 1►mil.ri-1116-AA•1►.4111 rM.1<iil ` L a6 4.6 11 _r► t t, iiiiiillb_ /MA MI an p PROVIDED FURTHER. that if said -Contractor shall at all times promptly make • payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor and materials, rental machinery. tools or equipment used or performed in the prosecution of work provided for in the above Contract and that if the Contractor will indemnify and save harmless the Owner and Project Architect or the extent of any and all payments in connection with the carrying out of such Contract. then this obligation shall be null and void; otherwise it shall remain in full force and effect; PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials. provisions. provender. or any other supplies or materials used or consumed by said Contractor or its subcontractors in performance of the work contracted to be done. or fails to pay any person who supplies rental ma- chinery. tools or equipment. all amounts due as the result of the use of such machinery, tools or equipment in the prosecution of the work, the Surety will pay the same in any amount not exceeding the amount of this obligation, together with interest as provided by law; PROVIDED FURTHER. that 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 contracts with others in connection with this project. or the work to be performed thereunder. or the Specifications and Plans accompanying the same. shall in any way affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alter- ation or addition to the terms of the Contract. or contracts, or to the work. or to the Specifications and Plans. IN WITNESS WHEREOF. said Contractor and said Surety have executed these presents as of this 24th day of October , 1991. LAMP, INCORPORATED Contractor ATTEST: By 0President1-(--4-11tx._ • 4tur) SeCreiary HARTFORD FIRE INSURANCE COMPANY • Surety By (? ) • (,/ � ) (� Attorngin-Fact w. John Rabe October 8. 1991 State Street Gateway Park Page 206 Bid Document City of Elgin , , I b . ) . , • ' - • HARTFORD FIRE INSURANCE COMPANY s Hertford,Connecticut POWER OF ATTORNEY Know all men by those Presents, That the HAPITFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut,and having its principal office in the City of Hartford, County of Hartford,State of Connecticut,does hereby make,constitute and appoint A. JOHN RABE of ELGIN, ILLINOIS 1 its true and lawful Attomey(s)-in-Fact,with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above,to sign,execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities,and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, in penalties not exceeding the sum of FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) each, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers,and hereby ratifies and confirms all that its said Attomey(s)-in-Fad may do in pursuance hereof. . This power of attorney is granted by and under authority of the following provisions: (1)By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION S.The President or any Vise-President,acting wan any Secretary or Assistant Secretary,shal have power and authority to appoint,for purposes only of executing and attesting bonds and uWana rings and other writings obligatory In the nature thereof,one or more Resident Vice-Presidents, Residsm Assistant Secretaries and At or eys-in-Fact and at any time to remove any such Resident Vice-President,Resident Assistant Secretary,or Attorney-in-Fact,and revoke the power and authority given to him. SECTION 11.Attorneys-in-Fact shell have power and authority,wblect to the bnm and limitations of the power of attorney issued to them,to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument exertedany such Attorney-in-Fact 11 as be binding upon the Company as if signed by an Executive Officer and sealed and attested by oto other of such Att STATE OF Ss. COUNTY OF K --' , On this 4/M day of ,19 19/, before me, a notary public, within and for said County and State, personally appeared . 9d--,44--- 61-1410 o me personally known, who b ing duly sworn, upon oath did ay that he/she is theL��� � -'��( of and for the d r,4./ Lt€ o . cu . , a corp atlon of Q,,c,Q , created, organized and 'existing and r and by virtue of the laws of the State of ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; hat the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said • did acknowledge that he/she executed the said^OAI9t1Ilitt, as the i ee act and deed of said Company. 5i . MA J.DODGE NOTARYIC,STATE OF /ON EXPIRES 10/21/92 • arc. Public, County. Form S-3386-2 Printed in U.S.A. - -.. - --. —aw.sr nwu 0+,11,0•u, 0+,a% 1,q 1,a 1,vwa 0+,e maw v1, r0• 0•1,0+w1,N0+1,aw1,ry u1,at urs omit 0111AOU UJ UM OO>lIU 11111111U1IIVIII Is OUCn- corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. 0.(' i " STATE OF CONNECTICUT - C%; Git/ ser. 1,1,1,`'6 Jean H.Wozniak COUNTY OF HARTFORD �,�� Notary Public 6 i�d My Commission Expires March 31,1994 CERTIFICATE I,the undersigned,Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY,a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore,that the Resolutions of the Board of Directors,se fort in the Power Attor e , en i force. Signed and sealed at the City of Hartford. Dated the A,$) day of ['a�� �j �13t E1�fe1�f its a. 1II. � �., David A.Johnson �/� - ^"-- `" Assistant Secretary Form S-35074 (HF) Printed in U.S.A. AID®R® ,;__. :. ... IB8UE DATE"A"°'")"A"°'"). :.--',.CERTIFICATE ICAT OFINSURANCE- 1'0/24/91 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE INS CORRELATORS INC POLICIES BELOW. PHONE 695-8200 COMPANIES AFFORDING COVERAGE 1140—I NMC LEAN BLVD ELGIN IL 60123 COMPANY A LETTER rs AMERICAN STATES INS CO COMPANY B INSURED LETTER AMERICAN STATES INS CO COMPANY C LAMP INCORPORATED : LETTER AMERICAN STATES INS CO P O BOX 865 COMPANY D ELGIN IL 60121-0865 LETTER CASUALTY INS. CO. COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER MI POLICY EFFECTIVE POLICY EXPIRATION' MITTS &TA , DATE(MDDMI) DATE SAM/DO/TY) A GENERAL uAsamr 01PP0436797 4/19/91 4/19/92 GENERAL AGGREGATE X2000, 000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $1000, 000 CLAIMS MADE X :OCCUR. PERSONAL&ADV.INJURY S1000,000 OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $1000, 000 FIRE DAMAGE(My or*NO $50, 000 Mm.EXPENSE(Any on.Person) $5, 000 B AUTOMOBILE meant, 01PP0436797 • 4/19/91 4/19/92 COMBINED SINGLE X.ANY AUTO UNIT • S1000, 000 ALL OWNED AUTOS BODILY INJURY SCHEDUUED AUTOS (Per ate) X HIRED AUTOS BODILY INJURY • X NON OWNED AUTOS •(Par accident) _ GARAGE LIABILITY PROPERTY DAMAGE $ C EXCESS unarm 01SU1068921 4/19/91 4/19/92 EACH OCCURRENCE $5000, 000 X.UMBRELLA FORM AGGREGATE $5000, 000 OTHER THAN UMBRELLA FORM D WORKER':coMPENsAT ow WC 910 2 2 2 9 5 4/19/91 4/19/92 X sTATvr0RY uMrrs EACH�ENT :$500, 000 AIM EMPLOYERS'uAsam DISEASE—POUCY LIMIT $500, 000 DISEASE—EACH EMPLOYEE $500, 000 OT1ER DESCRIPTION OF OPERATIONSILOCA CULL nTEMS ADDITIONAL INSURED — CITY OF ELGIN (OWNER) AND JAMES MARTIN & ASSOC INC 24380 N HIGHWAY 45 VERNON HILLS IL 60061 CERTIFICATE HOLDER: CANCELLATION SN. SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF ELGIN LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 150 DEXTER COURT LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. ELGIN IL 60120 AUTHORDED REPRESENTATIVE NORMA J. �0 E 114'x- ACORD 254R190I . : . ,.... »:;:. ;.. *ACORD CORPORATION 1990 4 t CITY OF ELGIN SCHEDULE OF VALUES l STATE STREET GATEWAY PARK Section No. 1 (DEMOLITION) (For complete information covering these items. see plans and specifications) I I I I II UNIT I I (ITEM NO. , ITEM I UNIT 'QUANTITY1 ' PRICE I TOTAL I _---_ _ I ( 1.A. Removal of concrete abuttment I L.S. 1130.00 ]1131001.8. Removal of existing concrete I sidewalks 1 L.S. ( 760.00 MUD I � J 1 I I 1 J 1 I I October 8. 1991 State Street Gateway Park Page 183 Bid Document City of Elgin 1 CITY OF ELGIN SCHEDULE OF VALUES111 STATE STREET GATEWAY PARK p Section No. EARTHWORK (For complete information covering these items, see plans and specifications) pp II UNIT I I IITEM NO. 1 ITEM I UNIT QUANTITYII PRICE 1 TOTAL 1 1 2.A. Earthwork L.S. 37348.37 37348.37 p p I I p p . I I M U I October 8, 1991 State Street Gateway Park Page 184 Bid Document City of Elgin .1111 I I F CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK Section No. 3. (UNDERGROUND) (For complete information covering these items. see plans and specifications) II I I I � � UNIT I ITEM NO. � ITEM I UNIT �QUANTITYII PRICE I TOTAL =--aa aaz:aa====.as.=aaaaa a 3.A. 1-1/2' Water Line L.F. 45 13.56 610.03 3.B. Concrete Manhole, frame & grate L.S. 1 1413.00 1413.0D 3.C. 12" RCP L.F. 40 22.60 90'+.03 3.D. 1-1/2' PVC Pipe L.F. 15 13.56 213.40 3.E. 3" PVC Pipe L.F. 45 13.56j 610.2D1 I r I l I r � I I I October 8. 1991 State Street Gateway Park Page 185 Bid Document City of Elgin l r r r 11 CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK • Section No. 4. (SITE FENCING) 0 (For complete information covering these items. see plans and specifications) 1 I I I II UNIT I I (ITEM NO. 1 ITEM I UNIT IQUANTITYII PRICE I TOTAL I 4' Ht. Vinyl Coated Chain Link 1 4.A. Fence L.F. 663 I 12.25 8121.75 N I M(See Alternate 114) I M M I M M 1 I 1 I I 1 I 111 1 1 I I M October 8, 1991 State Street Gateway Park Page 186 Bid Document City of Elgin I • , 1[ : , . , , 11 CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK ILSection No. 5 (SITE ELECTRICAL) (For complete information covering these items, see plans and specifications) I. 1 1PRIT 1 ITEM NO. 1 ITEM 1 UNIT QUANTITY1I PRICE 1 TOTAL Electrical Panel , conduit, I5.A. circuitry, and wiring L.S. 1 E958.00 6958.00 5.B. Post Lights w/outlets EA. 6 1582.00 9492.00 I 5.C. Landscape Uplights with Accessories EA. 8 262.25 2373.00 5.D. Flagpole Lights w/ accessories EA. 2 412.W M.00 I 5.E. Photocell EA. 1 85.00 85.00 II5.F. Duplex outlet at sign EA. 1 45.0D1 45.00 5.G. Fountain Lights EA. 8 1006.251 8E30.00I I5.H. Fountain vault electrical L.S. 1 1695.00 1635.0D Wind sensor mounted on Lumec 5.I. pole ASPR4N-12-LBC3 (Black) EA. 1 5424.001 5474.001 111 5.J. 1/2 H.P. submersible pump EA. 1 11 333.00 333.00 I (See Alternate 01) II I I I I I I I 1.______L I. October 8, 1991 State Street Gateway Park Page 187 IBid Document City of Elgin I r r , II CITY OF ELGIN SCHEDULE OF VALUES11 STATE STREET GATEWAY PARK /I Section No. 6 (SITE STRUCTURAL 0 WORK) (For complete information covering these items, see plans and specifications) I I I J 11 UNIT 1 I PI (ITEM NO. 1 ITEM 1 UNIT (QUANTITY ) PRICE 1 TOTAL 1 II 6.A. Versa-lok Retaining Wall F.F. 129.5 21.45 2777.78 Cut Stone Curb @ 6.B. Fountain Area L.F. 48 62.15 2983.2) PI Cut Stone Curb @ 6.C. Sculpture Area L.F. 64 62.15 3977.60 FountainII 6.0. Concrete Work L.S. 1 14125.00 14125.03 Fountain 6.E. Mechanical/Plumbing L.S. 1 56820.00 56816.40 II Fountain 6.F. Veneer F.F. 200 2).30 40E0.00 Fountain 6.G. Cap L.F. 120 88.70 10644.0DII 6.H. Fountain vault construction L.S. 1 7970.00 7970.00 I I I I I III I October 8, 1991 State Street Gateway Park Page 188 Bid Document City of Elgin I/ I ' CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK Section No. 7 (SURFACE PAVING) (For complete information covering these items, see plans and specifications) I I I I II UNIT I I (ITEM NO. ITEM ( UNIT IQUANTITYII PRICE I TOTAL I 7.A. Grass-crete S.F. 323 I 6.7Q 2189.9N 7.B. 5' - 0" Wide Concrete Sidewalk S.F. 3.865 ( 4.24 163$7.6 7.C. Fountain Area, Paving A S.F. 102 ( 7.94a1.82 7.D. Fountain Area, Paving B S.F. 848 I 6.745749.441 7.E. Fountain Area, Paving C S.F. 492 L 7.94 3891.7.9 7.F. Lookout Area, Paving A S.F. 63 7.94496- I 7.G. Lookout Area, Paving B S.F. 279 6.7418914 7.H. Lookout Area, Paving C S.F. 336 7.9 2657.7 7.I. Sculpture Area. Paving A S.F. 36 1 7.9k 28'i.7� 7.J. Sculpture Area, Paving B S.F. 192 6.74 1301.7Q I I 7.K. Sculpture Area, Paving C S.F. 192 7.9 1518.74 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I October 8. 1991 State Street Gateway Park Page 189 Bid Document City of Elgin CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK M Section No. 8 (SITE FURNISHINGS) (For complete information covering these items. see plans and specifications) I 1 1 II UNIT IITEM NO. ITEM I UNIT IQUANTITYII PRICE I TOTAL 1 8.A. Benches each 4 775.00 3100.00 I 8.B. Trash Receptacles each 3 545.0) i635_m 8.C. Flagpoles each 2 1395.00 271L I r r I I r r r r r October 8. 1991 State Street Gateway Park Page 190 Bid Document City of Elgin $ [ . . , . . . L CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK Section No. 9 (IRRIGATION) L (For complete information covering these items. see plans and specifications) I. 1 I I I 11 UNIT ITEM NO. 1 ITEM 1 UNIT 1QUANTITY11 PRICE ( TOTAL 1 9.A. Controller each 1475.00 475.00 I 9.8. Quick Couplers each 4 73•W 2.W l 9.C. Irrigation System L.S. 1 10280.00 10283.W I f (See Alternate Bids #2 and 3) I J 1 October 8, 1991 State Street Gateway Park Page 191 Bid Document City of Elgin I CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK 1 Section No. 10 (LANDSCAPE) (For complete information covering these items, see plans and specifications) • 1 I 1 I II UNIT I I dITEM NO. 1 ITEM I UNIT IQUANTITYII PRICE I TOTAL I SHADE TREES I 1 Acer rubrum 'Red Sunset' I T-1 Red Maple 12 1/2" 8 271.25 2170.00 I Celtis occidentalis 'Prairie Pride' T-2 Prairie Pride Hackberry 12 1/2" 4 x•50 950•W Celtis occidentalis 'Prairie Pride' T-3 Prairie Pride Hackberry 1 3" 2 385.01 770.00 1 Fraxinus americana 'Autumn Purple' T-4 1 Autumn Purple White Ash 2 1/2" 5 250-00 1250.00 N EVERGREEN TREES Picea pungens M E-1 Colorado Green Spruce 5' 4 170.00 680.00 Picea pungens E-2 Colorado Green Spruce 6' 3 23.00 639.00 Picea pungens E-3 Colorado Green Spruce 7' 5 282.50 1412.50 ORNAMENTAL TREES Crataegus crus-galli I 0-1 Cockspur Hawthorn 4' 10 90.40 904600 Malus calocarpa 'Zumi Red' 0-2 Zumi Red Crabapple 8' 3 190.00 YAM I Malus 'Profusion' 0-3 Profusion Crabapple 6' 6 169.50 1017.00 Malus 'Snowdrift' 1 0-4 Snowdrift Crabapple 8' 10 1 1 80 •00 SHRUBS I Aronia arbutifolia brilliantissima S-1 Red Chokeberry 12 gal 62 14.12 875.44 I October 8, 1991 State Street Gateway Park Page 192 Bid Document City of Elgin 1 I CITY OF ELGIN SCHEDULE OF VALUES ISTATE STREET GATEWAY PARK ISection No. 10 (LANDSCAPE) I (For complete information covering these items, see plans and specifications) • I I I I 1I UNIT I 1 (ITEM NO. 1 ITEM I UNIT 'QUANTITYII PRICE I TOTAL 1 SHRUBS (cont) ILI I Berberis thunbergii I S-2 Japanese Green Barberry 24" 67 21.34 1362.78 IS-3 Euonymus alatus Winged Euonymus 30" 20 33.90 678.00 Juniperus procumbens I S-4 Japgarden Juniper 24" 46 29.25 1345.50 I Rhus aromatica 'Gro-Low' I S-5 Gro-Low Sumac 2 gal 48 17.501 840.001 I Taxus x media 'Densi ' I S-6 Dense Yew 24" 81 39.05 3163.05 Viburnum bracteatum S-7 Bract Viburnum 30" 67 27.68 1854.56 I PERENNIALS/GROUNDCOVERS ICalamagrostis arundinacea 'Karl Foerster' G-1 Feather Reed Grass gal 7 11.43 81,010 Hosta fortunei 'Francee' I G-2 Francee Hosta gal 120 8.75 1050.E Liriope spicata G-3 Creeping Li lyturf qt 195 4.95 965.25 Pennisetum alopecuroides G-4 Fountain Grass gal 140 11.30 1582.00 Annuals/Fountain Area G-5 4" pot 223 3.95 880.85 I Elizabeth Arden Tulips/ G-6 Fountain Area bulb 392 .34 133.28 Grape Hyacinth/Fountian Area G-7 bulb 891 .26 Z31.66 l Annuals/Lookout Area G-8 4' pot 282 3.951 1113.99 I Elizabeth Arden Tulips/ G-9 Lookout Area bulb 496 .34 168.64 Grape Hyacinth/Lookout Area G-10 bulb 1127 .261 293.021 1 October 8. 1991 State Street Gateway Park Page 193 Bid Document City of Elgin • I/ CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK I Section No. 10. (LANDSCAPE) (For complete information covering these items, see plans and specifications) I 1 11 1II UNIT ITEM NO. 1 ITEM 1 UNIT 'QUANTITY! ' PRICE I TOTAL 1 Annuals/Sculpture Area G-11 4"pot 184 3.95 776.8D Elizabeth Arden Tulips/ G-12 Sculpture Area bulb 576 .85 489.6 MISCELLANEOUS Shredded Hardwood Bark Mulch All Tree and Shrub Beds L.S 2E85.03 x•00 Annual/Bulb/Groundcover Bed Preparation and Mulching L.S. 41-00 435.00 Sod Work S.Y. 2,960 2.35 1 6956.010 1 Seed Work S.Y. 3,130 .80 25Y..00 1 I ' i I I l I I 1 I I I I I October 8, 1991 State Street Gateway Park Page 194 Bid Document City of Elgin . • i ' ' ' CITY OF ELGIN .. SCHEDULE OF ALTERNATES STATE STREET GATEWAY PARK Section No. 11. (Alternates) (For complete information covering these items, see plans and specifications) II I I II UNIT I I IIITEM NO. 1 ITEM I UNIT IQUANTITYII PRICE I TOTAL I 1. Lighting alternate to include L.S. 1 14103.00 11 conduit, circuitry. wiring, and 19 landscape uplights per electrical plan. II II2. Irrigation alternate A. to incl- L.S. 1 1175.00 ude irrigation system upgrade for watering annual beds per II irrigation drawing. landscape drawings. details, and specs. II 3. Irrigation Alternate B. to include L.S. 1 1750.OD irrigation system upgrade for IIwatering shrub beds per irrigation drawing. landscape drawing. details. and specifications. I II 4. Fence Alternate to increase ht. L.S. 1 •� of fence from 48' to 60" . I I N 1 October 8, 1991 State Street Gateway Park Page 195 Bid Document City of Elgin 1 • BID PROPOSAL FORM 11 TO: City of Elgin (Owner) 150 Dexter Court Elgin. Illinois 60120 11 FROM: LAMP INCORPORATED (a) sole proprietorship ( ) • Name of Bidder (b) partnership ( ) (c) corporation ( 460 NORTH GROVE AVENUE Street Address rELGIN, ILLINOIS 60120 (708) 741-7220 City State Zip Code Phone The undersigned bidder having become familiar with the local conditions affecting the cost of the work herein concerned, including visiting the site. and with the "contract documents" pertaining to said work. said contact documents including: Advertisement for Bids. Information for Bidders, this Bid Proposal Form. General Conditions. Special Provisions to the Contract. Prevailing Wage. Contract Compliance Attachment. Plans. Details and Specifications for such work and all authorized addenda, issued thereto as prepared by the City of Elgin and James Martin Associates. Inc. hereby proposes to perform everything required to be performed and to furnish all labor, materials. tools. equipment and all services necessary to perform and complete in a satisfactory and workmanlike manner. all the work described herein all in accordance with said "contract documents" . rThe bidder hereby acknowledges receipt of the following addenda, if any. distributed by the City of Elgin and James Martin Associates. Inc. Addendum No. 1 Date 10/15/91 Addendum No. Date Addendum No. Date I r I 11 October 8, 1991 State Street Gateway Park Page 177 Bid Document City of Elgin I II/ . • I IIII III LIST OF SUBCONTRACTORS AND CONTRACT BREAKDOWN: The bidder must submit a list of subcontractors complete for each trade. relative to the work to be performed hereunder and agrees that if. selected contractor hereunder. bidder III will promptly confer with the Owner's agents on the question of such sub-bidders bidder proposes to use. including submission of their qualification. IIISUBCONTRACTOR CLASSIFICATION AMOUNT OF OF WORK SUBCONTRACT I II1. Company Name SCHNEIDER EXCAVATION EXCAVATION 36,371.00 I IIIRepresentative JACK HAYES SITE UTILITIES Address 38 W 645 HIGHLAND AVENUE. ELGIN, ILLINOIS 60123 III Phone (708) 741-6340 2. Company Name AQUATDCH FOUNTAIN PLUMBING 64,500.00 I 01 Representative MICHAEL KNIGHT Address 300 E. INDUSTRIAL LANE WHEELING, ILLINOIS 60090 I Phone (708) 537-3800 I 111111111 3. Company Name KRIMSON VALLEY LANDSCAPE CONTRACTORS 71,410.00 Representative TOMiLETO LANDSCAPING, IRRIGATION, PAVERS I Address 24 W 430 CENTRAL AVENUE, ROSF.[.i.F,, ILLINOIS 60172 Phone (708) 529-5588 4. Company Name FOX VALLEY FENCE FENCING 7,185.00 1 Representative MARK HAVFIIIANN Address 1625 GILPE N AVENUE, SOUTH ELGIN, ILLINOIS 60177 ill Phone (708) 695-2244 ill 10 j October 8. 1991 State Street Gateway Park Page 179 01 Bid Document City of Elgin I ' ' . I- BIDDER'S MATERIALS. EQUIPMENT. AND ACCESSORIES SUBSTITUTION BID MATERIALS: Materials, equipment. products and accessories for the 'Contract Base Bid" shall conform to all specifications herein. Bidder's 'or equal ' materials, equipment. and accessories shall be shown in the 'Bidder's Materials, Equipment, and Accessories Substitution Bid" . To be considered an "or equal " . submittals must be accompanied by the manufacturer's specifications at the time of bidding. The Owner's decision as to the quality. equality and merit of substitution will be final . AMOUNT ITEM SPECIFIED PROPOSED SUBSTITUTION QUANTITY UNIT ADD/DEDUCT p 1. p 2. 3. 4. II] 5. 6. I 7. 8. 9. 10. 11. 12. 13. pii . •j October 8. 1991 State Street Gateway Park Page 181 1111 Bid Document City of Elgin • PROPOSAL SUMMARY: (THIS PAGE MUST BE COMPLETELY FILLED OUT WITH BID SUBMITTAL) 1 1. BASE BID LUMP SUM• $_289,578 00 1 (written IUME ) EJIIi7Y-NIPL IH D, FIVE I1N1 4) S2WFN1Y Ir PH)NV100 2. TOTAL FOR ALTERNATE 1 - Lighting $ 14.100.00 (written FOURTEEN THOUSAND, ONE HUNDRED AND NO/100 3. TOTAL FOR ALTERNATE 2 - Irrigation A. $ 1,175.00 (written ONE THOUSAND, ONE HUNDRED SEVENTY FIVE AND NO/1)00 4. TOTAL FOR ALTERNATE 3 - Irrigation B. $ 1,750.00 (written ONE THOUSAND, SEVEN HUNDRED FIFTY AND NO/100 ) 5. TOTAL FOR ALTERNATE 4 - Fencing $ 960.00 (w r i t ten NINE HUNDRED SILTY AND NO/100 ) 6. TOTAL BASE BID LUMP SUM AND ALTERNATES $ 307.563.00 7. PERCENTAGE OF PROFIT TO BE USED FOR CHANGE ORDERS 5 % 8. PERCENTAGE OF OVERHEAD TO BE USED FOR CHANGE ORDERS 10 % October 8, 1991 State Street Gateway Park Page 196 Bid Document City of Elgin r ' 1 DATED THIS 21ST DAY OF OCTOBER 19 91 (if an individual ) Signature of Bidder Business Address (if a partnership) Firm Name Signed by Business Address Insert Names and Addresses of All Partners (if a corporation) Corporate Name LAMP INCORPORATE) Signed by C ( <'g--7.vr EARL W. LAMP President Business Address 460 N. GROVE AVENUE ELGIN, TLLTNOTS 60120 Insert President EARL W. LAMP Names of Secretary EOCENE C. LAMP fficers Treasurer EOCENE C. LAMP Attest: C,u �i12P • Secretary October 8, 1991 State Street Gateway Park Page 198 Bid Document City of Elgin • . ' / , BIDDER ' S EMPLOYEE UTILIZATIIN FERN' I This report is required by the City of' Elgin and shall be submitted before the con-tract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1 Name & Address of Bidder Description of' Pro ject LAMP INCORPORATED STATE STREET GATEWAY PARK 460 N. GROVE AVENUE CITY OF ELGIN ELGIN, ILLINOIS 60120 I _ 101n[ � _ JOB CATEGORIES [HP[UY[CS BLACKS HISPANICS 0111[R HINORII r F[Hnl[ I NIHINFNI CARPENTERS RS 2 LABORERS 2 . 1 50 CEMENT FINISHER 1 _ IRON WJRi 1 _ _ OPERATOR 3 LANDSCAPERS 6 6 100 MASON 2 _ _ PLUMBER 2 . ELEC RJCIAN 2 , IRRIGATION 2 . 1 ,_ 50 PAVERS 2 111 2 100 . TRUCK DRIVERS 3 1 _ _ 25 I I II . . _ . ._ . , _ r r- . ,. 1 TOTALS 28 / 1 10 Company Official and Title Telephone No. - Date Signed Page I EARL W. LAMP, PRESIDENT (708) 741-7220 OCTOBER 21, 1991 —L°1 -1-- It Lof1_It is understood that the statistical data provided by the bidder reflects its 1 efforts regarding equal employment opportunity practices on minority groups and female populations, without regard of race, color, religion. sex. ancestry, I age, national origin or physical hondicop. October B. 1991 State Street Gateway Park Page 174 Bid Document City of Elgin /I ' • , . REQUIRED AFFIRMATIV1 ACTION CONTRACTOR/VENDOR StitmiITTALS, ANI), /I • CERTIFICATIONS • Persuant to the attached "Affirmative Action - City /I Contracts" provisions the following information and certifications are required : A. Number of Employees 29 . II B. If your bid is more than $ 10,000 and your number of employees is 15 or more , the following should be submitted with your bid : Ii . Completion of the attached "BIDDER ' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company ' s II commitment to provide equal employment opportunity or a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do II to recruit minority employees? b . Do you have a training program for • minority employees? MThe contractor /vendor will not discriminate against any employee or applicant for employment because of race . II color , religion, sex , ancestry , national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with II the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions . The II contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment , screening , referral and selection of job applicants , prospective job IIapplicants , members or prospective subcontractors . The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code , 1976, is hereby /I incorporated by reference, as if set out verbatim. SIGNED---- -Z..r%' �'i/t-r»--7."' ilTITLE PRFSIDENTT SEAL !„ DATE OCTOBER 211 1991 Subscribed and sworn to before me this 21ST day of OCTOBER , 19_ 91_ . __1_ _P_It'2u2L _ _--- OFFIcLAEALSEAL " Notar Public . LISA A. WENINGER NOTARY PUBLIC. STATE OF ILLINOIS 11111 MI COMMISSION EXPIRES 1/4/93 October 8, 1991 State Street Gateway Park Page 175 Bid Document City of Elgin in ^ ( I • I • .# REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No . 85- 1295 the following certification must be signed . The undersigned firm 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 . 2 SIGNED T I TLE PRESIDENT SEAL DATE OCTOBER 21, 1991 Subscribed and sworn to before me this 21ST day of ,OCTOBER , 19 91 • Aid.‘u 14141,47r OFFICI EAGEAL NotaPublic LISA A. WENINGER NOTARY PUBLIC, S1A1E OF ILLINOIS MY COMMISSION EXPIRES V4/93 October 8. 1991 State Street Gateway Park Page 176 Bid Document City of Elgin